HomeMy WebLinkAbout216 S. Francis Street Address:
216 S Francis Street
PREPARED 3/30/15, 9:26:29 INSPECTION TICKET PAGE 2
CITY OF PORT ANGELES INSPECTOR: JAMES LIERLY DATE 3/30/15
------------------------------------------------------------------------------------------------
ADDRESS . : 216 S FRANCIS ST SUBDIV:
CONTRACTOR ALDERGROVE CONSTRUCTION INC. PHONE (360) 457-2067
OWNER CLALLAM COUNTY PHONE
PARCEL 06-30-00-7-7-0215-0000-
APPL NUMBER: 14-00001239 COMM REMODEL
------------------------------------------------------------------------------------------------
PERMIT. DPC 00 BUILDING PERMIT - COMMERCIAL
REQUESTED INSP DESCRIPTION
TYP/SQ COMPLETED RESULT RESULTS/COMMENTS
------------------------------------------------------------------------------------------------
BL3 01 12/09/14 JLL BLDG FRAMING
12/09/14 AP December 9, 2014 8:53:13 AM pbarthol.
Walt 477-0055
December 9, 2014 4:30:12 PM jlierly.
BL99 01 3/30/15 L BLDG FINAL
March 30, 2015 9:03:23 AM jlierly.
walt 477-0055 call please before inspection
------------------------ ----------------------------------------------------------------------
PERMIT: ME 00 MECHANICAL PERMIT
REQUESTED INSP DESCRIPTION
TYP/SQ COMPLETED RESULT RESULTS/COMMENTS
--------------------- -------------------------------------------------------------------
ME99 01 3/30/15 MECHANICAL FINAL
March 30, 2015 9:04:14 AM jlierly.
--------------------- -----------------------------------------------------------------
PERMIT: PL 00 PLUMBIVG P
REQUESTED I DESCRIPTION
TYP/SQ COMPLETED RESULT RESULTS/COMMENTS
------------------------------------------------------------------------------------------------
PL99 01 3/30/15 PLUMBING FINAL
March 30, 2015 9:04:31 AM ilierly.
--------------------- --------- COMMENTS AND NOTES --------------------------------------
CITY OF PORT ANGELES
DEPARTMENT OF COMMUNITY&ECONOMIC DEVELOPMENT- BUILDING DIVISION
321 EAST 5TH STREET, PORT ANGELES,WA 98362
Application Number . . . . . 14-00001239 Date 11/17/14
Application pin number . . . 978946
Property Address . . . . P-to -2-1r6 S FRANCIS ST
ASSESSOR PARCEL NUMBER: 06-30-00-7-7-0215-0000- REPORT SALES TAX
Application type description COMM REMODEL
Subdivision Name . . . . . . on your state excise tax form
Property Use . . . . . . . . to the City of Port Angeles
Property Zoning . . . . . . . PUBLIC BUILDINGS & PARKS
Application valuation . . . . 112314 (Location Code 0502)
----------------------------------------------------------------------------
Application desc
INTERIOR REMODEL
----------------------------------------------------------------------------
Owner Contractor
------------------------ ------------------------
CLALLAM COUNTY OWNER
223 E. 4TH ST. LIS
PORT ANGELES WA 98362
Other struct info :CONSTRUCTION TYPE VB
----- ------ ---- - - - - - ------------ ----
Permit . . . . . . BUILDING PERMIT - COMMERCIAL
Additional desc . . INTERIOR REMODEL
Permit Fee . . . . 1093.05 Plan Check Fee 710.48
Issue Date . . . . 11/17/14 Valuation . . . . 112314
Expiration Date 5/16/15
Qty Unit Charge Per Extension
BASE FEE 1020.25
13.00 5.6000 THOU BL-100,001-500K (5.60 PER K) 72.80
----------------------------------------------------------------------------
Permit . . . . . . MECHANICAL PERMIT
Additional desc . . COMMERCIAL MECHANICAL PERMIT
Permit Fee . . . . 105.05 Plan Check Fee .00
Issue Date . . . . 11/17/14 Valuation . . . . 0
Expiration Date . . 5/16/15
Qty Unit Charge Per Extension
BASE FEE 50.00
2.00 14.8000 EA ME-FURN/HP/FAU < OR = 5 TON 29.60
1.00 10.6500 EA ME-HOOD/DUCT-MEtH. EXHAUST 10.65
1.00 14.8000 EA ME-HEATER(SUSP/WALL/FLOOR-MTD) 14.80
----------------------------------------------------------------------------
Permit . . . . . . PLUMBING PERMIT
Additional desc . . COMMERCIAL PLUMBING PERMIT
Permit Fee . . . . 71.00 Plan Check Fee .00
Issue Date . . . . . 11/17/14 Valuation . . . . 0
Expiration Date 5/16/15
Qty Unit Charge Per Extension
BASE FEE 50.00
2.00 7.0000 EA PL-PLUMBING TRAP 14.00
1.00 7.0000 EA PL-DRAIN VENT PIPING 7.00
----------------------------------------------------------------------------
Special Notes and Comments
Address numbers shall be plainly visible from the street.
Separate Permits are required for electrical work,S EPA,Shoreline,ESA,utilities,private and public improvements. This permit becomes
null and void if work or construction authorized is not commenced within 180 days,if construction or work is suspended or abandoned
for a period of 180 days after the work has commenced, or if required inspections have not been requested within 180 days from the
last inspection. I hereby certify that I have read and examined this application and know the same to be true and correct. All provisions
of laws and ordinances governing this type of work will be complied with whether specified herein or not. The granting of a permit does
not presume to give authority to violate or cancel the provisions of any state or local law regulating construction or the performance of
construction.
2c:j
Date Print Name<:ZA_Sig ture of Contractor or Authorized Agent Signature of Owner(if owner is builder)
T:Forms/Building Division/Building Permit
BUILDING PERMIT INSPECTION RECORD
— PLEASE PROVIDE A MINIMUM 24-HOUR NOTICE FOR INSPECTIONS—
Building Inspections 417-4815 Electrical Inspections 417-4735
Public Works Utilities 417-4831 Backfiow Prevention Inspections 417-4886
IT IS UNLAWFUL TO COVER,INSULATE OR CONCEAL ANY WORK BEFORE INSPECTED AND ACCEPTED.
POST PERMIT INCONSPICUOUS LOCATION. KEEP PERMIT AND APPROVED PLANS AT JOB SITE.
Inspection Type Date Accepted By Comments
FOUNDATION:
Footings
Sternwall
Foundation Drainage/Downspouts
Piers
Post Holes(Pole BIdgs.)
PLUMBING:
Under Floor/Slab
Rough-in
Water Line(Meter to Bldg)
Gas Line
Back Flow/Water FINAL Date Accepted by
AIR SEAL:
Walls
Ceiling
FRAMING:
Joists/Girders/Under Floor
Shear Wall/Hold Downs
Walls/Roof/Ceiling
Drywall(interior Braced Panel Only)
T-Bar
INSULATION:
Slab
Wall I Floor/Ceiling
MECHANICAL:
Heat Pump/Furnace/FAU/Ducts
Rough-in
Gas Line
Wood Stove/Pellet/Chimney
Commercial Hood/Ducts FINAL Date Accepted by
MANUFACTURED HOMES:
Footing/Slab
Blocking&Hold Downs
Skirting
PLANNING DEPT. Separate Permit#s SEPA:
Parking/Lighting ESA:
Landscaping ISHORELINE:
FINAL INSPECTIONS REQUIRED PRIOR TO OCCUPANCY1 USE
Inspection Type Date Accepted By
Electrical 417-4735
Construction-R.W. PW I Engineering 417-4831
Fire 417-4653
I Planning 417-4750
Building 417-4815
T:Forms/Building Division/Building Permit
CITY OF PORT ANGELES
DEPARTMENT OF COMMUNITY& ECONOMIC DEVELOPMENT- BUILDING DIVISION
321 EAST 5TH STREET, PORT ANGELES,WA 98362
Page 2
Application Number . . . . . 14-00001239 Date 11/17/14
Application pin number . . . 978946
---------------------------------------------------------------------------- REPORT SALES TAX
Special Notes and Comments
Address numbers shall be a minimum of six inches high and be on your state excise tax form
of contrasting color from the background. to the City of Port Angeles
A minimum 2A-10BC fire exinguisher is required.
Extinguishers must be mounted, with the top no more than 5' (Location Code 0502)
off the floor. Suggested extinguisher placement is
adjacent to an exit.
November 6, 2014 12:46:11 PM nwest.
Interior remodel only. No land use issues.
----------------------------------------------------------------------------
Other Fees . . . . . . . . . STATE SURCHARGE 4.50
----------------------------------------------------------------------------
Fee summary Charged Paid Credited Due
----------------- ---------- ---------- ---------- ----------
Permit Fee Total 1269.10 1269.10 .00 .00
Plan Check Total 710.48 710.48 .00 .00
Other Fee Total 4.56 4.50 .00 .00
Grand Total 1984.08 1984.08 .00 .00
Separate Permits are required for electrical work,SEPA,Shoreline,ESA,utilities,private and public improvements. This permit becomes
null and void if work or construction authorized is not commenced within 180 days,if construction or work is suspended or abandoned
for a period of 180 days after the work has commenced,or if required inspections have not been requested within 180 days from the
last inspection. I hereby certify that I have read and examined this application and know the same to be true and correct. All provisions
of laws and ordinances governing this type of work will be complied with whether specified herein or not. The granting of a permit does
not presume to give authority to violate or cancel the provisions of any state or local law regulating construction or the performance of
construction.
Date Print Name Signature of Contractor or Authorized Agent Signature of Owner(if owner is builder)
T:Forms/Building Division/Building Permit
BUILDING PERMIT INSPECTION RECORD
— PLEASE PROVIDE A MINIMUM 24-HOUR NOTICE FOR INSPECTIONS—
Building Inspections 417-4815 Electrical Inspections 417-4736
Public Works Utilities 417-4831 Backflow Prevention Inspections 417-4886
IT IS UNLAWFUL TO COVER,INSULATE OR CONCEAL ANY WORK BEFORE INSPECTED AND ACCEPTED.
POST PERMIT INCONSPICUOUS LOCATION. KEEP PERMIT AND APPROVED PLANS AT JOB SITE.
Inspection Type Date Accepted By Comments
FOUNDATION:
Footings
Sternwall
Foundation Drainage/Downspouts
Piers
Post Holes(Pole Bidgs.)
PLUMBING:
Under Floor/Slab
Rouqh-In
Water Line(Meter to Bldg)
Gas Line
Back Flow/Water FINAL Date Accepted by
AIR SEAL:
Walls
Ceiling
FRAMING:
Joists/Girders/Under Floor
Shear Wall/Hold Downs
Walls I Roof/Ceiling
Drywall(interior Braced Panel Only)
T-Bar
INSULATION:
Slab
Wall/Floor I Ceiling
MECHANICAL.
Heat Pump/Furnace/FAU/Ducts
Rough-in
Gas Line
Wood Stove/Pellet/Chimney
Commercial Hood/Ducts FINAL Date Accepted by
MANUFACTURED HOMES:
Footing/Slab
Blocking&Hold Downs
Skirting
PLANNING DEPT. Separate Permit#s SEPA:
Parking/Lighting ESA:
Landscaping ISHORELINE:
FINAL INSPECTIONS REQUIRED PRIOR TO OCCUPANCY1 USE
Inspection Type Date Accepted By
Electrical 417-4735
Construction- R.W. PW I Engineering 417-4831
Fire 417-4653
Planning 417-4750
Building 417-4815
T:Forms/Building Division/Building Permit
THE �ORT NGELES For City Use
CITY OF
P AT Permit#
W A S H I N G T 0 N, U . S. Date Received: /V
321 E 51h Street Date Approved �-1,4/6!�z I A'. i ,
Port Angeles,WA 9836 --17
P:360-417-4817 F:360-417-4711
Email:permits(&cityofpaus
BUILDING PER IiTTT APPLICATION
Project Address: 216 South Francis St.
Phon :36o.417-2429
Primary Contact:Joel G. Winborn Email:jwinborn@co.clallam.wa.us
Name Phone
Clallam County 36o-417-2429
Property Mailing Address Email
Owner East 4th Street jwinborn@co.clallam.wa.us
city State Zip
Port Angeles WA 98362.
Name Phone
To Be Determined(TBD)
Contractor Address Email
Information city State
Contractor License# Exp.Date:
Legal Description: Zoning: Tax Parcel# Project Value: (materials and labor)
CAIN, SUBD OF LOT 21 LTS6- PBP 0630007702150000 si85,000
10 131-2
Residential 1:1 Commercial Ej Industrial Ej Public X
Permit Demolition El Fire El Repair El Reroof(tear off/lay over)
Classification For the following,fill out both pages of permit application:
(check New Construction R Exterior Remodel [:] Addition F-1 Tenant Improvement
appropriate) Mechanical El Plumbing El Other X InteriorRemodel
Will a fire sprinkler system be installed Irrigation System? Proposed Bathrooms I Proposed Bedrooms
or modified? Yes E3 No X YesEl No X No additional NA
Project Description Interior remodel to the existing Veteran's Center. Scope consists of
construction of interior walls for offices and reception area;replacement of
all floor coverings;re-painting of all interior;kitchen cabinetry
replacements;baseboard heating replacement;other miscellaneous items
associated with a limited remodel/renovation.
Is project in a Flood Zone: Yes F-1 No X Flood Zone Type:
If in a Flood Zone, what is the value of the structure before proposed improvement? $
1 have read and completed the application and know it to be true and correct.I am authorized t o,apply for this permit
and understand that it is my responsibility to determine what permits are required and to obtain permits prior to
work. I understand that plan review fees are not refundable after review has occurred. I understand that I will forfeit
review fees if I withdraw the application before the permit is issued. I understand that if the permit is not picked
up/issued within iL8o days of submittal,the application will be considered abandoned and the fees will be forfeited.
October 2,2.o14 Joel G.Winborn
Date Print Name e
Residential Structures
For Office Use
Area Description(SQ FT) Existing Proposed $$value
Basement
First Floor
Second Floor
Covered Deck/Porch/Entry
Deck(over 30"or 2'd floor)
Garage
Carport
Other(describe)
Ar ea Totals
Commercial Structures
Proposed For Office Use
Area Descriptions(SQ FT) Existing Proposed ss Value
Existing Structure(s) 3,68o sf 936 sf
(interior)
Proposed Addition NA
Tenant Improvement? NA
Other work(describe) NA
Site Area Totals NA
Lot/Site Coverage Calculations
Lot Size(sq ft) Lot Coverage(sq ft) %Lot Coverage(Total lot coverage lot size)
Site Coverage(Sq Ft of all impervious) %of Site Coverage(total site coverage-- lot size)
Mechanical Fixtures
Indicate how many of each-type of fixture to be installed or relocated as part of this project.
Air Handler: Size: # Haz/Non-Haz Piping: Outlets:
� NA NA NA
Appliance Exhaust Fan: Heater(Suspended,Floor,Recessed wall): # j
TBD
Boiler/Compressor Size: Heating/Cooling appliance #
� NA NA repair/alteration TBD
Evaporative Cooler(attached,not # Pellet Stove/Wood-burning/Gas #
portable): NA Fireplace/Gas Stove/Gas Cook Stove/Misc. NA
Fuel Gas Piping: #of Outlets: Ventilation Fan,single duct: #
NA NA
Furnace/Heat Pump/ Size: # Ventilation System: #
Forced Air Unit: TBD 1-2 NA
Plumbing Fixtures
Indicate how many of each type of fixture to be installed or relocated
Plumbing Traps #1-2 Fuel gas piping #of Outlets:NA
Water Heater #NA Medical gas piping #of Outlets:NA
Water Line #NA Plumbing Vent piping #TBD
Sewer Line #NA Industrial waste pretreatment
interceptor(Grease Trap) Size NA
Other(describe):
2"
----------
STORAGE
lo L---------- ALLEY PARKMG
D E�v
twam
OFRCEB IILI I 1 11 j
ST
IMME OFUCE
CAM
STORAGE CONFEREPICE
aim
ANNEX
MWORM
KITCHEN WMG HALL
----------
ST eE
CENTER
VETERAN'S CENTER AND ANNEX IN
Wwb VV-r-w arDAw oLxXWM
Clallam County
Veteran ' s Center
2909mkhl
Improvements
Clallam County Project No. 621306VC
S P
I F I %.oA U 10 N
August 2014
For:
The Board of Clallarn County Commissioners
Michael C. Chapman, Chair
Jim McEntire
Howard V. Doherty, Jr.
Issued By:
Clallam County Parks, Fair& Facilities Department
Joel G. Winborn, Director
21
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
TABLE OF CONTENTS
Note: It shall be the Contractors responsibility to verify that each Project Manual contains the pages
listed in this Table of Contents.
SPECIFICATION LIST
DIVISION 00: BIDDING AND AWARD REQUIREMENTS
001000 NOTICE OF CALL FOR BIDS
002000 INSTRUCTIONS TO BIDDERS
003000 BID PROPOSAL FORM
004000 SUPPLEMENTAL BID FORMS
005000 FORM OF AGREEMENT BETWEEN OWNER&CONTRACTOR
006000 GENERAL CONDITIONS OF THE CONTRACT
008600 LIST OF DRAWINGS
010010 GENERAL REQUIREMENTS
DIVISION 01: GENERAL REQUIREMENTS
011000 SUMMARY
012500 SUBSTITUTION PROCEDURES
012900 PAYMENT PROCEDURES
Application and Certification for Payment Form (AIA Document
G702)
Application and Certification for Payment Continuation Form (AIA
Document G703)
013100 PROJECT MANAGEMENT AND COORDINATION (Not Included)
Request for Interpretation Form
013300 SUBMITTAL PROCEDURES
014200 REFERENCES
016000 PRODUCT REQUIREMENTS
017300 EXECUTION
017700 CLOSEOUT PROCEDURES
017823 OPERATION AND MAINTENANCE DATA
017839 PROJECT RECORD DOCUMENTS
DIVISION 02: EXISTING CONDITIONS
024119 SELECTIVE STRUCTURE DEMOLITION
DIVISION 05: METALS
055000 METAL FABRICATIONS
DIVISION 06: WOOD, PLASTICS AND COMPOSITES
061053 MISCELLANEOUS ROUGH CARPENTRY
062013 EXTERIOR FINISH CARPENTRY
062023 INTERIOR FINISH CARPENTRY
064116 PLASTIC-LAMINATE-FACED ARCHITECTURAL CABINETS
TABLE OF CONTENTS Pagel
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
DIVISION 08: OPENINGS
080000 DOOR SCHEDULE
081416 FLUSH WOOD DOORS
087100 DOOR HARDWARE
Door Hardware Schedule
DIVISION 09: FINISHES
090000 ROOM FINISH SCHEDULE
092900 GYPSUM BOARD
096513 RESILIENT BASE AND ACCESSORIES
096516.13 LINOLEUM FLOORING
096813 TILE CARPETING
099100 PAINTING
DIVISION 11: EQUIPMENT
114000 FOODSERVICE EQUIPMENT
DIVISION 12: FURNISHINGS
123623.13 PLASTIC LAMINATE CLAD COUNTERTOPS
123661 SIMULATED STONE COUNTERTOPS
124813 ENTRANCE FLOOR MATS AND FRAMES
DIVISION 22: PLUMBING
220000 PLUMBING GENERAL REQUIREMENTS (Performance
Specification)
221000 PLUMBING PIVINU (Performance Specification)
224000 PLUMBING FIXTURES (Performance Specification)
DIVISION 26: ELECTRICAL
260000 GENERAL ELECTRICAL REQUIREMENTS (Performance
Specification)
260500 BASIC ELECTRICAL MATERIALS AND METHODS (Performance
Specification)
261100 RACEWAYS AND CABLES (Performance Specification)
261200 CONDUCTORS AND CONNECTORS (Performance
Specification)
261400 WIRING DEVICES (Performance Specification)
END OF TABLE OF CONTENTS
TABLE OF CONTENTS Page 2
DIVISION ZERO Notice of Call for Bids
Section 001000
CLALLAM COUNTY PARKS, FAIR & FACILITIES
DEPARTMENT
NOTICE OF CALL FOR BIDS
SEALED BIDS will be received by the Board of Clallarn County Commissioners at 223 East 4th Street,
Room 150, Port Angeles, Washington until 10:00 am, PST, October 21, 2014, at which time they will be
publicly opened and read aloud for:
Clailam County Veteran's Center Improvements
Complete drawings and specifications may be obtained from Pen Print, Inc., 230 E. 1t Street, Port
Angeles, WA 98362, phone 360.457.3404. All bidding and related questions should be directed to Joel
G.Winborn, Director,Clallarn County Parks, Fair&Facilities.
The sealed bids must be clearly marked on the outside of the envelope, "Bid Proposal — Clallarn
County Veteran's Center Improvements". Bid documents delivered to other offices and received late
by the Commissioner's Office will not be considered nor will bids received by facsimile or e-mail.
Clallarn County will determine the lowest responsible bidder in accordance with the terms of Clallarn
County Code Section 3.12, and further reserves the right to reject any or all bids received, or to accept
the bid which in its estimation best serves the interests of Clallarn County or to waive informalities in the
bidding.
"Clallam County hereby notifies all that it will affirmatively ensure that in any contract entered into
pursuant to this advertisement, disadvantaged business enterprises as defined in Title VI of the Civil
Rights Act of 1964 at 49 CFR Part 23 will be afforded full opportunity to submit proposals in response to
this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in
consideration for an award."
Construction Timeframe: (60) Calendar Days to Final Completion
There will be a mandatory on-site walk-through conducted Tuesday. October 14, 2014 at 2:00 i3m,
PST. Bidders shall meet at the Veteran's Center for a facility walk-through. Questions and clarifications
will be taken at that time. This will be the only opportunity to access the facility so bring any tools needed
to confirm information on drawings and specifications. (Please park in the Public Parking Lot across
Francis Street to the East). We will then walk through the building and all areas of work.
Date: BOARD OF CLAILLAM COUNTY COMMISSIONERS
Michael C. Chapman, Chair
ATTEST: Please publish: (PDN) Oct. e& Oct. le, 2014
Trish Holden, Clerk of the Board, CMC
END OF SECTION 001000
Clallam County Veteran's Center Improvements August 2014
Division 00-Notice of Call for Bids
Clallarn County Pzrks,Fair&Facilities
DIVISION ZERO Instructions to Bidders
Section 002000
INSTRUCTIONS TO BIDDERS
ARTICLE 1 DEFINITIONS
1.1 Bidding Documents include the Bidding Requirements and the proposed Contract Documents.
Bidding Requirements include Advertisement and Notice of Call for Bids, Instructions to Bidders, Bid
Forms, Sample Contract Forms, and Supplementary Instructions. Contract documents consist of
Agreement or Contract Form between Owner and Contractor, Conditions of the Contract including
General, Supplementary, Drawings, Plans, Specifications and all Addenda issued prior to execution of
the Contract.
1.2 Addenda are written or graphic instructions issued by the Owner or Owners representative
Architect, which modify or interpret the Bidding Documents by additions, deletions, clarifications or
corrections.
1.3 A Bid is a properly completed and signed proposal to do the work for sums stipulated and
submitted in accordance with the Bidding Documents.
1.4 The Base Bid is the sum stated in the Bid for which Bidder offers to perform work described as
the base to which work may be added or deleted for sums stated in Alternate Bids.
1.5 An Alternate Bid is an amount stated in the Bid to be added or deducted from the Base Bid if
Alternate work is accepted.
1.6 A Unit Price is an amount stated in Bid as a price per unit for materials, equipment, or service as
described in Bidding Documents.
1.7 A Bidder is person or entity who submits a Bid.
1.8 A Sub-bidder is a person or entity who submits a bid to a Bidder for materials, equipment or labor
for a portion of work.
ARTICLE 2 BIDDER'S REPRESENTATION
2.1 By making a Bid, the Bidder represents that the Bidder has visited the site and become familiar
with local conditions under which the work is to be performed, has read and understands all Bidding and
Contract Documents, and correlated personal observations with the requirements of the proposed
contract documents. Site visits shall be as stated on Notice of Call for Bids.
2.2 The Bid is based upon materials, equipment, labor and systems required by the Bidding
Documents without exception.
ARTICLE 3 BIDDING DOCUMENTS
3.1.1 Bidders may obtain complete sets of Bidding Documents from the location designated in the
Advertisement or Notice of Call for Bids, at no charge. (Each set consists of(1)Specification Manual, and
includes 11 x 17 drawings, with a limit of two(2)sets per bidder). All bidders shall return documents
within seven (7) days of bid opening. A bidder receiving the Contract Award may retain Documents.
3.1.2 Bidders shall use complete sets of Bidding documents in preparing Bids; neither Owner nor
Owner's representative Architect assumes responsibility or errors or misrepresentations resulting from
use of incomplete Bidding Documents.
Clallam County Veteran's Center Improvements August 2014
Division 00-Instructions to Bidders
Clallarn County Parks,Fair&Facilities
DIVISION ZERO Instructions to Bidders
Section 002000
3.1.3 In making copies of the Bidding Documents available, the Owner and/or Owners representative
Architect, do so for the purpose of obtaining Bids and do not confer a license or grant permission for any
other use of the Bidding Documents.
3.1.4 Copies of bidding documents and specs are available for review in Parks Office, Room 180 in the
Old Courthouse.
3.2 Interpretation or correction of Bidding Documents
3.2.1 The Bidder shall carefully examine the Bidding Documents, examine the site and local conditions,
and compare them with other work being bid concurrently or presently under construction to the extent
that it relates to work being Bid, and shall at once report to the Owner and/or Owner's representative
Architect errors, inconsistencies, or ambiguities discovered.
3.2.2 The Bidder and sub-bidders requiring clarification or interpretation of the Bidding Documents
shall make a written request to Owner and/or Owners representative Architect at lease seven days prior
to date of receipt of Bids.
3.2.3 Changes in the Bidding Documents will be made by Addendum and changes made in any other
manner will not be binding and Bidders shall not rely upon them.
3.3 Substitutions
3.3.1 The materials, equipment, products described in the Bidding Documents establish a standard of
function, dimension, appearance and quality to be met by any substitution.
3.3.2 No substitution will be considered prior to receipt of Bids unless written request for approval has
been received by Owner or Owners representative Architect at least ten days prior to the date for receipt
of Bids. Such requests shall include the name of the materials or equipment for which it is to be
substituted and a complete description of the proposed substitution including drawings, performance and
test data, and other information necessary for an evaluation. A statement setting forth changes in other
materials, equipment or other portions of the Work including changes in the work of other contractors that
incorporation of the proposed substitution would require, shall be included. The burden or proof of the
merit of the proposed substitution is upon the proposer. The Owner's decision of approval or disapproval
of a proposed substitution shall be final.
3.3.3 If the Owner approves a proposed substitution prior to receipt of Bids, such approval will be set
forth in an Addendum. Bidders shall not rely upon approvals made in any other manner.
3.3.4 No substitutions will be considered after the Contract award unless specifically provided in the
Contract Documents.
3.3.5 Should any proposed product substitution require any redesign work by the Owner and/or
Architect or his consultations to accommodate the substitute product, costs for such redesign work shall
be included in the Bid amount and shall be paid to the Architect or Owner at his usual rates for the time
expended in the required redesign work.
Clallam County Veteran's Center Improvements August 2014
Division 00-Instructions to Bidders
Clallarn County Parks,Fair&Facilities
DIVISION ZERO Instructions to Bidders
Section 002000
ARTICLE 4 BIDDING PROCEDURES
4.1.1 Bids shall be submitted on forms identified to ones included in the Bidding Documents; shall have
all blanks filled out in ink(typed or manually);with sums expressed in words and figures where indicated
with words governing; and all alternates and unit prices bid. If alternates do not change Base Bid, enter
"no change".
4.1.2 Interlineations, alterations and erasures must be initialed by signer of the Bid.
4.1.3 Bid shall include legal name of Bidder and a statement that the Bidder is a sole proprietor,
partnership, corporation or other legal entity. Each copy shall be signed by the person or persons legally
authorized to bind the Bidder to a Contract. A Bid by a corporation shall give the state of incorporation or
corporate seal affixed. A Bid submitted by an agent shall have a current power of attorney attached
certifying the agent's authority to bind the Bidder.
4.2 Bid security
4.2.1 If so stated in the Advertisement or Notice of Call for Bids, or in Bidding Documents, each Bid
shall be accompanied by a bid security in a.)cash, b.) cashier's check/money order, c.)certified check, or
d.) Surety Bond in the amount of 5%of the total Bid amount. Bid security shall be in form required,
pledging that the Bidder will enter a Contract with the Owner on the terms stated in Bid, and will furnish
bonds covering the faithful performance of the Contract and payment of all obligations arising thereunder.
Bid security of the lowest three Bidders may be retained by Owner for a period not to exceed 30 days
following opening of Bids. All other Bidders' securities shall be returned within ten days of date of receipt
of bids. Should Bidder fail to enter into a Contract or furnish bonds where required,the amount of Bid
Security shall be forfeited to the Owner as liquidated damages, not as a penalty.
4.2.2 Surety Bond shall be written on required forms and the afforney-in-fact who executes the bond
shall affix to the Bond a certified and current copy of the power-of-attorney.
4.3 Submission of bids
4.3.1 Bids, Bid Security and other documents required to be submitted with the Bid shall be enclosed in
a sealed, opaque envelope marked with the notation"SEALED BID"with project name clearly marked on
the outside of the envelope. The envelope shall be addressed to the party receiving Bids as identified in
the Advertisement or Notice Call for Bids and include the Bidder's name and address. If Bid is sent by
mail, the sealed envelope shall be enclosed in a separate mailing envelope with notation "SEALED BID
ENCLOSED"and the project name on the face thereof.
4.3.2 Bids shall be deposited at the designated location prior to the time and date for receipt of Bids.
Bids received after time and date will be returned unopened. The Bidders shall assume full responsibility
for timely delivery at location designated for receipt of Bids.
4.3.3 Oral, telephone, telegraphic, or fax Bids are invalid and will not receive consideration.
4.4 Modification or withdrawal of Bid
4.4.1 A Bid may not be modified, withdrawn or canceled by the Bidder during the stipulated time period
of thirty days following the time and date designated for the receipt of Bids, and each Bidder so agrees in
submitting a Bid.
Clallam County Veteran's Center Improvements August 2014
Division 00-Instructions to Bidders
ClaHam County Par",Fair&Facilities
DIVISION ZERO Instructions to Bidders
Section 002000
4.4.2 Prior to the time and date designated for receipt of Bids, a Bid submitted may be modified or
withdrawn by notice to the party receiving Bids at the place designated for receipt of Bids. Such notice
shall be in writing over the signature of the Bidder or by telegram; if by telegram,written confirmation over
the signature of the Bidder shall be mailed and postmarked on or before the date and time set for receipt
of Bids. A change shall be so worded as not to reveal the amount of the original Bid.
4.4.3 Withdrawn Bids may be resubmitted up to the date and time designated for the receipt of Bids
provided that they are then fully in conformance with these instructions to Bidders.
4.4.4 Bid Security, if required, shall be in an amount sufficient for the Bid as modified or resubmitted.
ARTICLE 5 CONSIDERATION OF BIDS
5.1 Bids received on time and properly identified will be opened and read aloud at the Board of
Commissioners meeting held immediately after the time and date for receipt of Bids as advertised in
Notice Call for Bids.
5.2 The Owner shall have the right to reject any or all Bids, reject a Bid not accompanied by a
required Bid Security or by other data required by the Bidding Documents, or reject a Bid, which is in any
way incomplete or irregular.
5.3 The Owner may determine that a Bidder is not responsible and reject his proposal for any of the
reasons found in Clallam County Code 3.12.
5.4 Bid award
5.4.1 It is the intent of the Owner to award a Contract to the lowest responsible Bidder provided the Bid
has been submitted in accordance with the requirements of the Bidding Documents and does not exceed
the funds available. The Owner shall have the right to waive informalities or irregularities in a Bid
received and to accept the Bid,which in the Owners judgment, is in the Owner's best interests.
5.4.2 The Owner shall have the right to accept Alternates in any order or combination, unless
otherwise specifically provided in the Bidding Documents, and to determine the low Bidder on the basis of
the sum of the Base Bid and Alternates accepted,
ARTICLE 6 POST-BID INFORMATION
6.1 Contractor's Qualification Statement- Bidders to whom award of a Contract is under
consideration shall submit to the Owner or Owner's representative Architect, upon request, a properly
executed Contractors Qualification Statement in the form requested by the Owner.
6.2.1 Submittals-The Bidder shall,within three days of notification of selection for the award of a
Contract,furnish the Owner or Owner's representative Architect in writing if not required to be included on
the Bid Proposal Form:
1. Work to be performed by Bidders own forces
2. A complete list of sub-bidders or sub-contractors to be used to complete this project
3. Name of project superintendent or foreman to be used
4. Names of manufacturers, products, and supplies of principal items or systems
proposed for the Work.
Clallam County Veteran's Center Improvements August 2014
Division 00-Instructions to Bidders
Clallarn County Parks,Fair&Facilities
DIVISION ZERO Instructions to Bidders
Section 002000
6.2.2 Prior to award of the Contract, the Owner, or Owner's representative Architect,will notify Bidder if
Owner has a reasonable objection to a person or entity proposed by Bidder. If Owner has objection, the
Bidder may(1)withdraw the Bid or(2)submit an acceptable substitute person or entity with an
adjustment in the Base Bid or Alternate Bid to cover the difference in cost, if any, occasioned by the
substitution. The Owner may accept the adjusted bid price or disqualify the Bidder. In the event of
withdrawal or disqualification, the Bid Security will not be forfeited.
6.2.3 Persons and entities proposed by the Bidder and to whom the Owner has made no reasonable
objection must be used on the work for which they were proposed and shall not be changed except with
the written consent of the Owner.
6.2.4 A copy of Contractor's UBI Certification shall be submitted with the signed agreement.
ARTICLE 7 PERFORMANCE AND PAYMENT BOND
7.1 Bond requirements
7.1.1 The Bidder shall furnish bonds covering faithful performance and payment of all obligations, and
as described, in the Bidding Documents and all bonds, shall be paid for by the Bidder and costs shall be
included in Bid.
7.2 Time of delivery and form of bonds
7.2.1 The Bidder shall deliver the required bonds to the Owner not later than three days following the
date of execution of the Contract. If the Work is to be commenced prior thereto in response to a letter of
intent, the Bidder shall, prior to commencement of the Work, submit evidence satisfactory to the Owner
that such bonds will be furnished and delivered in accordance with this Subparagraph 7.2.1.
7.2.2 Unless otherwise provided, the bonds shall be written on forms provided by Owner, Performance
Bond and Payment Bond. Both bonds shall be written in the amount of the Contract Sum plus sales tax.
7.2.3 The bonds shall be dated on or after the date of the Contract.
7.2.4 The Bidder shall require the afforney-in-fact who executes the required bonds on behalf of the
surety to affix thereto a certified and current copy of the power of attorney.
ARTICLE 8 FORM OF AGREEMENT
8.1 Form to be used
8.1.1 The Agreement for the Work shall be the completed sample included in the Bidding Documents
and shall be signed by the Bidder within ten days of notice by the Owner of award of Contract to the
Bidder.
END OF SECTION 002000
Clallam County Veteran's Center Improvements August 2014
Division 00-Instructions to Bidders
Clallarn County Parks,Fair&Facilities
DIVISION ZERO Bid Proposal Form
Section 003000
BID PROPOSAL FORM
Project: Ciallam County Veteran's Center Improvements
Project Number: 621306VC
To: CLALLAM COUNTY PARKS, FAIR& FACILITIES DEPARTMENT
Submission of this Bid Proposal certifies that the Undersigned has examined the Project site and the
Conditions of Work; and has carefully read and thoroughly understands the Bidding Documents
governing the Work embraced in this Project, has been completely forthcoming with knowledge obtained
during the Bidding process that may affect the ultimate quality construction of the Project and
understands the method by which payment will be made for said work. The Undersigned hereby
proposes to undertake and complete the work embraced in this project in accordance with said Bidding
Documents and agrees to accept as payment for said work the amounts indicated below under Bid
Proposal. The base bid shall include all work except that indicated in the Alternates.
The Undersigned acknowledges that payment will be based on the actual work performed, as measured
or provided for in accordance with the said contract documents; Base Bid, Alternates and Unit Prices
shall not include State of Washington Sales Tax. Appropriate sales tax is to be added to invoice
amounts after award of bid.
BID PROPOSAL
BASE BID AMOUNT OF
dollars ($
CONTRACTOR'S CERTIFICATION OF BIDDING & CONTRACT DOCUMENTS
By signing this form, the Contractor certifies that based on the Contractors knowledge and review, that
the Contractor finds the Bidding Contract Documents sufficiently complete and in sufficient detail to
perform the work required.
BID GUARANTEE (See Bid Bond Form attached)
The Undersigned furnishes herewith a bid guarantee in the amount of 5% of the total Base Bid proposal
lump sum amount and attaches same to the proposal. This bid guarantee warrants that the undersigned
will not withdraw his proposal for a period of thirty (30) days after the scheduled closing time for the
receipt of proposals, and that if this proposal is accepted, the undersigned will enter into a formal contract
(prepared by the Owner) and that the required performance bond and payment bond will be given. In the
event of the withdrawal of this proposal within the period stipulated above, or the failure of the
undersigned to enter into a contract and give the required bonds, the undersigned will be liable to the
Owner for the full amount of the bid guarantee as liquidated damages on account of the default of the
undersigned.
A proposal guaranty in an amount of five percent (5%) of the total bid, in the form as indicated below, is
attached hereto:
Check:
CASH IN THE AMOUNT OF $
CASHIER'S CHECK/POSTAL MONEY ORDER $
Clallarn County Veteran's Center Improvements August 2014
Division 00-Bid Proposal Form
Clallarn County Parks,Fair&Facilities
DIVISION ZERO Bid Proposal Form
Section 003000
CERTIFIED CHECK PAYABLE TO CLALLAM COUNTY$ $
PROPOSED BOND IN THE AMOUNT OF 5% OF THE BID $
NON-COLLUSION STATEMENT
By signing this proposal, the Contractor certifies that he/she has not participated in any collusion, or
otherwise taken action in restraint of free competitive bidding in connection with this project for which this
proposal is submitted.
NON-DISCRIMINATION
The Contractor hereby agrees to not discriminate against any person on the basis of race, creed, political
ideology, color, national origin, sex, marital status, sexual orientation, age or presence of any sensory,
mental or physical disability.
INDEPENDENT CONTRACTOR STATEMENT
The Contractor certifies that services shall be furnished by the Contractor, as an independent contractor
and nothing herein contained shall be construed to create a relationship of employer/employee or
master/servant, but all payments made hereunder and all services performed shall be made and
performed pursuant to this Agreement by the Contractor.
ADDENDA
Receipt of Addenda(s) numbered is hereby
acknowledged and all costs of the Work therefore have been included in the Bid Proposal.
BIDDER NAME AND SIGNATURE
The name of the Bidder submitting this proposal, the address and phone number to which all
communications concerned with this proposal shall be made and the number which has been assigned
indicating the Bidder is licensed to do business in the State of Washington are as follows:
Firm Name:
Address: Telephone
Contractor's License No. Exp.Date
The firm submitting this proposal is a: Sole Proprietorship
Corporation
Partnership
The names and titles of the principal officers of the corporation submitting this proposal, or of the
partnership, or of all persons interested in this proposal as principals are as follows:
SIGNATURE OF AUTHORIZED OFFICIAL(S)
(PROPOSAL MUST BE SIGNED)
(Seal)
FIRM NAME
END OF SECTION 003000
Clallarn County Veteran's Center Improvements August 2014
Division 00-Bid Proposal Form
Clallam County Parks,Fair&Facilities
DIVISION ZERO Supplemental Bid Forms
Section 004000
SUPPLEMENTAL BID FORMS
ARTICLE I -The Bid Bond format listed below shall be used by Bidders when submitting
their Bid Bond.
KNOW ALL MEN BY THESE PRESENTS, that we (here insert full name&address or legal title of Contractor)
as Principal, hereinafter called the Principal, and
(here insert full name&address or legal title of Surety)
a corporation duly organized under the laws of the
State of as Surety, hereinafter called the Surety,
are held and firmly bound unto
(here insert full name and address or legal title of Owner)
as Obligee, hereinafter called the Obligee, in the sum of
Dollars ($
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind
ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally,firmly by
these presents.
WHEREAS, the Principal has submitted a bid for
(here insert full name,address and description of project)
NOW,THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract
with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the
bidding of Contract Documents with good and sufficient surety for the faithful performance of such Contract and for
the Prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the
Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference
not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the
Obligee may in good faith contract with another party to perform the Work covered by said bid,then this obligation
shall be null and void,otherwise to remain in full force and effect.
Signed and sealed this day of 20
(Witness) (Principao (Seao
(Title)
(Surety) (Seai)
(Witness) (Title)
Clallam.County Veteran's Center Improvements August 2014
Division 00-Supplemental Bid Forms
Clallam County Parks,Fair&Facilities
DIVISION ZERO Supplemental Bid Forms
Section 004000
ARTICLE 2 -STATEMENT OF BIDDER'S QUALIFICATIONS
When requested by the Owner, Contractor shall complete and submit the below information within three
days of notification by Owner.
1. Name of Bidder:
2. Business Address:
3. How many years has said bidder been engaged in the contracting business under the present firm
name?
4. Contracts now in hand (Gross Amount):
5. General character of work performed by said company:
6. List of more important projects constructed by said company, including approximate costs and dates:
7. List of company's major equipment:
8. Bank References:
9. Department of Labor and Industries Firm No.:
10. Department of Revenue Registration:
Name of Bidder Title
By Date
Clallam County Veteran's Center Improvements August 2014
Division 00-Supplemental Bid Forms
Claflarn County Parks,Fair&Facilities
DIVISION ZERO Supplemental Bid Forms
Section 004000
ARTICLE 3 -STATEMENT OF PROPOSED SUB-CONTRACTORS AND MAJOR MATERIAL
SUPPLIERS
The Contractor shall submit a complete list of all major material suppliers and a sub-contractor's
list within three days of notification of Bid award or upon request by the Owner. NOTE: Per
RCW39.30.060, projects expected to cost one million dollars or more are required,as part of the
Bid or within one hour after the published Bid Submittal Time,to submit a subcontractor list.
Failure to submit this information shall render the Bid Non-responsive. (See RCW39.30.060 for
full text)
Sub-Contractor's List
NAME&ADDRESS DESCRIPTION OF WORK/MATERIAL
MATERIAL SUPPLIERS
Clallam County Veteran's Center Improvements August 2014
Division 00-Supplemental Bid Forms
Clallarn County Parks,Fair&Facilities
DIVISION ZERO Supplemental Bid Forms
Section 004000
ARTICLE 4 - RETAINAGE INVESTMENT OPTION DECLARATION
CONTRACTOR:
PROJECT NAME: Ciallam County Veteran's Center Improvements
PROJECT NUMBER: 621306VC
Pursuant to RCW`60.28.010, as amended, you may choose how your Retainage under this contract will
be held and invested. Please complete and sign this form indicating your preference. If you fail to do so,
the County will hold your Retainage as described in "Current Expense"Option I below:
1 Current Expense: The County will retain the money in its Current Expense Fund
Account until thirty days following final acceptance of the improvement or work as
completed. You will not receive interest earned on this money.
2. Interest Bearing Account: The County will deposit Retainage checks in an interest
bearing account in a bank, mutual savings bank, or savings and loan association, not
subject to withdrawal until after the final acceptance of the improvement or work is
completed, or until agreed to by both parties. Interest on the account will be paid to
you.
3. Escrow/Investments: the County will place the Retainage checks in escrow with a
bank or trust company until thirty days following the final acceptance to the
improvement or work as completed. When the moneys reserved are to be placed in
escrow, the County will issue a check representing the sum of the moneys reserved
payable to the bank or trust company and you jointly. This check will be converted
into bonds and securities chosen by you and approved by the County and these
bonds and securities will be held in escrow. Interest on these bonds and securities
will be paid to you as interest accrues.
4. The Contractor may at his/her option choose to not submit a performance bond and
agrees to a 50% Retainage in lieu of a performance bond. Retainage to be released
when Contract is complete and all paperwork submitted. (Pertains to projects under
$25,000 ONLY)
Retainage is normally released 30-40 days after final acceptance of work by the County, or
following receipt of Labor and Industries Department of Revenue clearance, whichever takes
longer.
(Contractors Signature)
(Title)
Clallarn County Veteran's Center Improvements August 2014
Division 00-Supplemental Bid Forms
Clallam County Parks,Fair&Facilities
DIVISION ZERO Supplemental Bid Forms
Section 004000
ARTICLE 5 - PERFORMANCE AND PAYMENT BOND FORM
The Contractor will use AIA Document A312 Forms, as revised, as the acceptable forms when providing
bonds.
ARTICLE 6 - INDUSTRIAL INSURANCE PREMIUMS AND CONFESSION OF JUDGMENT
1. The contractor shall pay, and is responsible for payment of, all industrial insurance premiums that
become due and payable to the Washington State Department of Labor and Industries(Department)
pursuant to Title 51, RCW, whether such premiums are attributable to the contractor or its subcontractors.
2. In the event that Clallarn County is required to make industrial insurance premiums to the
Department due to the failure, neglect or refusal of the contractor to make payment as required herein,
the contractor authorizes Clallarn County to take judgment against it, and the contractor hereby
confesses judgment, in the amount which Clallarn County is required to pay the Department pursuant to
Title 51, RCW to satisfy contractors liabilities hereunder. The contractor confesses judgment in an
amount equal to the entire industrial insurance premium liability due to the Department on behalf of the
contractor and its subcontractors hereunder, less any premium payments previously made to the
Department by the contractor.
3. The contractor expressly agrees that the amount confessed herein was expressly negotiated and
that the amount due to Clallarn County for satisfying contractor's obligations to the Department hereunder
is due,justly due or to become due.
4. Until such time as Clallarn County is actually reimbursed for industrial insurance premiums paid
to the Department due to the failure, neglect or refusal of the contractor to meet its obligations hereunder,
the contractor shall be debarred from bidding on any projects for which Clallarn County solicits bids-
Corporate:
State of
) ss
County of
On this day of 20_, before me personally appeared
, to me known to be the (president, vice
president, secretary, treasurer, or other authorized officer or agent, as the case may be)of the
corporation that executed the within and foregoing instrument, and acknowledged said instrument to be
the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned,
and on oath stated that he was authorized to execute said instrument and that the seal affixed is the
corporate seal of said corporation.
In witness whereof I have hereunto set my hand and affixed my official seal the day and year first above
written.
(CORPORATE SEAL) (Contractors Signature)
(Title)
Clallam County Veteran's Center Improvements August 2014
Division 00-Supplemental Bid Forms
Clallarn County Parks,Fair&Facilities
DIVISION ZERO Supplemental Bid Forms
Section 004000
Notary Public in and for the State of Washington
Residing at
Individual:
State of
ss
County of
On this day personally appeared before me to me known to be
the individual, or individuals described in and who executed the within and foregoing instrument, and
acknowledged that he (she or they) signed the same as his (her or their)free and voluntary act and deed,
for the uses and purposes therein mentioned. Given under my hand and official seal this day of
120
(Contractor's Signature)
(Title)
Notary Public in and for the State of Washington
Residing at
END OF SECTION 004000
Clallain County Veteran's Center Improvements August 2014
Division 00-Supplemental Bid Forms
Clallam County Parks,Fair&Facilities
DIVISION ZERO Form of kgreement Between Owner and Contractor
Section 005000
FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR
Project Name: CLALLAM COUNTY VETERAN'S CENTER IMPROVEMENTS
Project Number: 621306VC
This agreement is entered into between Clallam County, a political subdivision of the State of
Washington, hereafter called "County"and , hereinafter called "Contractor'.
The Owner and Contractor agree as set forth below:
1. This Agreement is comprised of the Bidding Documents, Contract Documents,the Agreement, Plans
and Specifications as described in the Contract Documents, Addenda issued prior to execution of this
Agreement and modifications issued after execution of this Agreement.
2. The Contractor shall execute the entire work described in the Bidding and Contract Documents.
3. The date of commencement is the date the Contractor receives a signed copy of this Agreement by
the Board of Commissioners,which shall be considered the notice to proceed.
4. The Contractor shall achieve Substantial Completion of the entire work no later than subject to
adjustments provided for in the Contract Documents.
5. The Owner shall pay the Contractor in current funds for Contractor's performance of the Contract the
Contract Sum of -dollars ($ subject to additions and
deductions as provided in the Contract Documents.
6. Progress Payments
a. The Owner shall make progress payments to the Contractor on account of the Contract Sum as
provided for below and elsewhere in the Contract Documents.
b. The Contractor shall submit Application for Payment on AIA Document G702 forms not more than
once per month or Contractor's own form with same information found on G702 Forms.
c. The Contractor shall submit Application for Payment prior to the last day of each calendar month
to the Owner or Owner's representative Architect.
d. The Owner shall make progress payments within 15 calendar days of receipt of Application for
Payment and certification that work has progressed satisfactorily.
e. Each Application for Payment shall be based upon the schedule of values submitted by the
Contractor in accordance with the Contract Documents. The schedule of values shall allocate
the entire Contract Sum among the various portions of the Work and be prepared in such form
and supported by such data to substantiate its accuracy as the Owner or Owners Architect may
require. This schedule, unless objected to by the Owner or Owners Architect, shall be used as a
basis for reviewing the Contractors Applications for payment.
f. Applications for Payment shall indicate the percentage of completion of each portion of the Work
as of the end of the period covered by the Application for Payment.
g. Subject to the provisions of the Contract Documents, the amount of each progress payment shall
be computed as follows:
L3 Take that portion of the Contract Sum properly allocable to completed Work as determined
by multiplying the percentage completion of each portion of the Work by the share of the total
Clallam County Veteran's Center Improvements August 2014
Division 00-Form of Agreement Between Owner and Contractor
Clallarn County Parks,Fair&Facilities
DIVISION ZERO Form of hweement Between Owner and Contractor
Section 005000
Contract sum allocated to that portion of the Work in the schedule of values, less Retainage
of five percent. Pending final determination of cost to the Owner of changes in the Work,
amounts not in the dispute may be included as provided in the General Conditions even
though, the Contract Sum has not yet been adjusted by Change Order.
Li Add that portion of the Contract Sum properly allocable to materials and equipment delivered
and suitably stored at the site for subsequent incorporation in the completed construction less
Retainage of five percent.
L3 Subtract the aggregate of previous payments made by the Owner; and
Li Subtract amounts, if any, for which the Owner or Architect has withheld or nullified a
Certificate of Payment as provided in the General Conditions.
7. Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the
Owner to the Contractor when (1)the Contract has been fully performed by the Contractor except for
the Contractor's responsibility to correct non-conforming Work as provided in the General Conditions
and to satisfy other requirements, if any,which necessarily survive final payment; and (2)a Final
Certificate for Payment has been issued by the Owner or Owner's representative Architect; such final
payment shall be made by the Owner not more than 30 days after the issuance of the Owner or
Owners representative Architect's final Certificate for Payment, punch list is completed and all close-
out paperwork and documents have been submitted to the Owner including Department of Revenue
clearance.
8. Other documents, if any, forming part of the Contract Documents are as follows:
A. UBI Certification # (copy to be attached to Agreement).
IN WITNESS WHEREOF, the Parties have executed this Agreement on this—day of_, 20
CONTRACTOR: OWNER:
BOARD OF CLAILLAM COUNTY COMMISSIONERS
(Name)
(By) Michael C. Chapman, Chair
(its)
Date: 20
ATTEST: Approved as to Form:
Clerk of the Board, Trish Holden, CMC Prosecuting Attorney's Office
END OF SECTION 005000
Clallarn County Veteran's Center Improvements August 2014
Division 00-Form of Agreement Between Owner and Contractor
Clallarn County Parks,Fair&Facilities
DIVISION ZERO General Conditions of the Contract
Section 006000
GENERAL CONDITIONS OF THE CONTRACT
ARTICLE I GENERAL PROVISIONS
1.1 Definitions
1.1.1 Contract Documents-consi st of Agreement between Owner and Contractor, General Conditions
of the Contract, Supplemental Conditions, Bidding Documents, Bonds, Drawings and Specifications,
Addenda, approved Alternates, and modifications issued after execution of the Agreement.
1.1.2 The term Work means the construction and services required by the Contract Documents and
includes all labor, materials, equipment and services provided by the Contractor to fulfill the Contractor's
obligations.
1.1.3 The Drawings are the graphic and pictorial portions of the Contract Documents showing the
design, location and dimensions of the Work.
1.1.4 The Specifications are that portion of the Contract Documents consisting of the written
requirements for materials, equipment construction systems, standards and workmanship for the Work
and performance of related services.
1.1.5 The Proeect Manual is the volume assembled for the work, which includes the Bidding
Documents including Call for Bids and Instructions to Bidders, and Contract Documents.
1.2 Execution, Correlation and Intent
1.2.1 The Contract Documents shall be signed by the Owner and Contractor, as provided in the
Agreement.
1,2*2 Execution of the contract by the Contractor is a representation that the Contractor has visited the
site, become familiar with local conditions under which the Work is to be performed and correlated
personal observations with requirements of the Contract Documents.
1.2.3 The intent of the Contract Documents is to include all items necessary for the proper execution
and completion of the Work by the Contractor. The Contract Documents are complementary, and what is
required by one shall be as binding as if required by all.
In the event of a conflict or discrepancy in or between the Contract Documents, interpretation shall be
governed as set forth in the following order, the first taking highest precedence:
1. Agreement(Owner-Contractor)
2. Addenda
3. National, State and local codes or ordinances
4. Supplementary Conditions
5. Other Conditions
6. General Conditions
7. Specifications (Division 1 through 16). Specifications shall govern over drawings and general
notes insofar as quality of materials, thickness or gauge of materials, finish of materials,
composition of materials and quality of workmanship.
8. Drawings. Figure dimensions on drawings shall govern over nominal dimensions and over
drawings without figured dimensions. Largest scale drawing covering any portion of the work
shall govern over small-scale drawings of same portion of work, except as noted herein for
Clallam County Veteran's Center Improvements August 2014
Division 00-General Conditions
Clallam County Parks,Fair&Facilities
DIVISION ZERO General Conditions of the Contract
Section 006000
figured dimensions. Actual physical dimensions of specified stock items shall govern over
dimensions shown on drawings on work to receive such stock items. Custom items or modified
stock items shall be fabricated to dimensions shown on drawings or to fit into other dimensioned
work.
Should conflict occur in or between drawings and specifications, Contractor is deemed to have estimated
the more expensive way of doing work unless he has asked for and obtained written decision (4) Four
working days before submission of bids as to which method or materials will be required.
1.2.4 Organization of the Specifications into divisions, sections and articles, and arrangement of
Drawings shall not control the Contractor in dividing the Work among Subcontractors or in establishing
the extent of Work to be performed by any trade.
1.2.5 Unless otherwise stated in the Contract Documents, words which have well-known technical or
construction industry meanings are used in the Contract Documents in accordance with such recognized
meanings.
1.2.6 The apparent silence of the specifications or plans as to any detail or the apparent omission from
them of a detailed description concerning any point shall be regarded as meaning that only the best
general practice is to prevail and that only material and workmanship of first quality are to be used. All
interpretations of these specifications shall be made on the basis above stated.
1.3 Ownership of Documents
1.3.1 The Drawings, Specifications and other documents prepared by the Owner or Owner's Architect
are instruments of the Owner's service through which the Work to be executed by the Contractor is
described. The Owner shall be deemed the author of them and will retain all common law, statutory and
other reserved rights, in addition to the copyright.
ARTICLE 2 OWNER
2.1.1 The Owner is the person or entity identified as such in the Agreement and is referred to
throughout the contract Documents as if singular in number. The term "Owner"means the Owner or the
Owners authorized representative.
2.1.2 The Owner shall furnish surveys, utility locations, or other records that the Owner has presently
on file or presently knows of to the contractor upon request. The Owner will not provide additional
surveys, layouts or locations unless specifically stated elsewhere in the Contract Documents.
2.1.3 The Owner shall secure and pay for the building permit. All other permits and fees for permits,
shall be paid for by the Contractor.
2.1.4 The Owner shall have additional responsibilities enumerated herein.
2.1.5 If the Contractor fails to correct Work or persistently fails to carry out Work in accordance with the
Contract Documents, the Owner, by written order signed personally or by an agent specifically so
empowered by the Owner in writing, may order the Contractor to stop the work, or any portion thereof,
until the cause for such order has been eliminated.
Clallarn County Veteran's Center Improvements August 2014
Division 00-General Conditions
ClaHarn County Parks,Fair&Facilities
DIVISION ZERO General Conditions of the Contract
Section 006000
ARTICLE 3 CONTRACTOR
3.1.1 The Contractor is the person or entity identified as such in the Agreement and is referred to
throughout the Contract Documents as if singular in number. The term"Contractor"means the
Contractor or the Contractor's authorized representative.
3.1.2 The Contractor shall carefully study and compare the Contract Documents with each other and
with information furnished by the Owner and shall at once report to the Owner errors, inconsistencies or
omissions discovered. The Contractor shall not be liable to the Owner for damage resulting from errors,
inconsistencies or omissions in the Contract Documents unless the Contractor recognized (or should
have recognized)such error, inconsistency or omission and knowingly failed to report it to the Owner. If
the Contractor performs any construction activity knowing it involves a recognized error, inconsistency or
omission in the Contract Documents without such notice to the Owner, the Contractor shall assume
appropriate responsibility for such performance and shall bear an appropriate amount of the attributable
costs for correction.
3.1.3 The Contractor shall take field measurements and verify field conditions and shall carefully
compare such field measurements and conditions and other information known to the Contractor with the
Contract Documents before commencing activities. Errors, inconsistencies or omissions discovered shall
be reported to the Owner at once.
3.1.4 The Contractor shall supervise and direct the Work, using the Contractor's best skill and
attention. The Contractor shall be solely responsible for and have control over construction means,
methods, techniques, sequences and procedures and for coordinating all portions of the Work under the
Contract, unless Contract Documents give other specific instructions concerning these matters.
The Contractor shall have a Full-Time Superintendent,accepted by the Owner, dedicated
specifically to this Project.
The Contractor shall be responsible to fully inform his superintendent of all project activity including but
not limited to progress, problems, decisions, changes and deficiencies as they happen. Should
circumstances arise such that a new superintendent is assigned (subject to conditions as contained in the
following subparagraph), the Contractor shall in addition to the foregoing, assure that the new
superintendent has knowledge of all prior project history. Failure of a new superintendent to have
complete knowledge of the project shall not relieve the contractor from compliance with the Contract or
with any changes, decisions of directions occurring prior to the assignment of the new superintendent.
Within Ten Calendar days after issuance of the Notice to Proceed, the Contractor shall furnish to the
Architect and Owner a chain-of-command organizational chart,which includes all supervisory personnel,
including the Contractor's project manager and the superintendent that the Contractor intends to use on
the Work. The superintendent shall remain on the Project whenever Subcontractors are present unless
the job is closed down due to a legal holiday, a general strike, conditions beyond, the control of the
Contractor, termination of the Contract in accordance with the Contract Documents, prior agreement with
Owner, or Final Completion is attained. The superintendent shall not be changed without the approval of
the Owner,which shall not be unreasonably withheld. The superintendent can be employed on other
projects during the course of the Work, only with the written approval of the Owner. The Owner' approval
of change in superintendence shall not for any reason give rise to claim for change in time or contract
amount.
3.1.5 The Contractor shall be responsible to the Owner for acts and omissions of the Contractors
employees, Subcontractors and their agents and employees, and other persons performing portions of
the Work under a contract with the Contractor.
Clallam County Veteran's Center Improvements August 2014
Division 00-General Conditions
Clallam County Parks,Fair&Facilities
DIVISION ZERO General Conditions of the Contract
Section 006000
3.1.6 Unless otherwise provided in the Contract Documents, the Contractor shall provide and pay for
labor, materials, equipment,tools, construction equipment and machinery, water, heat, utilities,
transportation, and other facilities and services necessary for proper execution and completion of the
Work,whether temporary or permanent and whether or not incorporated or to be incorporated in the
Work.
3.1.7 The Contractor shall enforce strict discipline and good order among the Contractor's employees
and other persons carrying out the Contract. The Contractor shall not permit employment of unfit persons
or persons not skilled in tasks assigned to them. Should any Contractor employee or subcontractor be,
or become objectionable to the Owner, said party will be immediately replaced by the Contractor upon
written request from the Owner, at no additional cost to the Owner.
3.1.8 The Contractor warrants to the Owner that materials and equipment furnished under the Contract
will be of good quality and new, that the Work will be free from defects not inherent in the quality required
or permitted, and that the Work will conform with the requirements of the Contract Documents. Work not
conforming to these requirements, including substitutions not properly approved and authorized, may be
considered defective. The Contractor's warranty excludes remedy for damage or defect caused by
abuse, modifications not executed by the Contractor, improper or insufficient maintenance, improper
operation, or normal wear and tear under normal usage. If required by the Owner the Contractor shall
furnish satisfactory evidence as to the kind and quality of materials and equipment.
3.1.9 The Contractor shall pay sales, consumer, use and similar taxes for the work or portions thereof
provided by the Contractor which are legally enacted when bids are received or negotiations concluded,
whether or not yet effective or merely scheduled to go into effect.
3.1.10 Other than the Building Permit, the Contractor shall secure and pay for all permits and
governmental fees, licenses and inspections necessary for proper execution and completion of the Work.
3.1.11 The Contractor shall comply with and give notices required bylaws, ordinances, rules,
regulations and lawful orders of public authorities bearing on performance of the Work.
3.1.12 If the Contractor observes that portions of the Contract Documents are at variance with codes,
the Contractor shall promptly notify the Owner in writing, and necessary changes shall be accomplished
by appropriate modification.
3.1.13 If the Contractor performs Work knowing or should have known it to be contrary to laws, statutes,
ordinances, building codes, and rules and regulations without such notice to the Owner, the Contractor
shall assume full responsibility for such Work and shall bear the attributable costs.
3.1.14 The Contractor shall keep the premises and surrounding area free from accumulation of waste
materials or rubbish caused by operations under the Contract. At completion of the work, the Contractor
shall remove from and about the Project waste materials, rubbish, the Contractor's tools, construction
equipment, machinery and surplus materials.
3.1.15 If the Contractor fails to clean up as provided in the Contract Documents, the Owner may do so
and the cost thereof shall be charged to the Contractor.
3.1.16 The Contractor shall provide the Owner access to the Work in preparation and progress
wherever located.
3.1.17 To the fullest extent permitted by law, the Contractor shall defend, indemnify and hold harmless,
the Owner, Architect, Architect's consultants, and agents and employees of any of them from and against
Clallarn County Veteran's Center Improvements August 2014
Division 00-General Conditions
Clallam County Parks,Fair&Facilities
DIVISION ZERO General Conditions of the Contract
Section 006000
claims, damages, losses and expenses, including but not limited to attorney's fees, arising out of or
resulting from performance of the Work, provided that such claim, damage, loss or expense is attributable
to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property(other than
the work itself) including loss of use resulting therefrom, but only to the extent caused in whole or in part
by negligent acts or omissions of the Contractor, a Subcontractor, anyone directly or indirectly employed
by them or anyone for whole acts they may be liable, regardless of whether or not such claim, damage,
loss or expense is caused in part by a party indemnified hereunder. Such obligation shall not be
construed to negate, abridge, or reduce other rights or obligations of indemnity which would otherwise
exist as to a party or person described in this Paragraph.
3.1.18 With respect to performance of this agreement and as to claims against the county, its elected
and appointed officers, agents and employees, the Contractor expressly waives its immunity under Title
51 RCW, the Industrial Insurance Act, as now and hereafter amended, for injuries to its employees and
agrees that the obligations to indemnify, defend and hold harmless provided in this agreement extend to
any claim brought by or on behalf of any employee of the Contractor. This waiver is mutually negotiated
by, the Owner and Contractor.
ARTICLE 4 ADMINISTRATION OF THE CONTRACT
4.1 The Owner's project manager shall be the administrator of the contract unless the Owner has
agreement for architectural services.
4.1.1 The Architect is the person lawfully licensed to practice architecture or an entity lawfully
practicing architecture identified as such in the Agreement and is referred to throughout the Contract
Documents as if singular in number. The term "Architect"means the Architect or the Architect's
authorized representative,
4.1.2 Duties, responsibilities and limitations of authority of the Architect as set forth in the Contract
Documents shall not be restricted, modified or extended without written consent of the Owner, Contractor
and Architect. Consent shall not be unreasonably withheld.
4.1.3 The Architect will provide administration of the Contract as described in the Contract documents,
and will be the Ownels representative (1)during construction, (2)until final payment is due and (3)with
the Owners concurrence, from time to time during the correction period. The Architect will advise and
consult with the Owner. The Architect will have authority to act on behalf of the Owner only to the extent
provided in the Contract Documents, unless otherwise modified by written instrument in accordance with
other provisions of the Contract.
4.1.4 The Architect will visit the site five(5)times(which includes pre-construction meetings and
substantial completion review)at intervals appropriate to the stage of construction to become generally
familiar with the progress and quality of the completed Work and to determine in general if the Work is
being performed in a manner indicating that the Work,when completed, will be in accordance with the
Contract Documents. However, the Architect will not be required to make exhaustive, (more than five
trips)or continuous on-site inspections to check observations as an architect,the Architect will keep the
Owner informed of progress of the Work, and will endeavor to guard the Owner against defects and
deficiencies in the Work.
4.1.5 Except as otherwise provided in the Contract Documents or when direct communications have
been specially authorized, the Owner and Contractor shall endeavor to communicate through the
Architect. Communications by and with the Architect's consultants shall be through the Architect.
Clallam County Veteran's Center Improvements August 2014
Division 00-General Conditions
Clallarn County Parks,Fair&Facilities
DIVISION ZERO General Conditions of the Contract
Section 006000
Communications by and with Subcontractors and material suppliers shall be through the Contractor.
Communications by and with separate contractors shall be through the Owner.
4.1.6 Based on the Architect's observations and evaluations of the Contractor's Applications for
Payment, the Architect will review and certify the amounts due the Contractor and will issue Certificates
for Payment in such amounts to the Owner who has final approval and authority.
4.1.7 The Architect,with Owner's approval, will have authority to reject Work, which does not conform
to the Contract documents. Whenever the Architect,with Owner's approval, considers it necessary or
advisable for implementation of the intent of the Contract Documents,the Architect,with Owner's
approval, will have authority to require additional inspection or testing of the work. However, neither this
authority of the Architect nor a decision made in good faith either to exercise or not to exercise such
authority shall give rise to a duty or responsibility of the Architect to the Contractor, Subcontractors,
material and equipment suppliers, their agents or employees, or other persons performing portions of the
Work.
4.1.8 The Architect will review and,with Owner's approval, approve or take other appropriate action
upon the Contractor's submittals such as Shop Drawings, Product Data and Samples, but only for the
limited purpose of checking for conformance with information given and the design concept expressed in
the Contract Documents.
4.1.9 The Architect,with the Owner's approval,will prepare Change Orders and Construction Change
Directives, and may authorize minor changes in the work as provided in Paragraph 7.1.4.
4.1.10 The Architect will conduct inspections to determine the date or dates of Substantial Completion
and the date of final completion, will received and forward to the Owner for the Owner's review and
records written warranties and related documents required by the Contract and assembled by the
Contractor, and will issue a final Certificate for Payment upon compliance with the requirements of the
Contract Documents.
ARTICLE 5 SUBCONTRACTORS
5.1 Definitions
5.1.1 A Subcontractor is a person or entity that has a direct contract with the Contractor to perform a
portion of the Work at the site.
5.1.2 Unless otherwise stated in the Contract Documents or the bidding requirements, the Contractor,
as soon as practicable after award of the Contract, shall furnish in writing to the Owner the names of
persons or entities(including those who are to furnish materials or equipment fabricated to a special
design)proposed for each principal portion of the Work. The Owner will promptly reply to the Contractor
in writing stating whether or not, after due investigation, the Owner has reasonable objection to any such
proposed person or entity. Failure of the Owner to reply promptly shall constitute notice of no reasonable
objection.
5.1.3 The Contractor shall not contract with a proposed person or entity to which the Owner has made
reasonable and timely objection.
5.1.4 If the Owner has reasonable objection to a person or entity proposed by the Contractor, the
Contractor shall propose another to whom the Owner has no reasonable objection. The Contract Sum
shall be increased or decreased by the difference in cost occasioned by such change and an appropriate
Clallam County Veteran's Center Improvements August 2014
Division 00-General Conditions
Clallam County Parks,Fair&Facilities
DIVISION ZERO General Conditions of the Contract
Section 006000
Change Order shall be issued. However, no increase in the Contract Sum shall be allowed for such
change unless the Contractor has acted promptly and responsively in submitting names as required.
5.1.5 By appropriate agreement,written where legally required for validity, the Contractor shall require
each Subcontractor, to the extent of the Work to be performed by the Subcontractor, to be bound to the
Contractor by terms of the Contract Documents, and to assume toward the Contractor all the obligations
and responsibilities which the Contractor, by these Documents, assumes toward the Owner and
Architect. Each subcontract agreement shall preserve and protect the rights of the Owner and Architect
under the Contract Documents with respect to the Work to be performed by the Subcontractor so that
subcontracting thereof will not prejudice such rights, and shall allow to the Subcontractor, unless
specifically provided otherwise in the subcontract agreement, the benefit of all rights, remedies and
redress against the Contractor that the Contractor, by the Contract Documents, has against the Owner.
Where appropriate,the Contractor shall require each Subcontractor to enter into similar agreements with
Sub-subcontractors. The Contractor shall make available to each proposed Subcontractor, prior to the
execution of the subcontract agreement, copies of the Contract Documents to which the Subcontractor
will be bound, and, upon written request of the Subcontractor, identify to the Subcontractor terms and
conditions of the proposed subcontract agreement which may be at variance with the Contract
Documents. Subcontractors shall similarly make copies of applicable portions of such documents
available to their respective proposed Sub-subcontractors.
ARTICLE 6 CONSTRUCTION BY OWNER
6.1.1 The Owner reserves the right to perform construction or operations related to the Project with the
Owners own forces, and to award separate contracts in connection with other portions of the Project or
other construction or operations on the site under Conditions of the Contract identical or substantially
similar to these including those portions related to insurance and waiver of subrogation. If the Contractor
claims that delay or additional cost is involved because of such action by the Owner, the Contractor shall
make such Claim as provided elsewhere in the Contract Documents.
6.1.2 The Owner shall provide for coordination of the activities of the Owners own forces.
6.1.3 If part of the Contractor's Work depends,for proper execution or results, upon construction or
operations by the Owner or a separate contractor, the Contractor shall, prior to proceeding with that
portion of the Work, promptly report to the Owner apparent discrepancies or defects in such other
construction that would render it unsuitable for such proper execution and results. Failure of the
Contractor to so report shall constitute an acknowledgment that the Owners or separate contractors'
completed or partially completed construction is fit and proper to receive the Contractor's Work, except as
to defects not then reasonably discoverable.
ARTICLE 7 CHANGES IN THE WORK
7.1.1 Changes in the work may be accomplished after, execution of the Contract and without
invalidating the Contract by Change Order.
7.1.2 A Change Order shall be based upon agreement among the Owner, Contractor and Architect.
7.1.3 Changes in the Work shall be performed under applicable provisions of the Contract Documents,
and the Contractor shall proceed promptly, unless otherwise provided in the Change Order.
Clallarn County Veteran's Center Improvements August 2014
Division 00-General Conditions
Clallam County Parks,Fair&Facilities
DIVISION ZERO General Conditions of th e Contract
Section 006000
7.1.4 A Change Order is a written instrument prepared by the Owner or Architect and signed by the
Owner, Contractor and Architect stating their agreement upon all of the following:
1. a change in the Work,
2. the amount of the adjustment in the Contract Sum, if any; and
3. the extent of the adjustment in the Contract Time, if any.
ARTICLE 8 TIME AND LIQUIDATED DAMAGES
8.1.1 Contract time shall be as stated on the Notice of Call for Bids,from date of commencement
established in the Agreement until final completion.
8.1.2 Time limits stated in the Contract Documents are of the essence of the Contract. By executing
the Agreement,the Contractor confirms that the Contract Time is a reasonable period for performing the
Work.
8.1.3 The Contractor shall not knowingly, except by agreement or instruction of the Owner in writing,
prematurely commence operations on the site or elsewhere prior to the effective date of insurance to be
furnished by the Contractor. The date of commencement of the Work shall be not changed by the
effective date of such insurance. Unless the date of commencement is established by a notice to
proceed given by the Owner, the Contractor shall notify the Owner in writing not less than five days or
other agreed period before commencing the work to permit the timely filing of mortgages, mechanic's
liens and other security interests.
8.1.4 If the Contractor is delayed at any time in progress of the Work by an act or neglect of the Owner,
or of an employee of either, or of a separate contractor employed by the Owner, or by changes ordered in
the Work, or by labor disputes, fire, unavoidable casualties or other causes beyond the Contractor's
control, or by delay authorized by the Owner,then the Contract time shall be extended by Change Order.
8.1.5 Should the Contractor fail to complete the Work within the Contract Time, the Owner will sustain
damage.
8.1.6 Therefore, the parties agree that the Contractor shall pay the Owner, as liquidated damages and
not as penalty, an amount as follows, which shall be considered to be the amount of the damage
sustained by the Owner on account of the condition specified and shall continue to be paid until the
condition specified is met.
8.1.7 It is agreed by the parties that time is of essence in this agreement and, if the date of final
completion is delayed, the Owner will be damaged. The exact amount of the damage will be difficult to
calculate, but will include such items as outside leases, loss of efficient function, and inconvenience to the
public and to the Owner. It is agreed between the parties that the amount of damages will be
$250.00 per calendar day from Final Completion date as designated on the Form of Agreement
Between Owner and Contractor. The Owner may deduct the sum of such liquidated damages from
any moneys due or that may become due the Contractor; or if such moneys are insufficient,the
Contractor or his Surety or Sureties shall pay the difference.
ARTICLE 9 PAYMENTS AND COMPLETION
9.1.1 The Contract Sum is stated in the Agreement and, including authorized adjustments, is the total
amount payable by the Owner to the Contractor for performance of the Work under the Contract
Documents.
Clallam County Veteran's Center Improvements August 2014
Division 00-General Conditions
Clallam County Parks,Fair&Facilities
DIVISION ZERO General Conditions of the Contract
Section 006000
9.1.2, Before the first Application for Payment, the Contractor shall submit to the Owner or Architect a
schedule of values allocated to various portions of the work, prepared in such form and supported by
such data to substantiate its accuracy as the Owner or Architect may require. This schedule, unless
objected to by the Owner or Architect, shall be used as a basis for reviewing the Contractor's Applications
for Payment.
9.1.3 At least ten days before the date established for each progress payment, the Contractor shall
submit to the Owner or Architect, if one is used, an itemized Application for Payment for operations
completed in accordance with the schedule of values. Such application shall be notarized, if required,
and supported by such data substantiating the Contractors right to payment as the Owner or Architect
may require, such as copies or requisitions from Subcontractors and material suppliers, and reflecting
Retainage if provided for elsewhere in the Contract Documents.
9.1.4 Such applications may include requests for payment on account of changes in the work which
have been properly authorized by Change Orders.
9.1.5 Such applications may not include requests for payment of amounts the Contractor does not
intend to pay to a Subcontractor or material supplier because of a dispute or other reason.
9.1.6 Unless otherwise provided in the Contract Documents, payments shall be made on account of
materials and equipment delivered and suitably stored at the site for subsequent incorporation in the
Work.
9.1.7 The Contractor warrants that title to all Work covered by an Application for Payment will pass to
the Owner no later than the time of payment. The Contractor further warrants that upon submittal of an
Application for Payment, all Work for which Certificates for Payment have been previously issued and
payments received from the Owner shall,to the best of the Contractor's knowledge, information and
belief, be free and clear of liens, claims, security interests or encumbrances in favor of the Contractor,
Subcontractors, material suppliers, or other persons or entities making a claim by reason of having
provided labor, materials and equipment relating to the Work.
9.1.8 The Owner shall determine the payment amount to be made to the Contractor.
9.1.9 At the time each month stipulated in the Owner/Contractor Agreement,the Owner shall pay to the
Contractor an amount equal to ninety-five percent(95%) of the value of labor and material incorporated in
the work, all as approved by the Architect in accordance with the provisions of the Contract Documents;
such amount paid to the Contractor shall be less the total of all previous payments and deductions
provided for in the Contract Documents. The five percent(5%)withheld shall be Retainage,which shall
be paid as provided hereinafter. The percentage of contract retained shall be five percent(5%)pursuant
to RCW Chapter 60.28, as amended. Thirty days after final acceptance of the completed work, the
balance due will be paid, provided,
a. The work be fully completed.
b. Certification has been received by the Owner from the State Department of Labor and
Industries, as to payment of prevailing wages, in conformance with laws.
c. Certification has been received by the Owner from the State Department of Revenue that all
taxes have been paid, no tax lien may exist, and
d. The Contractor warrants to the Owner all claims by materialmen and workmen, if any, for
unpaid charges against the work have been satisfied, and
e. To hold the Owner harmless from all liens on the completed work.
In the event these provisions are not met, the Owner may pay a percentage of the Retainage, holding
back that quantity of money for materialmen and laborers liens, tax liens, cost and attorney's fees to
Clallam County Veteran's Center Improvements August 2014
Division 00-General Conditions
Clallam County Parks,Fair&FacHities
DIVISION ZERO General Conditions of the Contract
Section 006000
defray the cost of foreclosing all other liens, costs, and Architect's fee to defray cost of additional
Construction Administration services.
After the award of a Contract for public improvement or work for which retained percentages are required
to be reserved under the provisions of RCW 60.28.010. Owner shall require the Contractor to exercise in
writing, one of the options listed in RCW 60.20.010. Retained amounts shall be paid into an escrow
account, if requested, in a financial institution chosen by the Contractor and approved by the Owner, the
interest earnings from which shall accrue to the benefit of the Contractor.
9.1.10 Final payment will not be made by the Owner until all contract conditions and requirements have
been fulfilled and all forms and certificates are received in full.
9.1.11 Upon receipt of written notice that the Work is ready for final inspection and acceptance and upon
receipt of a final Application for Payment, the Owner or Architect will promptly make such inspection, and
when Owner and Architect finds the Work acceptable under the Contract Documents and the Contract
fully performed, the Architect will promptly issue a final Certificate for Payment.
ARTICLE 10 PROTECTION OF PERSONS AND PROPERTY
10.1.1 The Contractor shall be responsible for initiating, maintaining and supervising full4ime, all safety
precautions and programs in connection with the performance of the Contract.
10.1.2 In the event the Contractor encounters on the site material reasonably believed to be asbestos or
polychlorinated biphenyl (PCB), which has not been rendered harmless, the Contractor shall immediately
stop Work in the area affected and report the condition to the Owner and Architect in writing. The Work in
the affected area shall not thereafter be resumed except by written agreement of the Owner and
Contractor if, in fact,the material is asbestos or polychlorinated biphenyl (PCB)and has not been
rendered harmless. The work in the affected area shall be resumed in the absence of asbestos or PCB,
or when it has been rendered harmless by written agreement of the Owner and Contractor.
10.1.3 The Contractor shall take reasonable precautions for safety of, and shall provide reasonable
protection to prevent damage, injury or loss to:
1. employees on the Work and other persons who may be affected thereby;
2. the work and materials and equipment to be incorporated therein,whether in storage on or
off the site, under care, custody or control of the Contractor or the Contractors
Subcontractors or Sub-subcontractors, and
3. other property at the site or adjacent thereto, such as trees, shrubs, lawns,walks,
pavements, roadways, structures and utilities not designated for removal, relocation or
replacement in the course of construction.
10.1.4 The Contractor shall give notices and comply with applicable laws, ordinances, rules, regulations
and lawful orders of public authorities bearing on safety of persons or property or their protection from
damage, injury or loss.
10.1.5 The Contractor shall erect and maintain, as required by existing conditions and performance of
the Contract, reasonable safeguards for safety and protection, including posting danger signs and other
warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent
sites and utilities.
Clallarn County Veteran's Center Improvements August 2014
Division 00-General Conditions
Clallarn County Parks,Fair&Facilities
DIVISION ZERO General Conditions of the Contract
Section 006000
10.1.6 When use or storage of explosive or other hazardous materials or equipment or unusual methods
are necessary for execution of the Work, the Contractor shall exercise utmost care and carry on such
activities under supervision of properly qualified personnel.
10.1.7 The Contractor shall promptly remedy damage and loss(other than damage or loss insured
under property insurance required by the Contract Documents)to property caused in whole or in part by
the Contractor, a Subcontractor, a Sub-subcontractor, or anyone directly or indirectly employed by any of
them, or by anyone for whose acts they may be liable and for which the Contractor is responsible, except
damage or loss attributable to acts or omissions of the Owner or Architect or anyone directly or indirectly
employed by either of them, or by anyone for whose acts either of them may be liable, and not
attributable to the fault or negligence of the Contractor. The foregoing obligations of the Contractor are in
addition to the Contractors obligations.
10.1.8 The Contractor shall not load or permit any part of the construction or site to be loaded so as to
endanger its safety.
10.1.9 In an emergency affecting safety of persons or property, the Contractor shall act, at the
Contractors discretion, to prevent threatened damage, injury or loss.
10.1.10 The Contractor agrees to comply with Chapter 49.18 RCW providing that no laborer, workman,
or mechanic in the employ of the Contractor, Subcontractor, or other person doing or contracting to do
the work or any part of the work contemplated by the Contract, shall be permitted or required to work
more than eight(8) hours in any one calendar day, provided that, in cases of extraordinary emergency,
such as danger to life or property, the hours of work may be extended, but in such cases shall not be less
than one and one-half times the rate allowed for this same amount of time during eight(8) hours' service.
Any work necessary to be performed after regular working hours, or Sunday or legal holidays shall be
performed without additional expense to the Owner. Contractor further agrees the said Contract is
terminable in case the Contractor shall violate the provisions of such act.
ARTICLE11 INSURANCE & BONDS
11,1.1 The Contractor shall purchase from and maintain in a company or companies lawfully authorized
to do business in the jurisdiction in which the Project is located such insurance as will protect the
Contractor from claims set forth below which may arise out of or result from the Contractor's operations
under the Contract and for which the Contractor may be legally liable,whether such operations be by the
Contractor or by a Subcontractor or by anyone directly or indirectly employed by any of them, or by
anyone for whose acts any of them may be liable:
1. claims under workers or workmen's compensation, disability benefit and other similar
employee benefit acts which are applicable to the Work to be performed;
2. claims for damages because of bodily injury, occupational sickness or disease, or death of
the Contractors employees;
3. claims for damages because of bodily injury, sickness or disease, or death of any person
other than the Contractor's employees;
4. claims for damages insured by usual personal injury liability coverage which are sustained (1)
by a person as a result of an offense directly or indirectly related to employment of such
person by the Contractor, or(2) by another person;
5. claims for damages, other than to the Work itself, because of injury to or destruction of
tangible property, including loss of use resulting therefrom;
Clallarn County Veteran's Center Improvements August 2014
Division 00-General Conditions
Claflam County Parks,Fair&Facilities
DIVISION ZERO General Conditions of the Contract
Section 006000
6. claims for damages because of bodily injury, death of a person or property damage arising
out of ownership, maintenance or use of a motor vehicle; and
7. claims involving contractual liability insurance applicable to the Contractor's obligations.
11.1.2 The Contractor shall name the Owner, the Architect,their consultants, and their officers, agents,
and employees, as additional insured on the insurance policies, except the workers' or workmen's
compensation policy. The Contractor shall obtain from the Owner and Architect the list of names to
appear on the insurance policies.
11.1.3 The insurance required by Subparagraph 11.1.1 shall be written for not less than the following, or
greater if required by law:
1 Workers' Compensation;
a. State: Statutory
b. Applicable Federal (e.g. Longshoremen, harbor Work, Work at or outside U.S.
Boundaries): Statutory
C. Employers Liability: $1,000,000.00
d. Benefits Required by Union labor contracts: as applicable
e. Include all-states endorsement
2. Comprehensive General Liability(including Premises-Operations; Independent
Contractors Protective, Products and Completed Operations; Broad Form Property
Damage):
a. Bodily Injury:
-$1,000,000.00 Single Limit Per Occurrence
- Full Contract Amount Aggregate, Products and Completed Operations
b. Property Damage: Course of Construction Insurance
-Full Contract Amount Each Occurrence
-Full Contract Amount Aggregate
C. Products and Completed Operations Insurance shall be maintained until 30
days after final completion
d. Property Damage Liability Insurance shall include coverage for the following
hazards: Vandalism, Fire, Explosion, Collapse, and Underground
e. Contractual Liability:
1. Bodily Injury:
$1,000,000 Each Occurrence
2. Property Damage:
-Full Contract Amount Each Occurrence
- Full Contract Amount Aggregate
f. Personal Injury with Employment Exclusion Deleted:
-$1,000,000.00 Aggregate
3. Comprehensive Automobile Liability (Owned, Non-owned, Hired):
a. Bodily Injury: $1,000,000.00 Each Person
$1,000,000.00 Each Occurrence
b. Property Damage: $100,000.00 Each Occurrence
4. If possible, all of the above insurance coverage shall be carried with the same
insurance company.
11.1.4 Certificates of Insurance acceptable to the Owner shall be filed with the Owner and the Architect
prior to commencement of the work. These Certificates shall contain a provision that coverage's afforded
under the policies will not be canceled until at least thirty(30)days' prior written notice has been given to
Clallam County Veteran's Center Improvements August 2014
Division 00-General Conditions
Clallarn County Parks,Fair&Facilities
DIVISION ZERO General Conditions of the Contract
Section 006000
the Owner, the Architect,the Contractor, and the Owner's insurer. Certificates shall be furnished in
duplicate and stipulate all coverage required, and the Contractor shall furnish to the Owner and the
Architect copies of all endorsements that area subsequently issued amending coverage or limits.
11.1.5 The Contractor shall purchase and maintain, in a company or companies lawfully authorized to
do business in the jurisdiction in which the Project is located, property insurance in the amount of the
initial Contract sum as well as subsequent modifications thereto for the entire Work at the site on a
replacement cost basis without voluntary deductibles. Such property insurance shall be maintained,
unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and
entities who are beneficiaries of such insurance, until final payment has been made.
11.1.6 Property insurance shall be on an all-risk policy form and shall insure against the perils of fire and
extended coverage and physical loss or damage including,without duplication of coverage,theft,
vandalism, malicious mischief, collapse, false work, temporary buildings and debris removal including
demolition occasioned by enforcement of any applicable legal requirements, and shall cover reasonable
compensation for Architect's services and expenses required as a result of such insured loss. Coverage
for other perils shall not be required unless otherwise provided in the Contract Documents.
11.1.7 The Contractor shall secure and pay for performance and payment bonds issued by a bonding
company, licensed to transact business in the locality of the project, on a Bond Form executed in
pursuance to Chapter 39.08 Revised Code of Washington. The Bond Form must comply with all
requirements of the Owner's attorney.
The surety bond shall be in the following penal sums:
0 Performance Bond 100% of agreement sum, including Washington State
Sales Tax
0 Labor and Material 100% of agreement sum, including Washington State
Sales Tax
0 Four copies of Bond Certification required.
11.1.8 The.Contract Bond or an equivalent Maintenance Bond shall continue in for force until final
acceptance of the Work by the Owner.
11.1.9 The Contractor guarantees the excellence of both workmanship and material, and the payment of
all obligations incurred until the Work is finally accepted and for(30)days thereafter, and until the
provisions of the Contract Documents are fulfilled.
11.1.10 For the projects under$25,000.00 Contractor may agree to a 50% Retainage fund in lieu of
providing a performance bond. The Retainage fund to be held by the County until work is complete, all
paperwork is turned in and state releases signed and returned to County.
ARTICLE 12 WARRANTY
12.1.1 The Contractor shall warranty all labor, materials and work performed for a period of 1 year from
date of final completion.
Clallarn County Veteran's Center Improvements August 2014
Division 00-General Conditions
Clallarn County Parks,Fair&Facilities
DIVISION ZERO General Conditions of the Contract
Section 006000
ARTICLE 13 LAW, SUCCESSORS,TESTS
13.1.1 The contract shall be governed bylaw of the place where project is located.
13.1.2 The Owner and Contractor respectively bind themselves, their partners, successors, assigns and
legal representatives to the other party hereto and to partners, successors, assigns and legal
representatives of such other party in respect to covenants, agreements and obligations contained in the
Contract Documents. Neither party to the Contract shall assign the Contract as a whole without written
consent of the other. If either party attempts to make such as assignment without such consent, that
party shall nevertheless remain legally responsible for all oblig ations under the Contract.
13.1.3 Duties and obligations imposed by the Contract Documents and rights and remedies available
thereunder shall be in addition to and not a limitation of duties, obligations, rights and remedies otherwise
imposed or available by law.
13.1.4 No action or failure to act by the Owner Architect or Contractor shall constitute a waiver of a right
or duty afforded them under the Contract, nor shall such action or failure to act constitute approval of or
acquiescence in a breach thereunder, except a may be specifically agreed in writing.
13.1.5 Tests, inspections and approvals of portions of the Work required by the Contract Documents or
by laws, ordinances, rules, regulations or orders of public authorities having jurisdiction shall be made at
an appropriate time. Unless otherwise provided, the Contractor shall make arrangements for such tests,
inspections and approvals with an independent testing laboratory or entity acceptable to the Owner, or
with the appropriate public authority and shall bear all related costs of tests, inspections and approvals.
The contractor shall give the Owner timely notice of when and where tests and inspections are to be
made so the Owner may observe such procedures. The Owner shall bear costs of tests, inspections or
approvals that do not become requirements until after bids are received or negotiations concluded.
13.1.6 If the Owner or public authorities having jurisdiction determine that portions of the Work require
additional testing, inspection or approval, instruct the Contractor to make arrangements for such
additional testing, inspection or approval by an entity acceptable to the Owner, and the Contractor shall
give timely notice of when and where tests and inspections are to be made so the Owner may observe
such procedures.
13.1.7 If such procedures for testing, inspection or approval reveal failure of the portions of the Work to
comply with requirements established by the Contract Documents, the Contractor shall bear all costs
made necessary by such failure including those of repeated procedures.
13.1.8 Required certificates of testing, inspection or approval shall, unless otherwise required by the
Contract Documents, be secured by the Contractor and promptly delivered to the Owner.
ARTICLE 14 TERMINATION
14.1.1 The Owner may terminate the Contract if the Contractor:
1. refuses or fails to supply enough properly skilled workers or proper materials;
2. fails to make payment to Subcontractors for materials or labor in accordance with the
respective agreements between the Contractor and the Subcontractors;
3. disregards laws, ordinances, or rules, regulations, or orders of a public authority
having jurisdiction; or
4. otherwise is guilty of substantial breach of a provision of the Contract Documents.
Clallarn County Veteran's Center Improvements August 2014
Division 00-General Conditions
Clallam County Parks,Fair&Facilities
DIVISION ZERO General Conditions of the Contract
Section 006000
ARTICLE 15 PREVAILING WAGES
15.1.1 REQUIRED: CONTRACTOR TO FILE STATEMENT OF INTENT TO PAY PREVAILING
WAGES AND AFFIDAVIT OF WAGES PAID. The prevailing rate of wage to be paid to all workmen,
laborers, or mechanics employed in the performance of any part of this Contract shall be in accordance
with the provisions of Chapter 39.12 RCW, as amended, and the rules and regulations of the Department
of Labor and Industries of the State of Washington. The prevailing wage rates for the locality or localities
where this Contract will be performed shall be determined by the Industrial Statistician of the Department
of Labor and Industries, and are, by reference, made a part of this contract as though fully set forth
herein. Current prevailing wage data is furnished by the Industrial Statistician.
15.1.2 Statement of Intent to Pay Prevailing Wages: The Contractor, on or before the date of
commencement of work, shall complete, file and pay for 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,workmen or mechanics employed upon the work by the Contractor or
Subcontractor which shall be not less than the prevailing rate of wage. (State Form LI 700-29), State of
Washington, Department of Labor and Industries, "Statement of Intent to Pay Prevailing Wages on Public
Contract"form. Such statement and any subsequent statements shall be filed in accordance with the
practices and procedures required by the Department of Labor and Industries. Therefore, the Contractor
shall familiarize himself with this form and all its requirements. The Owner will not distribute any
payments until all required certified copies of such forms are received.
15.1.3 It is the responsibility of the Contractor to require all his Subcontractors to complete and pay for
"Statement of Intent to Pay Prevailing Wages"forms, submit these documents to the Department of Labor
and Industries for certification and forward certified copies to the Owner as proof that the prevailing wage
requirements of RCW 39.12.040 have been satisfied. Additional forms may be obtained from the
Department of Labor and Industries, Industrial Relations Division, General Administration Building,
Olympia, Washington 98504, and from all 15 service locations of the Department of Labor and Industries.
15.1.4 Each voucher claim submitted by a Contractor for payment on a project estimate shall state that
prevailing wages have been paid in accordance with the pre-filed statement or statements of intent on file
with the Department of Labor and Industrial Statistician.
15.1.5 The Contractor and Subcontractors shall further certify that:
a. He has not employed or retained any company or person (other than a full-time
bona fide employee working solely for the offer or to solicit or receive this Contract
and
b. He has not paid or agreed to pay any company or person (other than a full-time
bona fide employee working solely for the offer or)any fee, commission, percentage
or brokerage fee contingent upon or resulting from the award of this Contract; and
c. He has not been asked or otherwise coerced, either expressed or implied, into
contributing funds, for any purpose as a condition to doing business with the Owner;
and
Clallam County Veteran's Center Improvements August 2014
Division 00-General Conditions
Clallam County Parks,Fair&Facifities
DIVISION ZERO General Conditions of the Contract
Section 006000
d. He agrees to furnish information relating to items 1,2 and 3 as requested by the
contracting officer.
15.1.6 It is further agreed that in case any dispute arises as to what are the prevailing wages for the
work of a similar nature and such dispute cannot be adjusted by the parties involved, the matter shall be
referred for arbitration to the Director of the Department of Labor and Industries of the State, and his
decision therein shall be final, binding and conclusive on all parties involved in the dispute.
15.1.7 Upon completion of a Public Works Project, the Contractor,for himself and on behalf of all
Subcontractors, shall file"Affidavit of Wages Paid"forms. Forms properly executed by the Contractor
and all Subcontractors shall be submitted with proper payment to: Department of Labor and Industries,
Industrial Insurance Division, Underwriting Section, General Administration Building, Olympia, WA 98504.
Each "Affidavit of Wages" must be certified by the Industrial Statistician of the Department of Labor and
Industries before it is submitted to the Owner. Copies of all required statements must be on file with the
Owner before the retained percentage is released.
15.1.8 Upon completion of a Public Works project, the Contractor shall file a"Release for the Protection
of Property Owner and General Contractor"form (LI 206-83 release 1-67)with the Department of Labor
and Industries. The Owner will not disburse final payment or the Retainage to the Contractor until a
release has been issued by the Department of Labor and Industries. Contractor shall pay for all costs of
obtaining and filing all Labor and Industries forms.
ARTICLE 16 OFFSHORE ITEMS
16.1.1 In compliance with RCW 39.25, the Contractor shall furnish the Owner a certified statement
setting forth the nature and source to Offshore items in excess of$2,500 which have been utilized under
each prime contract in the performance of the work. "Offshore Items"are those items procured from
sources beyond the territorial boundaries of the United States including Alaska and Hawaii. This certified
statement is mandatory and shall be received before final payment is made on the contract.
ARTICLE 17 PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF
PUBLIC NATURAL RESOURCES
17.1.1 Pursuant to Chapter 62, Laws of 1973, 1 st Ex. Session, those provisions of federal, state and
local statutes, ordinances, and regulations dealing with the prevention of environmental pollution and the
preservation of public natural resources that affect, or are affected by, the herein described project are, to
the extent they are reasonably obtainable, as follows: RCW 43.21.030; RCW 90.58.140; RCW 90.58.320;
and RCW 70.94.152. Conform with the provisions thereof.
ARTICLE 18 DISCRIMINATION
18.1.1 The Contractor, by entering this contract, agrees that Discrimination in all phases of employment
is prohibited by Title VII of the Civil Rights Act of 1964, Presidential Executive Order 11375,the
Washington State Law Against Discrimination, Chapter 49.60 RCW, and by Gubernatorial Executive
Orders 66-1 and 70-01, among other laws and regulations.
18.1.2 During the performance of this Contract, the Contractor agrees as follows:
Clallarn County Veteran's Center Improvements August 2014
Division 00-General Conditions
Clallam County Parks,Fair&Facilities
DIVISION ZERO General Conditions of the Contract
Section 006000
1. The Contractor will not discriminate against any employee or applicant for employment
because of race, creed, color, national origin, sex, sexual orientation, age, marital status, or the presence
of any physical, sensory or mental handicap, nor shall the Contractor commit any of the other unfair
practices defined in RCW 79.60,the Washington State Law Against Discrimination.
2. The Contractor will, in all solicitation or advertisements for employees placed by on without
regard to race, creed, color, national origin, sex, sexual orientation, age, marital status, or the presence of
any physical, sensory, or mental disability.
3. The Contractor will send to each labor union, employment agency, or representative
of workers with which the Contractor has a collective bargaining agreement or other contract or
understanding, a notice advising the labor union, employment agency, or workers' representative
of the Contractor's commitments under this contract and RCW 49.60, the Washington State Law
Against Discrimination.
4. The Contractor will permit access to its books, records and accounts, and to its premises by
the Owner or the Washington State Human Rights Commission for the purpose of investigation to
ascertain compliance with these specifications.
5. The Contractor will include the provisions of clauses, .1 through .4 above in every
Subcontract or purchase order, so that such provisions will be upon each Subcontractor or vendor.
ARTICLE 19 COUNTY/CONTRACTOR RELATIONSHIP
19.1.1 In the event that either the state or federal government determines that an employer-employee
relationship exists, rather than an independent contractor relationship, such that Clallarn County is
deemed responsible for federal withholding, social security contributions and the like, the Contractor
agrees to reimburse Clallarn County for any payments made or required to be made by Clallarn County.
Should any payments be due to the Contractor pursuant to this agreement, the Contractor agrees that
reimbursement may be made by deducting from such future payments a pro rata share of the amount to
be reimbursed based upon the following formula:
Total amount to be reimbursed = Deduction from payment Number of payments remaining.
Notwithstanding a determination by the state or federal government that employer-employee relationship
exists, the Contractor, its officers, employees and agents, shall not be entitled to any benefits which
Clallarn County provides to its employees, including, but not limited to, vacation and medical benefits.
19.1.2 The status of the Contractor hereunder is that of an independent contractor and the Contractor
shall not be construed to be an employee of Clallarn County. As an independent contractor, the
Contractor is not entitled to any benefits available to employees of Clallarn County and the
Contractor is responsible for withholding any moneys required to be withheld from the
Contractor's employees pursuant to local, state, or federal law including, but not limited to,
worker's compensation, social security, and taxes.
END OF SECTION 006000
Clallain County Veteran's Center Improvements August 2014
Division 00-General Conditions
Clallam County Parks,Fair&Facilities
DIVISION ZERO List of DraWngs
Section 008600
LIST OF DRAWINGS
SHEET NUMBER SHEET CONTENTS
AO-00 COVER SHEET
AO-01 COVER SHEET 2
AO-02 FACILITY SITE PLAN
A2-1 DEMOLITION FLOOR PLAN
A2-2 ARCHITECTURAL PLAN
A2-3 KITCHEN FLOOR PLAN
A2-4 OFFICE FLOOR PLAN
A2-5 WALL/ DOOR TYPES/ DETAILS
A9-1 INTERIOR ELEVATIONS
A9-2 CABINETRY SECTIONS
A9-3 CABINETRY SECTIONS
END OF SECTION 008600
Clallam County Veteran's Center Improvements August 2014
Division 00-List of Drawings
ClaHarn County Parks,Fair&Facilities
DIVISION ONE—GENERAL REQUIREMENTS General Requirements
Section 010010
GENERAL REQUIREMENTS
1. SUMMARY OF WORK
A. Contract Description:
1. Work includes, but is not limited to—see Section 011000—"SUMMARY" for
Description.
B. The Contractor is responsible for verifying all systems, assemblies, and details of construction
prepared by the Owner as being appropriate to and within the standard practices of the building
trades involved. The Contractor and all of his subcontractors and sub-subcontractors shall
have reviewed all documents thoroughly and shall report all discrepancies, irregularities, and
items that differ from standard practices during the bidding phase. The Contractor shall also be
responsible to ensure proper coordination between all trades and all the corresponding
documentation directing those trades. The Contractor shall also be responsible for
confirmation of all manufacturers' instructions and special requirements of the use and
application of their products.
2. WORK NOT IN CONTRACT
A. 'NIC' (Not in Contract)items are as follows:
1. As noted in Drawings, if any.
3. CONTRACTOR USE OF PREMISES
A. The Contractor shall have access only to the areas where the new work is to be executed. The
Contractor shall coordinate with the Owner for staging, construction, and parking during
construction, which will be limited to the area of Work. Work times and dates shall be
scheduled and approved by the Owner prior to start of work.
B. Contractor shall have limited access to the other areas of the facility. When access to non-
public areas is required, it must first, be approved by Owner a minimum of three(3)days in
advance.
4. CUTTING AND PATCHING
A. The Contractor shall execute all cutting and patching of existing conditions with the same
skilled workmen,with the same material supplies, and with the same equipment as required for
new work of the same type.
1. The cut and patched areas shall be left so that when the work of this Project is completed,
all evidence of the cutting and patching is removed.
2. Texture,finish and color of new or patched areas shall match that of the existing/adjacent
construction.
5. COORDINATION
A. Coordinate scheduling, submittals, and Work of the various sections of specification to ensure
efficient and orderly sequence of installation of interdependent construction elements with a
minimum of public service disruption.
Clallarn County Veteran's Center Improvements August 2014
Division 00-General Requirements
Clallam County Parks,Fair&Facilities
DIVISION ONE—GENERAL REQUIREMENTS General Requirements
Section 010010
6. EXAMINATION
A. Verify that existing conditions and substrate surfaces are acceptable for subsequent Work.
Submission of Bid means acceptance of existing conditions.
7. PREPARATION
A. Clean substrate surfaces prior to applying next material or substance.
B. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to
applying new material or substance in contact or bond.
8. SUBMITTAL PROCEDURES
A. See Section 013300—"SUBMITTAL PROCEDURES".
B. Submittal form to identify Project, Contractor, Subcontractor or supplier; and pertinent Contract
Document references.
C. Apply Contractor's stamp, signed or initialed, certifying that review, verification of Products
required, field dimensions, adjacent construction Work, and coordination of information is in
accordance with the requirements of the Work and Contract Documents, prior to submitting the
submittal for review by the Owner or Owner's representative Architect.
D. Identify variations from Contract Documents and Product or system limitations,which may be
detrimental to successful performance of the completed Work.
E. Revise and submit submittals as required; identify all changes made since previous submittal.
9. QUALITY ASSURANCE -CONTROL OF INSTALLATION
A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and
workmanship to produce Work of specified quality, or when no level of quality is specified,
perform Work as would be standard for a "custom" installation.
C. Comply with manufacturers' instructions.
D. Comply with specified standards as minimum quality for the Work except when more stringent
tolerances, codes, or specified requirements indicate higher standards or more precise
workmanship.
10. TOLERANCES
A. Monitor tolerance control of installed Products over suppliers, manufacturers, Products, site
conditions, and workmanship, to produce acceptable Work. Do not permit tolerances to
accumulate.
B. Comply fully with manufacturers' tolerances.
Clallam County Veteran's Center Improvements August 2014
Division 00-General Requirements
Clallam County Parks,Fair&Facilities
DIVISION ONE—GENERAL REQUIREMENTS General Requirements
Section 010010
11. REFERENCES
A. Conform to reference standards applicable for each system, product, or assembly as
commonly applied to each trade or discipline for this type of work and level of quality specified
or implied, by date of issue current as of date of Contract Documents.
B. Should specified reference standard conflict with Contract Documents, request clarification
from Owner before proceeding.
12. LIGHTING FOR CONSTRUCTION PURPOSES
A. Provide and maintain lighting for construction operations.
13. SANITARY FACILITIES
A. Building facilities may be used by Contractor, as agreed with Owner.
14. PROTECTION OF INSTALLED WORK
A. Protect installed Work and provide special protection where specified in individual specification
sections.
15. SECURITY
A. Provide security and facilities to protect Work and Owners operations from unauthorized entry,
vandalism, or theft.
16. PROGRESS CLEANING AND WASTE REMOVAL
A. See Section 017300—"EXECUTION".
B. Collect and maintain areas free of waste materials, debris, and rubbish. Maintain construction
area in a clean and orderly condition. Contractor responsible for all costs involved in waste
removal.
17. REMOVAL OF UTILITIES, FACILITIES,AND CONTROLS
A. See Section 017700—"CLOSEOUT PROCEDURES".
B. Remove temporary utilities, equipment, facilities and materials, prior to Final Completion
review.
C. Clean and repair damage caused by installation or use of temporary work.
D. Restore existing facilities used during construction to original condition. Restore permanent
facilities used during construction to specified condition.
18. PRODUCTS
A. See Section 016000—"PRODUCT REQUIREMENTS".
Clallam County Veteran's Center Improvements August 2014
Division 00-General Requirements
Clallam County Parks,Fair&Facilities
DIVISION ONE-GENERAL REQUIREMENTS General Requirements
Section 0 100 10
B. Products: means new material, machinery, components, equipment, fixtures, and systems
forming the Work, but does not include machinery and equipment used for preparation,
fabrication, conveying and erection of the work. Products may also include existing materials
or components specifically identified for reuse.
C. Do not use materials and equipment removed from existing premises, except as specifically
identified or allowed by the Contract Documents.
D. Provide interchangeable components of the same manufacture for components being replaced
and/or added in addition to existing components, e.g. lighting, switches, receptacles, etc.
19. TRANSPORTATION, HANDLING, STORAGE AND PROTECTION
A. Transport, handle, store, and protect Products in accordance with manufacturer's instructions.
20. CONTRACT CLOSEOUT PROCEDURES
A. See Section 017700-"CLOSEOUT PROCEDURES".
B. Submit written certification the Contract Documents have been reviewed,Work has been
inspected, and that Work is complete in accordance with the General Conditions and the
Contract Documents and ready for Owner inspection.
C. Submit final Application for Payment identifying total adjusted Contract Sum/Price previous
payments, and amount remaining due.
D. Complete and submit all required documentation, covered in this Project Manual, and the
Drawings.
21. FINAL CLEANING
A. See Section 017700-"CLOSEOUT PROCEDURES".
B. Execute final cleaning prior to final inspection.
C. Thoroughly clean exterior surfaces exposed to view.
D. Remove waste and surplus materials, rubbish, and construction facilities from the site.
22. ADJUSTING
A. See Section 017700-"CLOSEOUT PROCEDURES".
B. Adjust operating Products and equipment to ensure smooth and unhindered operation.
23. WARRANTIES
A. See Section 017700-"CLOSEOUT PROCEDURES".
B. Provide duplicate notarized copies.
Clallain County Veteran's Center Improvements August 2014
Division 00-General Requirements
Clallarn County Parks,Fair&Facilities
DIVISION ONE—GENERAL REQUIREMENTS General Requirements
Section 010010
C. Execute and assemble transferable warranty documents from Subcontractors, suppliers, and
manufacturers.
D. Submit prior to final Application for Payment.
END OF SECTION 010010
Clallarn County Veteran's Center Improvements August 2014
Division 00-General Requirements
Clallam County Parks,Fair&Facilities
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
SECTION 011000-SUMMARY
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section Includes:
1. Project information.
2. Work covered by Contract Documents.
3. OWner-furnished products.
4. Access to site.
5. Coordination with occupants.
6. Work restrictions.
7. Specification and drawing conventions.
1.3 PROJECT INFORMATION
A. Project Identification: Ciallam County Veteran's Center Improvements, No: 621306VC.
1. Project Location: 261 S. Francis Street, Port Angeles, Washington.
B. Owner: Clallarn County, 223 E. Fourth Street, Port Angeles, Washington.
1. Owner's Representative: Joel Winborn, Director Clallarn County Parks, Fair and
Facilities.
1.4 WORK COVERED BY CONTRACT DOCUMENTS
A. The Work of Project is defined by the Contract Documents and consists of the following:
1. Minor remodel to Office and Kitchen areas with new finishes.
B. Type of Contract:
1. Project will be constructed under a single prime contract.
1.5 OWNER-FURNISHED PRODUCTS
A. Owner will furnish products indicated. The Work includes receiving, unloading, handling,
storing, protecting, and installing Owner-furnished products and making building services
connections, if indicated.
SUMMARY 011000- 1
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
B. Owner-Furnished Products:
1. As noted in Drawings as"By Owner".
1.6 ACCESS TO SITE
A. General: Contractor shall have limited use of Project site for construction operations as
indicated on Drawings by the Contract limits and as indicated by requirements of this Section.
B. Use of Site: Limit use of Project site to work in areas indicated. Do not disturb portions of
Project site beyond areas in which the Work is indicated.
1. Driveways, Walkways and Entrances: Keep driveways loading areas, and entrances
serving premises clear and available to Owner, Owner's employees, and emergency
vehicles at all times. Do not use these areas for parking or storage of materials.
a. Schedule deliveries to minimize use of driveways and entrances by construction
operations.
b. Schedule deliveries to minimize space and time requirements for storage of
materials and equipment on-site.
C. Condition of Existing Building: Maintain portions of existing building affected by construction
operations in a weather-tight condition throughout construction period. Repair damage caused
by construction operations.
1.7 COORDINATION WITH OCCUPANTS
A. Full Owner Occupancy: Owner will occupy site and existing adjacent building during entire
construction period. Cooperate with Owner during construction operations to minimize conflicts
and facilitate Owner usage. Perform the Work so as not to interfere with Owner's day-to-day
operations. Maintain existing exits unless otherwise indicated.
1. Maintain access to existing walkways, corridors, and other adjacent occupied or used
facilities. Do not close or obstruct walkways, corridors, or other occupied or used
facilities without written permission from Owner and approval of authorities having
jurisdiction.
2. Notify Owner not less than 72 hours in advance of activities that will affect Owners
operations.
1.8 WORK RESTRICTIONS
A. Work Restrictions, General: Comply with restrictions on construction operations.
1. Comply with limitations on use of public streets and with other requirements of authorities
having jurisdiction.
B. On-Site Work Hours: Limit work in the existing building to normal business working hours of
8:00 a.m. to 5:00 p.m., Monday through Friday, unless otherwise indicated. Any other times are
to be approved by Owner.
SUMMARY 011000-2
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
C. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by Owner or
others unless permitted under the following conditions and then only after providing temporary
utility services according to requirements indicated:
1. Notify Owner no t less than two days in advance of proposed utility interruptions.
2. Obtain Owner's written permission before proceeding with utility interruptions.
D. Noise, Vibration, and Odors: Coordinate operations that may result in high levels of noise and
vibration, odors, or other disruption to Owner occupancy with Owner.
1. Notify Owner not less than two days in advance of proposed disruptive operations.
2. Obtain Owner's written permission before proceeding with disruptive operations.
E. Nonsmoking Building: Smoking is not permitted within the building or within 25 feet of
entrances, operable windows, or outdoor-air intakes.
F. Controlled Substances: Use of tobacco products and other controlled substances on Project
site is not permitted.
G. Employee Identification: Owner will provide identification tags for Contractor personnel working
on Project site. Require personnel to use identification tags at all times.
H. Employee Screening: Comply with Owner's requirements for drug and background screening of
Contractor personnel working on Project site.
1. Maintain list of approved screened personnel with Owner's representative.
1.9 SPECIFICATION AND DRAWING CONVENTIONS
A. Specification Content: The Specifications use certain conventions for the style of language and
the intended meaning of certain terms, words, and phrases when used in particular situations.
These conventions are as follows:
1. Imperative mood and streamlined language are generally used in the Specifications. The
words "shall," "shall be," or "shall comply with," depending on the context, are implied
where a colon () is used within a sentence or phrase.
2. Specification requirements are to be performed by Contractor unless specifically stated
otherwise.
B. Division 01 General Requirements: Requirements of Sections in Division 01 apply to the Work
of all Sections in the Specifications.
C. Drawing Coordination: Requirements for materials and products identified on Drawings are
described in detail in the Specifications. One or more of the following are used on Drawings to
identify materials and products:
1. Terminology: Materials and products are identified by the typical generic terms used in
the individual Specifications Sections.
2. Abbreviations: Materials and products are identified by abbreviations published as part of
the U.S. National CAD Standard and scheduled on Drawings.
3. Keynoting: Materials and products are identified by reference keynotes.
SUMMARY 011000-3
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
PART 2-PRODUCTS (Not Used)
PART 3- EXECUTION (Not Used)
END OF SECTION 011000
SUMMARY 011000-4
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
SECTION 012500-SUBSTITUTION PROCEDURES
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section includes administrative and procedural requirements for substitutions.
B. Related Requirements:
1. Section 016000 "Product Requirements" for requirements for submitting comparable
product submittals for products by listed manufacturers.
1.3 DEFINITIONS
A. Substitutions: Changes in products, materials, equipment, and methods of construction from
those required by the Contract Documents and proposed by Contractor.
1. Substitutions for Cause: Changes proposed by Contractor that are required due to
changed Project conditions, such as unavailability of product, regulatory changes, or
unavailability of required warranty terms.
2. Substitutions for Convenience: Changes proposed by Contractor or Owner that are not
required in order to meet other Project requirements but may offer advantage to
Contractor or Owner.
1.4 ACTION SUBMITTALS
A. Substitution Requests: Submit three copies of each request for consideration. Identify product
or fabrication or installation method to be replaced. Include Specification Section number and
title and Drawing numbers and titles.
1. Substituti on Request Form: Use CSI Form 13.1A.
2. Documentation: Show compliance with requirements for substitutions and the following,
as applicable:
a. Statement indicating why specified product or fabrication or installation couldn't be
provided, if applicable.
b. Coordination information, including a list of changes or revisions needed to other
parts of the Work and to construction performed by Owner and separate
contractors that will be necessary to accommodate proposed substitution.
C. Detailed comparison of significant qualities of proposed substitution with those of
the Work specified. Include annotated copy of applicable Specification Section.
Significant qualities may include attributes such as performance, weight, size,
durability, visual effect, sustainable design characteristics, warranties, and specific
SUBSTITUTION PROCEDURES 012500- 1
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
features and requirements indicated. Indicate deviations, if any, from the Work
specified.
d. Product Data, including drawings and descriptions of products and fabrication and
installation procedures.
e. Samples,where applicable or requested.
f. Certificates and qualification data,where applicable or requested.
g. List of similar installations for completed projects with project names and
addresses and names and addresses of architects and owners.
h. Material test reports from a qualified testing agency indicating and interpreting test
results for compliance with requirements indicated.
i. Research reports evidencing compliance with building code in effect for Project.
j. Detailed comparison of Contractor's construction schedule using proposed
substitution with products specified for the Work, including effect on the overall
Contract Time. If specified product or method of construction cannot be provided
within the Contract Time, include letter from manufacturer, on manufacturer's
letterhead, stating date of receipt of purchase order, lack of availability, or delays in
delivery.
k. Cost information, including a proposal of change, if any, in the Contract Sum.
1. Contractor's certification that proposed substitution complies with requirements in
the Contract Documents except as indicated in substitution request, is compatible
with related materials, and is appropriate for applications indicated.
M. Contractor's waiver of rights to additional payment or time that may subsequently
become necessary because of failure of proposed substitution to produce
indicated results.
3. Owner's Action: If necessary, Owner will request additional information or documentation
for evaluation within seven days of receipt of a request for substitution. Owner will notify
Contractor of acceptance or rejection of proposed substitution within 15 days of receipt of
request, or seven days of receipt of additional information or documentation, whichever is
later.
a. Forms of Acceptance: Change Order, Construction Change Directive, or Owner's
Supplemental Instructions for minor changes in the Work.
b. Use product specified if Owner does not issue a decision on use of a proposed
substitution within time allocated.
1.5 QUALITY ASSURANCE
A. Compatibility of Substitutions: Investigate and document compatibility of proposed substitution
with related products and materials. Engage a qualified testing agency to perform compatibility
tests recommended by manufacturers.
1.6 PROCEDURES
A. Coordination: Revise or adjust affected work as necessary to integrate work of the approved
substitutions.
SUBSTITUTION PROCEDURES 012500-2
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
PART 2 - PRODUCTS
2.1 SUBSTITUTIONS
A. Substitutions for Cause: Submit requests for substitution immediately on discovery of need for
change, but not later than 15 days prior to time required for preparation and review of related
submittals.
1. Conditions: Owner will consider Contractor's request for substitution when the following
conditions are satisfied. If the following conditions are not satisfied, Owner will return
requests without action, except to record noncompliance with these requirements:
a. Requested substitution is consistent with the Contract Documents and will produce
indicated results.
b. Requested substitution provides sustainable design characteristics that specified
product provided.
C. Substitution request is fully documented and properly submitted.
d. Requested substitution will not adversely affect Contractors construction schedule.
e. Requested substitution has received necessary approvals of authorities having
jurisdiction.
f. Requested substitution is compatible with other portions of the Work.
9. Requested substitution has been coordinated with other portions of the Work.
h. Requested substitution provides specified warranty.
i. If requested substitution involves more than one contractor, requested substitution
has been coordinated with other portions of the Work, is uniform and consistent, is
compatible with other products, and is acceptable to all contractors involved.
B. Substitutions for Convenience: Owner will consider requests for substitution if received within
10 days after the Notice of Award. Requests received after that time may be considered or
rejected at discretion of Owner.
I. Conditions: Owner will consider Contractors request for substitution when the following
conditions are satisfied. If the following conditions are not satisfied, Owner will return
requests without action, except to record noncompliance with these requirements:
a. Requested substitution offers Owner a substantial-advantage in cost, time, energy
conservation, or other considerations, after deducting additional responsibilities
Owner must assume. Owners additional responsibilities may include, increased
cost of other construction by Owner, and similar considerations.
b. Requested substitution does not require extensive revisions to the Contract
Documents.
C. Requested substitution is consistent with the Contract Documents and will produce
indicated results.
d. Requested substitution provides sustainable design characteristics that specified
product provided.
e. Substitution request is fully documented and properly submitted.
f. Requested substitution will not adversely affect Contractors construction schedule.
g. Requested substitution has received necessary approvals of authorities having
jurisdiction.
h. Requested substitution is compatible with other portions of the Work.
i. Requested substitution has been coordinated with other portions of the Work.
j. Requested substitution provides specified warranty.
k. If requested substitution involves more than one contractor, requested substitution
has been coordinated with other portions of the Work, is uniform and consistent, is
compatible with other products, and is acceptable to all contractors involved.
SUBSTITUTION PROCEDURES 012500-3
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
PART 3-EXECUTION (Not Used)
END OF SECTION 012500
SUBSTITUTION PROCEDURES 012500-4
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
SECTION 012900-PAYMENT PROCEDURES
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section includes administrative and procedural requirements necessary to prepare and process
Applications for Payment.
1.3 DEFINITIONS
A. Schedule of Values: A statement furnished by Contractor allocating portions of the Contract
Sum to various portions of the Work and used as the basis for reviewing Contractor's
Applications for Payment.
1.4 SCHEDULE OF VALUES
A. Coordination: Coordinate preparation of the schedule of values.
1. Coordinate line items in the schedule of values with other required administrative forms
and schedules, including the following:
a. Application for Payment forms with continuation sheets.
b. Submittal schedule.
2. Submit the schedule of values to Architect at earliest possible date, but no later than
seven days following issuance of Notice to Proceed and three days prior to Pre-
Construction Meeting.
B. Format and Content: Use Project Manual table of contents as a guide to establish line items for
the schedule of values. Provide at least one line item for each Specification Section.
1. Identification: Include the following Project identification on the schedule of values:
a. Project name and location.
b. Name of Architect.
C. Architect's project number.
d. Contractor's name and address.
e. Date of submittal.
2. Arrange schedule of values consistent with format of AIA Document G703.
3. Arrange the schedule of values in tabular form with separate columns to indicate the
following for each item listed:
PAYMENT PROCEDURES 012900- 1
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
a. Related Specification Section or Division.
b. Description of the Work.
C. Name of subcontractor.
d. Name of manufacturer or fabricator.
e. Name of supplier.
f. Change Orders (numbers)that affect value.
g. Dollar value of the following, as a percentage of the Contract Sum to nearest one-
hundredth percent, adjusted to total 100 percent.
1) Labor.
2) Materials.
3) Equipment.
4. Provide a breakdown of the Contract Sum in enough detail to facilitate continued
evaluation of Applications for Payment and progress reports. Coordinate with Project
Manual table of contents. Provide multiple line items for principal subcontract amounts in
excess of five percent of the Contract Sum.
5. Round amounts to nearest whole dollar; total shall equal the Contract Sum.
6. Provide a separate line item in the schedule of values for each part of the Work where
Applications for Payment may include materials or equipment purchased or fabricated
and stored, but not yet installed.
a. Differentiate between items stored on-site and items stored off-site. If required,
include evidence of insurance.
7. Provide separate line items in the schedule of values for initial cost of materials, for each
subsequent stage of completion, and for total installed value of that part of the Work.
8. Each item in the schedule of values and Applications for Payment shall be complete.
Include total cost and proportionate share of general overhead and profit for each item.
a. Temporary facilities and other major cost items that are not direct cost of actual
work-in-place must be shown as separate line items in the schedule of values.
9. Schedule Updating: Update and resubmit the schedule of values before the next
Applications for Payment when Change Orders or Construction Change Directives result
in a change in the Contract Sum.
1.5 APPLICATIONS FOR PAYMENT
A, Each Application for Payment following the initial Application for Payment shall be consistent
with previous applications and payments as certified by Architect and paid for by Owner.
1. Initial Application for Payment, Application for Payment at time of Substantial Completion,
and final Application for Payment involve additional requirements.
B. Payment Application Times: The date for each progress payment is indicated in the Agreement
between Owner and Contractor. The period of construction work covered by each Application
for Payment is the period indicated in the Agreement.
1. Submit draft copy of Application for Payment seven days prior to due date for review by
Architect.
C. Application for Payment Forms: Use AIA Document G702 and AIA Document G703 as form for
Applications for Payment.
PAYMENT PROCEDURES 012900-2
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
D. Application Preparation: Complete every entry on form. Notarize and execute by a person
authorized to sign legal documents on behalf of Contractor. Architect will return incomplete
applications without action.
1. Entries shall match data on the schedule of values. Use updated schedules if revisions
were made.
2. Include amounts for work completed following previous Application for Payment, whether
or not payment has been received. Include only amounts for work completed at time of
Application for Payment.
3. Include amounts of Change Orders and Construction Change Directives issued before
last day of construction period covered by application.
4. Indicate separate amounts for work being carried out under Owner-requested project
acceleration.
E. Stored Materials: Include in Application for Payment amounts applied for materials or
equipment purchased or fabricated and stored, but not yet installed. Differentiate between
items stored on-site and items stored off-site.
1. Provide certificate of insurance, evidence of transfer of title to Owner, and consent of
surety to payment, for stored materials.
2. Provide supporting documentation that verifies amount requested, such as paid invoices.
Match amount requested with amounts indicated on documentation; do not include
overhead and profit on stored materials.
3. Provide summary documentation for stored materials indicating the following:
a. Value of materials previously stored and remaining stored as of date of previous
Applications for Payment.
b. Value of previously stored materials put in place after date of previous Application
for Payment and on or before date of current Application for Payment.
C. Value of materials stored since date of previous Application for Payment and
remaining stored as of date of current Application for Payment.
F. Transmittal: Submit three signed and notarized original copies of each Application for Payment
to Architect by a method ensuring receipt within 24 hours. One copy shall include waivers of
lien and similar attachments.
1. Transmit each copy with a transmittal form listing attachments and recording appropriate
information about application.
G. Waivers of Mechanic's Lien: With each Application for Payment, submit waivers of mechanic's
lien from entities lawfully entitled to file a mechanic's lien arising out of the Contract and related
to the Work covered by the payment.
1. Submit partial waivers on each item for amount requested in previous application, after
deduction for retainage, on each item.
2. When an application shows completion of an item, submit conditional final or full waivers.
3. Owner reserves the right to designate which entities involved in the Work must submit
waivers.
4. Waiver Forms: Submit executed waivers of lien on forms acceptable to Owner.
H. Initial Application for Payment: Administrative actions and submittals that must precede or
coincide with submittal of first Application for Payment include the following:
1. List of subcontractors.
2. Schedule of values.
PAYMENT PROCEDURES 012900-3
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
3. Products list(preliminary if not final).
4. Submittal schedule(preliminary if not final).
5. List of Contractor's staff assignments.
6. List of Contractor's principal consultants.
7. Certificates of insurance and insurance policies.
8. Performance and payment bonds.
9. Data needed to acquire Owner's insurance.
1. Application for Payment at Substantial Completion: After Architect issues the Certificate of
Substantial Completion, submit an Application for Payment showing 100 percent completion for
portion of the Work claimed as substantially complete.
1. Include documentation supporting claim that the Work is substantially complete and a
statement showing an accounting of changes to the Contract Sum.
2. This application shall reflect Certificate(s) of Substantial Completion issued previously for
Owner occupancy of designated portions of the Work.
J. Final Payment Application: After completing Project closeout requirements, submit final
Application for Payment with releases and supporting documentation not previously submitted
and accepted, including, but not limited, to the following:
1. Evidence of completion of Project closeout requirements.
2. Insurance certificates for products and completed operations where required and proof
that taxes,fees, and similar obligations were paid.
3. Updated final statement, accounting for final changes to the Contract Sum.
4. AIA Document G706, "Contractor's Affidavit of Payment of Debts and Claims."
5. AIA Document G706A, "Contractor's Affidavit of Release of Liens."
6. AIA Document G707, "Consent of Surety to Final Payment."
7. Evidence that claims have been settled.
8. Final liquidated damages settlement statement.
PART 2- PRODUCTS (Not Used)
PART 3-EXECUTION (Not Used)
END OF SECTION 012900
PAYMENT PROCEDURES 012900-4
APPLICATION AND CERTIFICATE FOR PAYMENTAIA DOCUMENT G702 onsirl,WdOIIS (in reverse side) 1��GE ONE OF PAGES
TO OWNER: PROJECT APPLICATION NO.� Distribution to:,
PERIOD TO: El OWNER
PROJECT'NOS.: 0 ARCI-iITFCT
0 CONTRACTOR
FROM CONTRACTOR: VIA ARCI-1,11TECT CONTRACT DATE 11
CONTRACT FOR:
The undersigned Contractor certifies that to the best of the Contrac tor's knowledge�infor-
CONTRACTOR'S APPLICATION FOR PAYMENT mationand,belief the Work covered by this Application for'Payinent has�been completed
Application is made for payment, as shown below, in connection with tile,Contract. in accordance with the Contract Documents, that all amounts have been paid by the
Continuatioti Sheet, AIA Document G703, is all ached, Contractor for Work for which previou's "Certificates for Payment were issitedand pay-
I. ORIGINAL CONTRACT SUM. . . . . . . . . . . . . . . . . .s rnents received from the Owner, and that current payment shown herein is now due
2.. Net change by Change Orders . . . . . . . . . . ... . . .S CONTRACTOR:
3. CONTRACT SUM TO DATE (Line I ± 2). . . . . . . .S By: Date:
4. TOTAL COMPLETED & STORED TO DATE . . . . . .$ S Late of..
(Column G on G703) County of:
5. RETAINAGE: Subscribed and sworn to before�
A, -% of Completed Work $ me this day of
(Columns D + E on G703)
b� -% of Stored Material S
(Column F on G703) Notary Public:
Total Retainage (Line 5a + 5b or, My Commission expires:
Total in Column I of G703) . . . . . . . . . . . . . . . .$
6. TOTAL EARNED LESS FIETAINAGE. . . . . . . . . . . .S ARCHITECT'S CERTIFICATE FOR PAYMENT
(Li ne 4 less Line 5 Total)
7. LESS PREVIOUS CERTIFICATES FOR PAYMENT In accordance with the Contract'Documents,based,on on�sirc,,,observations and the data
(Line 6 frorn prior Cer tificate) . ... . . . . . . . . . . . . . .S Comprising this application, the Architect certifies to the Owner that to the best of th(
Architect's knowledge,inforniailon and belief the'Work,has'progressed,as indicated,the
S. CURRENT PAYMENT DUE. . . . . . . . . . . . . . . . . .F-S quality of the Work:is in accorda, rice-with the Contract DocUrne'llts,arld.the'Contractor
Js entitled to payment.of tile AMOUNT CERTIFIED.
,9. 'BALANCE TO FINISH, INCLUDING RETAINAGE
(Line 3 less Une 6) AMOUNT CERTIFIED . . . . . . . . . . . . . . . . . . . . . I . . . . . .
(Atlacb explanation �f amount certified.d�ffei-sfronz tbe'antount-applied Jot: Initial
CHANGE ORDER SUMMARY ADDITIONS DEDUCTIONS alljigures on tbis Applica,tion and on the Continuat�lon �heet,,that aie changed to
'16tal changes approved in conjbrm to the amount certi/'ied.)
previous months by Owner ARCHITECT.-
Total approved this Month By:
TOTALS This Certificate is not negotiable. The AMOUNT CERTIFIED is'payable only to the Con-
NET C tractor named herein. Issuance, payment and ,acceptance of payment are without
HANGES by Change Orderl prejudice to any rights Of tile Owner or Contractor und'er,.this Contract,
AIA DOCUMENT G702,-APPLICATION AND CERTIFICATE FOR PAYMENT —1992 EDITION - A10 (C)1992 - THE AmrRICAN IN.SlTrUTE OF ARCI-Iii-rcTs, 17�5 NEW'�K�RK
AVENUE. N-W., WASHINGIX)N. D,C. 2(0)0-5292 o WARNING: Unlicensed photocopying violates U.S. copyright laws and will subject the violator to legal prosecution. G702.1992
vi
.,fAUTWu s I*se aiOnal AMcurniMich 41W caiWrInteoWd.AsOnal a1W tha 9wes iMt be UWd a=Wcou@W do�ts ajWdtic�
CONTINUATION SHEET , AIA DOCUMENT G703 (instructions,on reverse side) PACE OF PAGES
AIA Document G702 .APPLICATION AND,CERTIFICATE FOR PAYMENT, APPLICATION NO.:
containing Contraetor's signed Certification, is attached, APPLICATION DATE,
in tabulations below, amounts are statcd'to the nearest dollar. PERIOD TO-
Use Column I on Contracts where variable retainage for,line items may apply ARCHITECT'S PROJECT VO,:
A B C F G H
D -T
WORk COMPLETED MATERIALS TOTAL BALANCE RETAINAGE
ITEM SCHEDULED PRESENTLY COMPLETED % TO (IF VARIABLE)
NO. DESCRIPTION OF WORK FROM PREVIOUS STORED AND STORED
C) FINISH
VALUE APPLICATION THIS PERIOD (NOT IN TODATE (C RATE)
(D F) D OR E) (D+E+I-') (C G)
AIA DOCUMENT G703 CONTINUATION SHFET�FOR-G!02 1992,EDITION AIA& (g)1992 OTHE AMFRI�AN INSI ITUTE�OF'ARCHITECT.S, 1711-NEW YORK
AVENUE,N.W.,WMEIINGTON,'b.t;�006&52'92-WARNING:,Unlioensed 0hotocopying violates U.&"co ' 1. :subjeici'ft'vlolat6�to iej�i prosecoo'n. G703-1992
pyrjghtlaws and will
CAUTION:You should use an,original AIA document which has this caution printed in red.An original assurestilat changes will not'be obscured awmay occur when documents are reproduced.
CONTRACTOR NAME
CONTRACTOR ADDRESS
REQUEST FOR INTERPRETATION
PROJECT: Clallam County Veteran's Center Improvements RFI NO.:
CONTRACTOR: DATE:
DOCUMENT REFERENCE:
DESCRIPTION:
REQUEST:
REPLY REQUIRED BY: SIGNED:
REPLY:
SIGNED: DATE:
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
SECTION 013300-SUBMITTAL PROCEDURES
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section includes requirements for the submittal schedule and administrative and procedural
requirements for submitting Shop Drawings, Product Data, Samples, and other submittals.
B. Related Requirements:
1. Section 012900 "Payment Procedures" for submitting Applications for Payment and the
schedule of values.
2. Section 017823 "Operation and Maintenance Data" for submitting operation and
maintenance manuals.
3. Section 017839 "Project Record Documents" for submitting record Drawings, record
Specifications, and record Product Data.
1.3 DEFINITIONS
A. Action Submittals: Written and graphic information and physical samples that require
Architect's responsive action. Action submittals are those submittals indicated in individual
Specification Sections as"action submittals."
B. Informational Submittals: Written and graphic information and physical samples that do not
require Architect's responsive action. Submittals may be rejected for not complying with
requirements. Informational submittals are those submittals indicated in individual Specification
Sections as"informational submittals."
C. File Transfer Protocol (FTP): Communications protocol that enables transfer of files to and from
another computer over a network and that serves as the basis for standard Internet protocols.
An FTP site is a portion of a network located outside of network firewalls within which internal
and external users are able to access files.
D. Portable Document Format (PDF): An open standard file format licensed by Adobe Systems
used for representing documents in a device-independent and display resolution-independent
fixed-layout document format.
1.4 ACTION SUBMITTALS
A. Submittal Schedule: Submit a schedule of submittals, arranged in chronological order by dates
required by construction schedule. Include time required for review, ordering, manufacturing,
fabrication, and delivery when establishing dates. Include additional time required for making
SUBMITTAL PROCEDURES 013300- 1
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
corrections or revisions to submittals noted by Architect and additional time for handling and
reviewing submittals required by those corrections.
1. Coordinate submittal schedule with list of subcontracts, the schedule of values, and
Contractor's construction schedule.
2. Initial Submittal: Submit concurrently with startup construction schedule. Include
submittals required during construction. List those submittals required to maintain orderly
progress of the Work and those required early because of long lead-time for manufacture
or fabrication.
3. Final Submittal: Submit concurrently with the first complete submittal of Contractor's
construction schedule.
a. Submit revised submittal schedule to reflect changes in current status and timing
for submittals.
4. Format: Arrange the following information in a tabular format:
a. Scheduled date for first submittal.
b. Specification Section number and title.
C. Submittal category: Action, informational.
d. Name of subcontractor.
e. Description of the Work covered.
f. Scheduled date for Architect's final release or approval.
g. Scheduled date of fabrication.
h. Scheduled dates for purchasing.
i. Scheduled dates for installation.
j. Activity or event number.
1.5 SUBMITTAL ADMINISTRATIVE REQUIREMENTS
A. Architect's Digital Data Files: Electronic digital data files of the Contract Drawings may be
provided by Architect for Contractor's use in preparing submittals.
1. Architect may furnish Contractor one set of digital data drawing files of the Contract
Drawings for use in preparing Shop Drawings and Project record drawings.
a. Architect makes no representations as to the accuracy or completeness of digital
data drawing files as they relate to the Contract Drawings.
b. Digital Drawing Software Program: The Contract Drawings are available in
Autocad 2000, Microsoft Windows XP Operating System.
B. Coordination: Coordinate preparation and processing of submittals with performance of
construction activities.
1. Coordinate each submittal, with fabrication, purchasing, testing, delivery, other
submittals, and related activities that require sequential activity.
2. Submit all submittal items required for each Specification Section concurrently unless
partial submittals for portions of the Work are indicated on approved submittal schedule.
3. Submit action submittals and informational submittals required by the same Specification
Section as separate packages under separate transmittals.
4. Coordinate transmittal of different types of submittals for related parts of the Work so
processing will not be delayed because of need to review submittals concurrently for
coordination.
SUBMITTAL PROCEDURES 013300-2
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
a. Architect reserves the right to withhold action on a submittal requiring coordination
with other submittals until related submittals are received.
C. Processing Time: Allow time for submittal review, including time for re-submittals, as follows.
Time for review shall commence on Architect's receipt of submittal. No extension of the
Contract Time will be authorized because of failure to transmit submittals enough in advance of
the Work to permit processing, including re-submittals.
1. Initial Review: Allow 7 days for initial review of each submittal. Allow additional time if
coordination with subsequent submittals is required. Architect will advise Contractor
when a submittal being processed, must be delayed for coordination.
2. Re-submittal Review: Allow 7 days for review of each re-submittal.
D. Paper Submittals: Not allowed.
E. Electronic Submittals: Identify and incorporate information in each electronic submittal file as
follows:
1. Assemble complete submittal package into a single indexed file incorporating submittal
requirements of a single Specification Section and transmittal form with links enabling
navigation to each item.
2. Name file with submittal number or other unique identifier, including revision identifier.
a. File name shall use project identifier and Specification Section number followed by
a decimal point and then a sequential number (e.g., LNHS-061000.01). Re-
submittals shall include an alphabetic suffix after another decimal point (e.g.,
LNHS-061000.0l.A).
3. Provide means for insertion to permanently record Contractor's review and approval
markings and action taken by Architect.
4. Transmittal Form for Electronic Submittals: Use electronic form acceptable to Architect,
containing the following information:
a. Project name.
b. Date.
C. Name and address of Architect.
d. Name of Contractor.
e. Name of firm or entity that prepared submittal.
f. Names of subcontractor, manufacturer, and supplier.
g. Category and type of submittal.
h. Submittal purpose and description.
i. Specification Section number and title.
j. Specification paragraph number or drawing designation and generic name for each
of multiple items.
k. Drawing number and detail references, as appropriate.
1. Location(s)where product is to be installed, as appropriate.
M. Related physical samples submitted directly.
n. Indication of full or partial submittal.
0. Transmittal number, numbered consecutively.
p. Submittal and transmittal distribution record.
q. Other necessary identification.
r. Remarks.
5. Metadata: Include the following information as keywords in the electronic submittal file
metadata:
SUBMITTAL PROCEDURES 013300-3
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
a. Project name.
b. Number and title of appropriate Specification Section.
C. Manufacturer name.
d. Product name.
F. Options: Identify options requiring selection by Architect.
G. Deviations and Additional Information: On an attached separate sheet, prepared on
Contractors letterhead, record relevant information, requests for data, revisions other than
those requested by Architect on previous submittals, and deviations from requirements in the
Contract Documents, including minor variations and limitations. Include same identification
information as related submittal.
H. Re-submittals: Make re-submittals in same form and number of copies as initial submittal.
1. Note date and content of previous submittal.
2. Note date and content of revision in label or title block and clearly indicate extent of
revision.
3. Resubmit submittals until they are marked with approval notation from Architect's action
stamp.
1. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers,
fabricators, installers, authorities having jurisdiction, and others as necessary for performance of
construction activities. Show distribution on transmittal forms.
J. Use for Construction: Retain complete copies of submittals on Project site. Use only final
action submittals that are marked with approval notation from Architect's action stamp.
PART 2- PRODUCTS
2.1 SUBMITTAL PROCEDURES
A. General Submittal Procedure Requirements: Prepare and submit submittals required by
individual Specification Sections. Types of submittals are indicated in individual Specificati,on
Sections.
1. Submit electronic submittals via email as PDF electronic files.
a. Submittals larger than 1 MB shall be submitted through a third party FTP site such
as"You Send It".
b. Architect will return annotated file. Annotate and retain one copy of file as an
electronic Project record document file.
2. Certificates and Certifications Submittals: Provide a statement that includes signature of
entity responsible, for preparing certification. Certificates and certifications shall be,
signed by an officer or other individual authorized to sign documents on behalf of that
entity.
a. Provide a digital signature with digital certificate on electronically submitted
certificates and certifications where indicated.
b. Provide a notarized statement on original paper copy certificates and certifications
where indicated.
SUBMITTAL PROCEDURES 013300-4
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
B. Product Data: Collect information into a single submittal for each element of construction and
type of product or equipment.
1 If information must be specially prepared for submittal because standard published data
are not suitable for use, submit as Shop Drawings, not as Product Data.
2. Mark each submittal to show which products and options are applicable.
3. Include the following information, as applicable:
a. Manufacturer's catalog cuts.
b. Manufacturers product specifications.
C. Standard color charts.
d. Statement of compliance with specified referenced standards.
e. Testing by recognized testing agency.
f. Application of testing agency labels and seals.
9. Notation of coordination requirements.
h. Availability and delivery time information.
4. Submit Product Data before or concurrent with Samples.
5. Submit Product Data in the following format:
a. PDF electronic file.
C. Shop Drawings: Prepare Project-specific information, drawn accurately to scale. Do not base
Shop Drawings on reproductions of the Contract Documents or standard printed data, unless
submittal based on Architect's digital data drawing files is otherwise permitted.
1. Preparation: Fully illustrate requirements in the Contract Documents. Include the
following information, as applicable:
a. Identification of products.
b. Schedules.
C. Compliance with specified standards.
d. Notation of coordination requirements.
e. Notation of dimensions established by field measurement.
f. Relationship and attachment to adjoining construction clearly indicated.
2. Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop
Drawings on sheets at least 8-1/2 by 11 inches, but no larger than 30 by 42 inches.
3. Submit Shop Drawings in the following format:
a. PDF electronic file.
D. Samples: Submit Samples for review of kind, color, pattern, and texture for a check of these
characteristics with other elements and for a comparison of these characteristics between
submittal and actual component as delivered and installed.
1. Transmit Samples that contain multiple, related components such as accessories
together in one submittal package.
2. Identification: Attach label on unexposed side of Samples that includes the following:
a. Generic description of Sample.
b. Product name and name of manufacturer.
C. Sample source.
d. Number and title of applicable Specification Section.
e. Specification paragraph number and generic name of each item.
SUBMITTAL PROCEDURES 013300-5
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
3. For projects where electronic submittals are required, provide corresponding electronic
submittal of Sample transmittal, digital image file illustrating Sample characteristics, and
identification information for record.
4. Disposition: Maintain sets of approved Samples at Project site, available for quality-
control comparisons throughout the course of construction activity. Sample sets may be
used to determine final acceptance of construction associated with each set.
a. Samples that may be incorporated into the Work are indicated in individual
Specification Sections. Such Samples must be in an undamaged condition at time
of use.
b. Samples not incorporated into the Work, or otherwise designated as Owners
property, are the property of Contractor.
5. Samples for Verification: Submit Samples of size indicated, prepared from same material
to be used for the Work, cured and finished in manner specified, and physically identical
with material or product proposed for use, and that show full range of color and texture
variations expected. Samples include, but are not limited to, the following: partial
sections of manufactured or fabricated components; small cuts or containers of materials;
complete units of repetitively used materials; swatches showing color, texture, and
pattern; color range sets; and components used for independent testing and inspection.
a. Number of Samples: Submit three sets of Samples. Mark up and retain one
returned Sample set as a project record sample.
E. Product Schedule: As required in individual Specification Sections, prepare a written summary
indicating types of products required for the Work and their intended location. Include the
following information in tabular form:
1. Type of product. Include unique identifier for each product indicated in the Contract
Documents or assigned by Contractor if none is indicated.
2. Manufacturer and product name, and model number if applicable.
3. Number and name of room or space.
4. Location within room or space.
5. Submit product schedule in the following format:
a. PDF electronic file.
F. Application for Payment and Schedule of Values: Comply with requirements specified in
Section 012900 "Payment Procedures."
G. Closeout Submittals and Maintenance Material Submittals: Comply with requirements specified
in Section 017700"Closeout Procedures."
H. Maintenance Data: Comply with requirements specified in Section 017823 "Operation and
Maintenance Data."
1. Qualification Data: Prepare written information that demonstrates capabilities and experience of
firm or person. Include lists of completed projects with project names and addresses, contact
information of architects and owners, and other information specified.
J. Installer Certificates: Submit written statements on manufacturer's letterhead certifying that
Installer complies with requirements in the Contract Documents and, where required, is
authorized by manufacturer for this specific Project.
SUBMITTAL PROCEDURES 013300-6
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
K. Manufacturer Certificates: Submit written statements on manufacturer's letterhead certifying
that manufacturer complies with requirements in the Contract Documents. Include evidence of
manufacturing experience where required.
L. Product Certificates: Submit written statements on manufacturer's letterhead certifying that
product complies with requirements in the Contract Documents.
M. Material Certificates: Submit written statements on manufacturer's letterhead certifying that
material complies with requirements in the Contract Documents.
N. Material Test Reports: Submit reports written by a qualified testing agency, on testing agency's
standard form, indicating and interpreting test results of material for compliance with
requirements in the Contract Documents.
0. Product Test Reports: Submit written reports indicating that current product produced by
manufacturer complies with requirements in the Contract Documents. Base reports on
evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or
on comprehensive tests performed by a qualified testing agency.
P, Research Reports: Submit written evidence, from a model code organization acceptable to
authorities having jurisdiction, that product complies with building code in effect for Project.
Include the following information:
1. Name of evaluation organization.
2. Date of evaluation.
3. Time period when report is in effect.
4. Product and manufacturers' names.
5. Description of product.
6. Test procedures and results.
7. Limitations of use.
Q. Pre-construction Test Reports: Submit reports written by a qualified testing agency, on testing
agency's standard form, indicating and interpreting results of tests performed before installation
of product, for compliance with performance requirements in the Contract Documents.
R. Compatibility Test Reports: Submit reports written by a qualified testing agency, on testing
agency's standard form, indicating and interpreting results of compatibility tests performed
before installation of product. Include written recommendations for primers and substrate
preparation needed for adhesion.
S. Field Test Reports: Submit written reports indicating and interpreting results of field tests
performed either during installation of product or after product is installed in its final location, for
compliance with requirements in the Contract Documents.
T. Design Data: Prepare and submit written and graphic information, including, but not limited to,
performance and design criteria, list of applicable codes and regulations, and calculations.
Include list of assumptions and other performance and design criteria and a summary of loads.
Include load diagrams if applicable. Provide name and version of software, if any, used for
calculations. Include page numbers.
SUBMITTAL PROCEDURES 013300-7
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
PART 3-EXECUTION
3.1 CONTRACTOR'S REVIEW
A. Action and Informational Submittals: Review each submittal and check for coordination with
other Work of the Contract and for compliance with the Contract Documents. Note corrections
and field dimensions. Mark with approval stamp before submitting to Architect.
B. Project Closeout and Maintenance Material Submittals: See requirements in Section 017700
"Closeout Procedures."
C. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project name
and location, submittal number, Specification Section title and number, name of reviewer, date
of Contractors approval, and statement certifying that submittal has been reviewed, checked,
and approved for compliance with the Contract Documents.
3.2 ARCHITECT'S ACTION
A. Action Submittals: Architect will review each submittal, make marks to indicate corrections or
revisions required, and return it. Architect will stamp each submittal with an action stamp and
will mark stamp appropriately to indicate action, as follows:
• NO EXCEPTIONS NOTED
• IMPLEMENT EXCEPTIONS NOTED
• REVISE AND RESUBMIT
• REJECTED
This conditional review is limited in scope and not detailed and is only for conformance with design
concept and general compliance with the information given in the Contract Documents. The Contractor is
responsible for confirming quantities, verifying dimensions, selecting fabrication procedures, construction
techniques, coordinating and safely performing the Work. The Architect has not reviewed and is not
responsible for substitutions to or deviations from the Contract Documents not clearly noted by the
Contractor and specifically accepted by the Architect in writing or by the Architect's issuance of a Field
Order.
By: Date:
B. Informational Submittals: Architect will review each submittal and will not return it, or will return
it if it does not comply with requirements. Architect will forward each submittal to appropriate
party.
C. Partial submittals prepared for a portion of the Work will be reviewed when use of partial
submittals has received prior approval from Architect.
D. Incomplete submittals are unacceptable, will be considered non-responsive, and will be
returned for re-submittal without review.
E. Submittals not required, by the Contract Documents may be returned by the Architect without
action.
END OF SECTION 013300
SUBMITTAL PROCEDURES 013300-8
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
SECTION 014200-REFERENCES
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 01 Specification Sections, apply to this Section.
1.2 DEFINITIONS
A. General: Basic Contract definitions are included in the Conditions of the Contract.
B. "Approved": When u sed to convey Architect's action on Contractors submittals, applications,
and requests, "approved" is limited to Architect's duties and responsibilities as stated in the
Conditions of the Contract.
C. "Directed": A command or instruction by Architect. Other terms including "requested,"
"authorized,""selected,""required,"and"permitted" have the same meaning as"directed."
D. "Indicated": Requirements expressed by graphic representations or in written form on
Drawings, in Specifications, and in other Contract Documents. Other terms including "shown,"
"noted," "scheduled,"and "specified" have the same meaning as"indicated."
E. "Regulations": Laws, ordinances, statutes, and lawful orders issued by authorities having
jurisdiction, and rules, conventions, and agreements within the construction industry that control
performance of the Work.
F. "Furnish": Supply and deliver to Project site, ready for unloading, unpacking, assembly,
installation, and similar operations.
G. "Install": Operations at Project site including unloading, temporarily storing, unpacking,
assembling, erecting, placing, anchoring, applying, working to dimension, finishing, curing,
protecting, cleaning, and similar operations.
H. "Provide": Furnish and install, complete and ready for the intended use.
1. "Project Site": Space available for performing construction activities. The extent of Project site
is shown on Drawings and may or may not be identical with the description of the land on which
Project is to be built.
1.3 INDUSTRYSTANDARDS
A. Applicability of Standards: Unless the Contract Documents include more stringent
requirements, applicable construction industry standards have the same force and effect as if
bound or copied directly into the Contract Documents to the extent referenced. Such standards
are made a part of the Contract Documents by reference.
B. Publication Dates: Comply with standards in effect as of date of the Contract Documents
unless otherwise indicated.
REFERENCES 014200- 1
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
C. Copies of Standards: Each entity engaged in construction on Project should be familiar with
industry standards applicable to its construction activity. Copies of applicable standards are not
bound with the Contract Documents.
1. Where copies of standards are needed to perform a required construction activity, obtain
copies directly from publication source.
1.4 ABBREVIATIONS AND ACRONYMS
A. Industry Organizations: Where abbreviations and acronyms are used in Specifications or other
Contract Documents, they shall mean the recognized name of the entities indicated in Thomson
Gale's "Encyclopedia of Associations" or in Columbia Books' "National Trade & Professional
Associations of the U.S."
B. Code Agencies: Where abbreviations and acronyms are used in Specifications or other
Contract Documents, they shall mean the recognized name of the entities in the following list.
Names, telephone numbers, and Web sites are subject to change and are believed to be
accurate and up-to-date as of the date of the Contract Documents.
DIN Deutsches Institut fur Normung e.V. 49302601-0
www.din.de
IAPMO International Association of Plumbing and Mechanical Officials (909)472-4100
www.iapmo.org
[cc International Code Council (888)422-7233
www.icr-safe.org
ICC-ES ICC Evaluation Service, Inc. (800)423-6587
www.icc-es.org (562)699-0543
C. Federal Government Agencies: Where abbreviations and acronyms are used in Specifications
or other Contract Documents, they shall mean the recognized name of the entities in the
following list. Names, telephone numbers, and Web sites are subject to change and are
believed to be accurate and up-to-date as of the date of the Contract Documents.
COE Army Corps of Engineers (202)761-0011
www.usace.army.mil
CPSC Consumer Product Safety Commission (800)638-2772
www.cpsc.gov (301)504-7923
DOC Department of Commerce (202)482-2000
www.commerce.gov
DOD Department of Defense (215)697-6257
http://dodssp.daps.dia.mil
DOE Department of Energy (202)586-9220
www.energy.gov
EPA Environmental Protection Agency (202)272-0167
www.epa.gov
REFERENCES 014200-2
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
FAA Federal Aviation Administration (866)835-5322
www.faa.gov
FCC Federal Communications Commission (888)225-5322
www.fcc.gov
FDA Food and Drug Administration (888)463-6332
www.fda.gov
GSA General Services Administration (800)488-3111
www.gsa.gov
HUD Department of Housing and Urban Development (202)708-1112
www.hud.gov
LBL Lawrence Berkeley National Laboratory (510)486-4000
www.lbl.gov
NC HRP National Cooperative Highway Research Program
(See TRB)
NIST National Institute of Standards and Technology (301)975-6478
www.nist.gov
OSHA Occupational Safety&Health Administration (800) 321-6742
www.osha.gov (202)693-1999
PBS Public Buildings Service
(See GSA)
PHS Office of Public Health and Science (202)690-7694
hftp://www.hhs.gov/ophs/
RUS Rural Utilities Service (202)720-9540
(See USDA)
SD State Department (202)647-4000
www.state.gov
TR13 Transportation Research Board (202)334-2934
http://guiliver.trb.org
USDA Department of Agriculture (202)720-2791
www.usda.gov
USP U.S. Pharmacopeia (800)227-8772
www.usp.org
USPS Postal Service (202)268-2000
www.usps.com
D, Standards and Regulations: Where abbreviations and acronyms are used in Specifications or
other Contract Documents, they shall mean the recognized name of the standards and
regulations in the following list. Names, telephone numbers, and Web sites are subject to
change and are believed to be accurate and up-to-date as of the date of the Contract
Documents.
REFERENCES 014200-3
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
ADAAG Americans with Disabilities Act(ADA) (800)872-2253
Architectural Barriers Act(ABA) (202)272-0080
Accessibility Guidelines for Buildings and Facilities
Available from U.S. Access Board
www.access-board.gov
CFR Code of Federal Regulations (866)512-1800
Available from Government Printing Office (202)512-1800
www.gpoaccess.gov/cfr/index.htmi
DOD Department of Defense Military Specifications and Standards (215)697-2664
Available from Department of Defense Single Stock Point
hftp://dodssp.daps.dla.mil
DSCC Defense Supply Center Columbus
(See FS)
FED-STD Federal Standard
(See FS)
FS Federal Specification (215)697-2664
Available from Department of Defense Single Stock Point
hftp://dodssp.daps.dla.mil/
Available from Defense Standardization Program
www.dsp.dla.mil
Available from General Services Administration (202)619-8925
www.gsa.gov
Available from National Institute of Building Sciences (202)289-7800
www.wbdg.org/ccb
FTMS Federal Test Method Standard
(See FS)
MIL (See MILSPEC)
MIL-STD (See MILSPEC)
MILSPEC Military Specification and Standards (215)697-2664
Available from Department of Defense Single Stock Point
hftp://dodssp.daps.dla.mil
UFAS Uniform Federal Accessibility Standards (800)872-2253
Available from Access Board (202)272-0080
www.access-board.gov
E. State Government Agencies: Where abbreviations and acronyms are used in Specifications or
other Contract Documents, they shall mean the recognized name of the entities in the following
list. Names, telephone numbers, and Web sites are subject to change and are believed to be
accurate and up-to-date as of the date of the Contract Documents.
REFERENCES 014200-4
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
CBHF State of Californi a, Department of Consumer Affairs Bureau of Home (800)952-5210
Furnishings and Thermal Insulation
www.dca.ca.gov/bhfti (916)574-2041
CCR California Code of Regulations (916)323-6815
www.calregs.com
CDHS California Department of Health Services (916)445-4171
www.dhcs.ca.gov
CDPH California Department of Public Health, Indoor Air Quality Section
www.cal-iaq.org
CPUC California Public Utilities Commission (415)703-2782
www.cpuc.ca.gov
TFS Texas Forest Service
Forest Resource Development (979)458-6606
hftp://txforestservice.tamu.edu
PART 2- PRODUCTS (Not Used)
PART 3- EXECUTION (Not Used)
END OF SECTION 014200
REFERENCES 014200-5
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
SECTION 016000- PRODUCT REQUIREMENTS
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section includes administrative and procedural requirements for selection of products for use in
Project; product delivery, storage, and handling; manufacturers' standard warranties on
products; special warranties; and comparable products.
B. Related Requirements:
1. Section 012500"Substitution Procedures"for requests for substitutions.
2. Section 014200"References"for applicable industry standards for products specified.
1.3 DEFINITIONS
A. Products: Items obtained for incorporating into the Work, whether purchased for Project or
taken from previously purchased stock. The term "product" includes the terms "material,"
11equipment,""system,"and terms of similar intent.
1. Named Products: Items identified by manufacturers product name, including make or
model number or other designation shown or listed in manufacturers published product
literature, that is current as of date of the Contract Documents.
2. New Products: Items that have not previously been incorporated into another project or
facility. Products salvaged or recycled from other projects are not considered new
products.
3. Comparable Product: Product that is demonstrated and approved through submittal
process to have the indicated qualities related to type, function, dimension, in-service
performance, physical properties, appearance, and other characteristics that equal or
exceed those of specified product.
B. Basis-of-Design Product Specification: A specification in which a specific manufacturers
product is named and accompanied by the words "basis-of-design product," including make or
model number or other designation, to establish the significant qualities related to type,function,
dimension, in-service performance, physical properties, appearance, and other characteristics
for purposes of evaluating comparable products of additional manufacturers named in the
specification.
1.4 ACTION SUBMITTALS
A. Comparable Product Requests: Submit request for consideration of each comparable product.
Identify product or fabrication or installation method to be replaced. Include Specification
Section number and title and Drawing numbers and titles.
PRODUCT REQUIREMENTS 016000- 1
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
1 Include data to indicate compliance with the requirements specified in "Comparable
Products"Article.
2. Architect's Action: If necessary, Architect will request additional information or
documentation for evaluation within one week of receipt of a comparable product request.
Architect will notify Contractor of approval or rejection of proposed comparable product
request within seven days, of receipt of request, or seven days of receipt of additional
information or documentation whichever is later.
a. Form of Approval: As specified in Section 013300"Submittal Procedures."
b. Use product specified if Architect does not issue a decision on use of a
comparable product request within time allocated.
B. Basis-of-Design Product Specification Submittal: Comply with requirements in Section 013300
"Submittal Procedures." Show compliance with requirements.
1.5 QUALITYASSURANCE
A. Compatibility of Options: If Contractor is given option of selecting between two or more
products for use on Project, select product compatible with products previously selected, even if
previously selected products were also options.
1. Each contractor is responsible for providing products and construction methods
compatible with products and construction methods of other contractors.
2. If a dispute arises between contractors over concurrently selectable but incompatible
products, Architect will determine which products shall be used.
1.6 PRODUCT DELIVERY, STORAGE,AND HANDLING
A. Deliver, store, and handle products using means and methods that will prevent damage,
deterioration, and loss, including theft and vandalism. Comply with manufacturers' written
instructions.
B. Delivery and Handling:
1. Schedule delivery to minimize long-term storage at Project site and to prevent
overcrowding of construction spaces.
2. Coordinate delivery with installation time to ensure minimum holding time for items that
are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other
losses.
3. Deliver products to Project site in an undamaged condition in manufacturers original
sealed container or other packaging system, complete with labels and instructions for
handling, storing, unpacking, protecting, and installing.
4. Inspect products on delivery to determine compliance with the Contract Documents and
to determine that products are undamaged and properly protected.
C. Storage:
1. Store products to allow for inspection and measurement of quantity or counting of units.
2. Store materials in a manner that will not endanger Project structure.
3. Store products that are subject to damage by the elements, under cover in a weather-
tight enclosure above ground, with ventilation adequate to prevent condensation.
4. Protect foam plastic from exposure to sunlight, except to extent necessary for period of
installation and concealment.
PRODUCT REQUIREMENTS 016000-2
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
5. Comply with product manufacturers' written instructions for temperature, humidity,
ventilation, and weather-protection requirements for storage.
6. Protect stored products from damage and liquids from freezing.
7. Provide a secure location and enclosure at Project site for storage of materials and
equipment by Owners construction forces. Coordinate location with Owner.
1.7 PRODUCT WARRANTIES
A. Warranties specified in other Sections shall be in addition to, and run concurrent with, other
warranties required by the Contract Documents. Manufacturer's disclaimers and limitations on
product warranties do not relieve Contractor of obligations under requirements of the Contract
Documents.
1. Manufacturer's Warranty: Written warranty furnished by individual manufacturer for a
particular product and specifically endorsed by manufacturer to Owner.
2. Special Warranty: Written warranty required by the Contract Documents to provide
specific rights for Owner.
B. Special Warranties: Prepare a written document that contains appropriate terms and
identification, ready for execution.
1. Manufacturer's Standard Form: Modified to include Project-specific information and
properly executed.
2. Specified Form: When specified forms are included with the Specifications, prepare a
written document using indicated form properly executed.
3. See other Sections for specific content requirements and particular requirements for
submitting special warranties.
C. SubmittalTime: Comply with requirements in Section 017700"Closeout Procedures."
PART 2- PRODUCTS
2.1 PRODUCT SELECTION PROCEDURES
A. General Product Requirements: Provide products that comply with the Contract Documents,
are undamaged and, unless otherwise indicated, are new at time of installation.
1. Provide products complete with accessories, trim, finish, fasteners, and other items
needed for a complete installation and indicated use and effect.
2. Standard Products: If available, and unless custom products or nonstandard options are
specified, provide standard products of types that have been produced and used
successfully in similar situations on other projects.
3. Owner reserves the right to limit selection to products with warranties not in conflict with
requirements of the Contract Documents.
4. Where products are accompanied by the term "as selected," Architect will make
selection.
5. Descriptive, performance, and reference standard requirements in the Specifications
establish salient characteristics of products.
6. Or Equal: For products specified by name and accompanied by the term "or equal," or
"or approved equal," or "or approved," comply with requirements in "Comparable
Products"Article to obtain approval for use of an unnamed product.
PRODUCT REQUIREMENTS 016000-3
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
B. Product Selection Procedures:
1 Product: Where Specifications name a single manufacturer and product, provide the
named product that complies with requirements. Comparable products or substitutions
for Contractors convenience will not be considered.
2. Manufacturer/Source: Where Specifications name a single manufacturer or source,
provide a product by the named manufacturer or source that complies with requirements.
Comparable products or substitutions for Contractors convenience will not be
considered.
3. Products:
a. Restricted List: Where Specifications include a list of names of both
manufacturers and products, provide one of the products listed that, complies with
requirements. Comparable products or substitutions for Contractor's convenience
will not be considered unless otherwise indicated.
b. Non-restricted List: Where Specifications include a list of names of both available
manufacturers and products, provide one of the products listed, or.an unnamed
product, that complies with requirements. Comply with requirements in
"Comparable Products"Article for consideration of an unnamed product.
4. Manufacturers:
a. Restricted List: Where Specifications include a list of manufacturers' names,
provide a product by one of the manufacturers listed that complies with
requirements. Comparable products or substitutions for Contractor's convenience
will not be considered unless otherwise indicated.
b. Non-restricted List: Where Specifications include a list of available manufacturers,
provide a product by one of the manufacturers listed, or a product by an unnamed
manufacturer that complies with requirements. Comply with requirements in
"Comparable Products" Article for consideration of an unnamed manufacturer's
product.
5. Basis-of-Design Product: Where Specifications name a product, or refer to a product
indicated on Drawings, and include a list of manufacturers, provide the specified or
indicated product or a comparable product by one of the other named manufacturers.
Drawings and Specifications indicate sizes, profiles, dimensions, and other
characteristics that are based on the product named. Comply with requirements in
"Comparable Products" Article for consideration of an unnamed product by one of the
other named manufacturers.
C. Visual Matching Specification: Where Specifications require "match Architect's sample",
provide a product that complies with requirements and matches Architect's sample. Architect's
decision will be final on whether a proposed product matches.
1. If no product available within specified category matches and complies with other
specified requirements, comply with requirements in Section 012500 "Substitution
Procedures"for proposal of product.
D. Visual Selection Specification: Where Specifications include the phrase "as selected by
Architect from manufacturers full range" or similar phrase, select a product that complies with
requirements. Architect will select color, gloss, pattern, density, or texture from manufacturer's
product line that includes both standard and premium items.
PRODUCT REQUIREMENTS 016000-4
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
2.2 COMPARABLE PRODUCTS
A. Conditions for Consideration: Architect will consider Contractor's request for comparable
product when the following conditions are satisfied. If the following conditions are not satisfied,
Architect may return requests without action, except to record noncompliance with these
requirements:
1. Evidence that the proposed product does not require revisions to the Contract
Documents, that it is consistent with the Contract Documents and will produce the
indicated results, and that it is compatible with other portions of the Work.
2. Detailed comparison of significant qualities of proposed product with those named in the
Specifications. Significant qualities include attributes such as performance, weight, size,
durability, visual effect, and specific features and requirements indicated.
3. Evidence that proposed product provides specified warranty.
4. List of similar installations for completed projects with project names and addresses and
names and addresses of architects and owners, if requested.
5. Samples, if requested.
PART 3 - EXECUTION (Not Used)
END OF SECTION 016000
PRODUCT REQUIREMENTS 016000-5
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
SECTION 017300-EXECUTION
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section includes general administrative and procedural requirements governing execution of the
Work including, but not limited to, the following:
1. Construction layout.
2. Installation of the Work.
3. Cutting and patching.
4. Progress cleaning.
5. Protection of installed construction.
6. Correction of the Work.
B. Related Requirements:
1. Section 0 11000"Summary"for limits on use of Project site.
2. Section 013300"Submittal Procedures"for submitting surveys.
3. Section 017700 "Closeout Procedures" for submitting final property survey with Project
Record Documents, recording of Owner-accepted deviations from indicated lines and
levels, and final cleaning.
4. Section 024119 "Selective Structure Demolition" for demolition and removal of selected
portions of the building.
1.3 DEFINITIONS
A. Cutting: Removal of in-place construction necessary to permit installation or performance of
other work.
B. Patching: Fitting and repair work required to restore construction to original conditions after
installation of other work.
1.4 QUALITY ASSURANCE
A. Cutting and Patching: Comply with requirements for and limitations on cuffing and patching of
construction elements.
1. Structural Elements: Do not cut and patch structural elements and related components.
2. Operational Elements: Do not cut and patch operating elements and related
components. Operational elements include but are not limited to the following:
EXECUTION a. Primary operational systems and equipment. 017300- 1
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
b. Fire separation assemblies.
C. Fire-suppression systems.
d. Mechanical systems piping and ducts.
e. Communication systems.
f. Fire-detection and-alarm systems.
9- Electrical wiring systems.
3. Other Construction Elements: Do not cut and patch other construction elements. Other
construction elements include but are not limited to the following:
a. Equipment supports.
b. Piping, ductwork, vessels, and equipment.
4. Visual Elements: Do not cut and patch construction in a manner that results in visual
evidence of cutting and. patching. Do not cut and patch exposed construction in a
manner that would, in Architect's opinion, reduce the building's aesthetic qualities.
Remove and replace construction that has been cut and patched in a visually
unsatisfactory manner.
B. Manufacturers Installation Instructions: Obtain and maintain on-site manufacturer's written
recommendations and instructions for installation of products and equipment.
PART 2- PRODUCTS
2.1 MATERIALS
A. General: Comply with requirements specified in other Sections.
B. In-Place Materials: Use materials for patching identical to in-place materials. For exposed
surfaces, use materials that visually match in-place adjacent surfaces to the fullest extent
possible.
1. If identical materials are unavailable or cannot be used, use materials that, when
installed, will provide a match acceptable to Architect for the visual and functional
performance of in-place materials.
PART 3- EXECUTION
3.1 EXAMINATION
A. Existing Conditions: The existence and location of utilities and construction indicated as
existing are not guaranteed. Before beginning work, investigate and verify the existence and
location of utilities, mechanical and electrical systems, and other construction affecting the
Work.
B. Examination and Acceptance of Conditions: Before proceeding with each component of the
Work, examine substrates, areas, and conditions, with Installer or Applicator present where
indicated, for compliance with requirements for installation tolerances and other conditions
affecting performance. Record observations.
EXECUTION 017300-2
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
C. Written Report: Where a written report listing conditions detrimental to performance of the Work
is required by other Sections, include the following:
1 Description of the Work.
2. List of detrimental conditions, including substrates.
3. List of unacceptable installation tolerances.
4. Recommended corrections.
D. Proceed with installation only after unsatisfactory conditions have been corrected. Proceeding
with the Work indicates acceptance of surfaces and conditions.
3.2 PREPARATION
A. Field Measurements: Take field measurements as required to fit the Work properly. Recheck
measurements before installing each product. Where portions of the Work are indicated to fit to
other construction, verify dimensions of other construction by field measurements before
fabrication. Coordinate fabrication schedule with construction progress to avoid delaying the
Work.
B. Space Requirements: Verify space requirements and dimensions of items shown
diagrammatically on Drawings.
C. Review of Contract Documents and Field Conditions: Immediately on discovery of the need for
clarification of the Contract Documents caused by differing field conditions outside the control of
Contractor, submit a request for information to Architect according to requirements in
Section 013100"Project Management and Coordination."
3.3 CONSTRUCTION LAYOUT
A. Verification: Before proceeding to layout the Work, verify layout information shown on
Drawings. If discrepancies are discovered, notify Architect promptly.
3.4 INSTALLATION
A. General: Locate the Work and components of the Work accurately, in correct alignment and
elevation, as indicated.
1. Make vertical work plumb and make horizontal work level.
2. Where space is limited, install components to maximize space available for maintenance
and ease of removal for replacement.
B. Comply with manufacturers written instructions and recommendations for installing products in
applications indicated.
C. Install products at the time and under conditions that will ensure the best possible results.
Maintain conditions required for product performance until Substantial Completion.
D. Conduct construction operations so no part of the Work is subjected to damaging operations or
loading in excess of that expected during normal conditions of occupancy.
E. Sequence the Work and allow adequate clearances to accommodate movement of construction
items on site and placement in permanent locations.
EXECUTION 017300-3
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
F. Tools and Equipment: Do not use tools or equipment that produce harmful noise levels.
G. Templates: Obtain and distribute to the parties involved templates for work specified to be
factory prepared and field installed. Check Shop Drawings of other work to confirm that
adequate provisions are made for locating and installing products to comply with indicated
requirements.
H. Attachment: Provide blocking and attachment plates and anchors and fasteners of adequate
size and number to securely anchor each component in place, accurately located and aligned
with other portions of the Work. Where size and type of attachments are not indicated, verify
size and type required for load conditions.
1. Allow for building movement, including thermal expansion and contraction.
2. Coordinate installation of anchorages. Deliver such items to Project site in time for
installation.
1. Joints: Make joints of uniform width. Where joint locations in exposed work are not indicated,
arrange joints for the best visual effect. Fit exposed connections together to form hairline joints.
J. Hazardous Materials: Use products, cleaners, and installation materials that are not considered
hazardous.
3.5 CUTTING AND PATCHING
A. Cutting and Patching, General: Employ skilled workers to perform cutting and patching.
Proceed with cutting and patching at the earliest feasible time, and complete without delay.
1. Cut in-place construction to provide for installation of other components or performance
of other construction, and subsequently patch as required to restore surfaces to their
original condition.
B. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or
damaged during installation or cutting and patching operations, by methods and with materials
so as not to void existing warranties.
C. Temporary Support: Provide temporary support of work to be cut.
D. Protection: Protect in-place construction during cutting and patching to prevent damage.
Provide protection from adverse weather conditions for portions of Project that might be
exposed during cutting and patching operations.
E. Adjacent Occupied Areas: Where interference with use of adjoining areas or interruption of free
passage to adjoining areas is unavoidable, coordinate cuffing and patching according to
requirements in Section 011000"Summary."
F. Cutting: Cut in-place construction by sawing, drilling, breaking, chipping, grinding, and similar
operations, including excavation, using methods least likely to damage elements retained or
adjoining construction. If possible, review proposed procedures with original Installer; comply
with original Installer's written recommendations.
1. In general, use hand or small power tools designed for sawing and grinding, not
hammering and chopping. Cut holes and slots neatly to minimum size required, and with
minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use.
2. Finished Surfaces: Cut or drill from the exposed or finished side into concealed surfaces.
EXECUTION 017300-4
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
3. Proceed with patching after construction operations requiring cuffing are complete.
G. Patching: Patch construction by filling, repairing, refinishing, closing up, and similar operations
following performance of other work. Patch with durable seams that are as invisible as
practicable. Provide materials and comply with installation requirements specified in other
Sections,where applicable.
1. Inspection: Where feasible, test and inspect patched areas after completion to
I demonstrate physical integrity of installation.
2. Exposed Finishes: Restore exposed finishes of patched areas and extend finish
restoration into retained adjoining construction in a manner that will minimize evidence of
patching and refinishing.
3. Exterior Building Enclosure: Patch components in a manner that restores enclosure to a
weather-tight condition and ensures thermal and moisture integrity of building enclosure.
H. Cleaning: Clean areas and spaces where cuffing and patching are performed. Remove paint,
mortar, oils, putty, and similar materials from adjacent finished surfaces.
3.6 PROGRESS CLEANING
A. General: Clean Project site and work areas daily, including common areas. Enforce
requirements strictly. Dispose of materials lawfully.
1. Comply with requirements in NFPA 241 for removal of combustible waste materials and
debris.
2. Do not hold waste materials more than seven days during normal weather or three days if
the temperature is expected to rise above 80 deg F.
3. Containerize hazardous and unsanitary waste materials separately from other waste.
Mark containers appropriately and dispose of legally, according to regulations.
a. Use containers intended for holding waste materials of type to be stored.
4. Coordinate progress cleaning for joint-use areas where Contractor and other contractors
are working concurrently.
B. Site: Maintain Project site free of waste materials and debris.
C. Work Areas: Clean areas wh ere work is in progress to the level of cleanliness necessary for
proper execution of the Work.
1. Remove liquid spills promptly.
2. Where dust would impair proper execution of the Work, broom-clean or vacuum the
entire work area, as appropriate.
D. Installed Work: Keep installed work clean. Clean installed surfaces when directed by Architect
or Owner. Clean installed surfaces according to written instructions of manufacturer or
fabricator of product installed, using only cleaning materials specifically recommended. If
specific cleaning materials are not recommended use, cleaning materials that are not
hazardous to health or property and that will not damage exposed surfaces.
E. Concealed Spaces: Remove debris from concealed spaces before enclosing the space.
F. Exposed Surfaces in Finished Areas: Clean exposed surfaces and protect as necessary to
ensure freedom from damage and deterioration at time of Substantial Completion.
EXECUTION 017300-5
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
G. Waste Disposal: Do not bury or burn waste materials on-site. Do not wash waste materials
down sewers or into waterways.
H. During handling and installation, clean and protect construction in progress and adjoining
materials already in place. Apply protective covering where required to ensure protection from
damage or deterioration at Substantial Completion.
1. Clean and provide maintenance on completed construction as frequently as necessary through
the remainder of the construction period.
J. Limiting Exposures: Supervise construction operations to assure that no part of the
construction, completed or in progress is subject to harmful, dangerous, damaging, or otherwise
deleterious exposure during the construction period.
3.7 PROTECTION OF INSTALLED CONSTRUCTION
A. Provide final protection and maintain conditions that ensure installed Work is without damage or
deterioration at time of Substantial Completion.
B. Comply with manufacturers'written instructions for temperature and relative humidity.
END OF SECTION 017300
EXECUTION 017300-6
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
SECTION 017700-CLOSEOUT PROCEDURES
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section includes administrative and procedural requirements for contract closeout, including,
but not limited to, the following:
1. Substantial Completion procedures.
2. Final completion procedures.
3. Warranties:
4. Final cleaning.
5. Repair of the Work.
B. Related Requirements:
1. Section 017300"Execution"for progress cleaning of Project site.
2. Section 017823 "Operation and Maintenance Data" for operation and maintenance
manual requirements.
3. Section 017839 "Project Record Documents" for submitting record Drawings, record
Specifications, and record Product Data.
1.3 ACTION SUBMITTALS
A. Product Data: For cleaning agents.
B. Contractor's List of Incomplete Items: Initial submittal at Substantial Completion.
C. Certified List of Incomplete Items: Final submittal at Final Completion.
1.4 CLOSEOUT SUBMITTALS
A. Certificates of Release: From authorities having jurisdiction.
B. Certificate of Insurance: For continuing coverage.
1.5 MAINTENAN CE MATERIAL SUBMITTALS
A. Schedule of Maintenance Material Items: For maintenance material submittal items specified in
other Sections.
CLOSEOUT PROCEDURES 017700- 1
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
1.6 SUBSTANTIAL COMPLETION PROCEDURES
A. Contractors List of Incomplete Items: Prepare and submit a list of items to be completed and
corrected (Contractor's punch list), indicating the value of each item on the list and reasons why
the Work is incomplete.
B. Submittals Prior to Substantial Completion: Complete the following a minimum of 10 days prior
to requesting inspection for determining date of Substantial Completion. List items below that
are incomplete at time of request.
1. Certificates of Release: Obtain and submit releases from authorities having jurisdiction
permitting Owner unrestricted use of the Work and access to services and utilities.
Include occupancy permits, operating certificates, and similar releases.
2. Submit closeout submittals specified in other Division 01 Sections, including project
record documents, operation and maintenance manuals, final completion construction
photographic documentation, damage or settlement surveys, property surveys, and
similar final record information.
3. Submit closeout submittals specified in individual Sections, including specific warranties,
workmanship bonds, maintenance service agreements, final certifications, and similar
documents.
4. Submit maintenance material submittals specified in individual Sections, including tools,
spare parts, extra materials, and similar items, and deliver to location designated by
Architect. Label with manufacturers name and model number where applicable.
C. Procedures Prior to Substantial Completion: Complete the following a minimum of 10 days prior
to requesting inspection for determining date of Substantial Completion. List items below that
are incomplete at time of request.
1. Advise Owner of pending insurance changeover requirements.
2. Terminate and remove temporary facilities from Project site, along with construction tools,
and similar elements.
3. Complete final cleaning requirements, including touchup painting.
4. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual
defects.
D. Inspection: Submit a written request for inspection to determine Substantial Completion a
minimum of 10 days prior to date the work will be completed and ready for final inspection and
tests. On receipt of request, Architect will either proceed with inspection or notify Contractor of
unfulfilled requirements. Architect will prepare the Certificate of Substantial Completion after
inspection or will notify Contractor of items, either on Contractors list or additional items
identified by Architect that must be completed or corrected before certificate will be issued.
1. Re-inspection: Request re-inspection when the Work identified in previous inspections
as incomplete is completed or corrected.
2. Results of completed inspection will form the basis of requirements for final completion.
1.7 FINAL COMPLETION PROCEDURES
A. Submittals Prior to Final Completion: Before requesting final inspection for determining final
completion, complete the following:
1. Submit a final Application for Payment according to Section 012900 "Payment
Procedures."
CLOSEOUT PROCEDURES 017700-2
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
2. Certified List of Incomplete Items: Submit certified copy of Architect's Substantial
Completion inspection list of items to be completed or corrected (punch list), endorsed
and dated by Architect. Certified copy of the list shall state that each item has been
completed or otherwise resolved for acceptance.
3. Certificate of Insurance: Submit evidence of final, continuing insurance coverage
complying with insurance requirements.
B. Inspection: Submit a written request for final inspection to determine acceptance a minimum of
10 days prior to date the work will be completed and ready for final inspection and tests. On
receipt of request, Architect will either proceed with inspection or notify Contractor of unfulfilled
requirements. Architect will prepare a final Certificate for Payment after inspection or will notify
Contractor of construction that must be completed or corrected before certificate will be issued.
1. Re-inspection: Request re-inspection when the Work identified in previous inspections
as incomplete is completed or corrected.
1.8 LIST OF INCOMPLETE ITEMS(PUNCH LIST)
A. Organization of List: Include name and identification of each space and area affected by
construction operations for incomplete items and items needing correction including, if
necessary, areas disturbed by Contractor that are outside the limits of construction. Use
CSI Form 14.1A.
1. Organize list of items in sequential order.
2. Include the following information at the top of each page:
a. Project name.
b. Date.
C. Name of Architect.
d. Name of Contractor.
e. Page number.
3. Submit list of incomplete items in the following format:
a. MS Excel electronic file. Architect will return annotated file.
1.9 SUBMITTAL OF PROJECT WARRANTIES
A, Time of Submittal: Submit written warranties on request of Architect for designated portions of
the Work where commencement of warranties other than date of Substantial Completion is
indicated, or when delay in submittal of warranties might limit Owners rights under warranty.
B. Organize warranty documents into an orderly sequence based on the table of contents of
Project Manual.
1. Bind warranties and bonds in heavy-duty, three-ring, vinyl-covered, loose-leaf binders,
thickness as necessary to accommodate contents, and sized to receive 8-1/2-by-1 1-inch
paper.
2. Provide heavy paper dividers with plastic-covered tabs for each separate warranty. Mark
tab to identify the product or installation. Provide a typed description of the product or
installation, including the name of the product and the name, address, and telephone
number of Installer.
CLOSEOUT PROCEDURES 017700-3
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
3. Identify each binder on the front and spine with the typed or printed title"WARRANTIES,"
Project name, and name of Contractor.
4. Warranty Electronic File: Scan warranties and bonds and assemble complete warranty
and bond submittal package into a single indexed electronic PDF file with links enabling
navigation to each item. Provide book-marked table of contents at beginning of
document.
C. Provide additional copies of each warranty to in clude in operation and maintenance manuals.
PART 2- PRODUCTS
2.1 MATERIALS
A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or
fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially
hazardous to health or property or that might damage finished surfaces.
1. Use cleaning products that comply with Green Seal's GS-37, or if GS-37 is not
applicable, use products that comply with the California Code of Regulations maximum
allowable VOC levels.
PART 3-EXECUTION
3.1 FINAL CLEANING
A. General: Perform final cleaning. Conduct cleaning and waste-removal operations to comply
with local laws and ordinances and Federal and local environmental and antipollution
regulations.
B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each
surface or unit to condition expected in an average commercial building cleaning and
maintenance program. Comply with manufacturers'written instructions.
1. Complete the following cleaning operations before requesting inspection for certification
of Substantial Completion for entire Project or for a designated portion of Project:
a. Clean Project site, yard, and grounds, in areas disturbed by construction activities,
including landscape development areas, of rubbish, waste material, litter, and
other foreign substances.
b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other
foreign deposits.
C. Remove tools, construction equipment, machinery, and surplus material from
Project site.
d. Pressure wash and scrub roofing membrane so it is free of stains, marks, dirt, etc.
e. Clean exposed exterior hard-surfaced finishes to a dirt-free condition, free of
stains, films, and similar foreign substances. Avoid disturbing natural weathering
of exterior surfaces. Restore reflective surfaces to their original condition.
f. Remove debris and surface dust from limited access spaces, including roofs,
attics, and similar spaces.
g. Remove labels that are not permanent.
CLOSEOUT PROCEDURES 017700-4
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
C. Construction Waste Disposal: Comply with waste disposal requirements in Section 015000
"Temporary Facilities and Controls."
3.2 REPAIR OF THE WORK
A. Complete repair and restoration operations before requesting inspection for determination of
Substantial Completion.
B. Repair or remove and replace defective construction. Repairing includes replacing defective
parts, refinishing damaged surfaces, touching up with matching materials, and properly
adjusting operating equipment. Where damaged or worn items cannot be repaired or restored,
provide replacements. Remove and replace operating components that cannot be repaired.
Restore damaged construction and permanent facilities used during construction to specified
condition.
1. Remove and replace chipped, scratched, and broken glass, reflective surfaces, and other
damaged transparent materials.
2. Touch up and otherwise repair and restore marred or exposed finishes and surfaces.
Replace finishes and surfaces that already show evidence of repair or restoration.
3. Replace parts subject to operating conditions during construction that may impede
operation or reduce longevity.
END OF SECTION 017700
CLOSEOUT PROCEDURES 017700-5
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
SECTION 017823-OPERATION AND MAINTENANCE DATA
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section includes administrative and procedural requirements for preparing operation and
maintenance manuals, including the following:
1. Operation and maintenance documentation directory.
2. Product maintenance manuals.
B. Related Requirements:
1. Section 013300 "Submittal Procedures" for submitting copies of submittals for operation
and maintenance manuals.
1.3 CLOSEOUT SUBMITTALS
A. Manual Content: Operations and maintenance manual content is specified in individual
Specification Sections to be reviewed at the time of Section submittals. Submit reviewed
manual content formatted and organized as required by this Section.
1. Architect will comment on whether content of operations and maintenance submittals are
acceptable.
2. Where applicable, clarify and update reviewed manual content to correspond to revisions
and field conditions-.
B. Format: Submit operations and maintenance manuals in the following format:
1. PDF electronic file. Assemble each manual into a composite electronically indexed file.
Submit on digital media acceptable to Architect.
a. Name each indexed document file in composite electronic index with applicable
item name. Include a complete electronically linked operation and maintenance
directory.
b. Enable inserted reviewer comments on draft submittals.
2. Three paper copies. Include a complete operation and maintenance directory. Enclose
title pages and directories in clear plastic sleeves. Architect will return two copies.
C. Initial Manual Submittal: Submit draft copy of each manual at least 20 days before commencing
closeout procedures. Architect will comment on whether general scope and content of manual
are acceptable.
OPERATION AND MAINTENANCE DATA 017823- 1
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
D. Final Manual Submittal: Submit each manual in final form prior to requesting inspection for
Substantial Completion. Architect will return copy with comments.
1 Correct or revise each manual to comply with Architect's comments. Submit copies of
each corrected manual within seven days of receipt of Architect's comments and prior to
commencing closeout procedures.
PART 2- PRODUCTS
2.1 OPERATION AND MAINTENANCE DOCUMENTATION DIRECTORY
A. Directory: Prepare a single, comprehensive directory of maintenance data and materials, listing
items and their location to facilitate ready access to desired information. Include a section in the
directory for each of the following:
1. List of documents.
2. Table of contents.
B. Tables of Contents: Include a table of contents for each maintenance manual.
2.2 REQUIREMENTS FOR MAINTENANCE MANUALS
A. Organization: Unless otherwise indicated, organize each manual into a separate section for
each system and subsystem, and a separate section for each piece of equipment not part of a
system. Each manual shall contain the following materials, in the order listed:
1. Title page.
2. Table of contents.
3. Manual contents.
B, Title Page: Include the following information:
1. Subject matter included in manual.
2. Name and address of Project.
3. Name and address of Owner.
4. Date of submittal.
5. Name and contact information for Contractor.
6. Name and contact information for Architect.
C. Table of Contents: List each product included in manual, identified by product name, indexed to
the content of the volume, and cross-referenced to Specification Section number in Project
Manual.
1. If operation or maintenance documentation requires more than one volume to
accommodate data, include comprehensive table of contents for all volumes in each
volume of the set.
D. Manual Contents: Organize into sets of manageable size. Arrange contents alphabetically by
system, subsystem, and equipment. If possible, assemble instructions for subsystems,
equipment, and components of one system into a single binder.
OPERATION AND MAINTENANCE DATA 017823-2
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
E. Manuals, Electronic Files: Submit manuals in the form of a multiple file composite electronic
PDF file for each manual type required.
1. Electronic Files: Use electronic files prepared by manufacturer where available. Where
scanning of paper documents is required, configure scanned file for minimum readable
file size.
2. File Names and Bookmarks: Enable book marking of individual documents based on file
names. Name document files to correspond to system, subsystem, and equipment
names used in manual directory and table of contents. Group documents for each
system and subsystem into individual composite book-marked files, then create
composite manual, so that resulting bookmarks reflect the system, subsystem, and
equipment names in a readily navigated file tree. Configure electronic manual to display
bookmark panel on opening file.
F. Manuals, P aper Copy: Submit manuals in the form of hard copy, bound and labeled volumes.
1. Binders: Heavy-duty, three-ring, vinyl-covered, loose-leaf binders, in thickness
necessary to accommodate contents, sized to hold 8-1/2-by-1 1-inch paper; with clear
plastic sleeve on spine to hold label describing contents and with pockets inside covers to
hold folded oversize sheets.
2. Dividers: Heavy-paper dividers with plastic-covered tabs for each section of the manual.
Mark each tab to indicate contents. Include typed list of products and major components
of equipment included in the section on each divider, cross-referenced to Specification
Section number and title of Project Manual.
3. Protective Plastic Sleeves: Transparent plastic sleeves designed to enclose diagnostic
software storage media for computerized electronic equipment.
4. Supplementary Text: Prepared on 8-1/2-by-1 1-inch white bond paper.
5. Drawings: Attach reinforced, punched binder tabs on drawings and bind with text.
a. If oversize drawings are necessary, fold drawings to same size as text pages and
use as foldouts.
b. If drawings are too large to be used as foldouts, fold and place drawings in labeled
envelopes and bind envelopes in rear of manual. At appropriate locations in
manual, insert typewritten pages indicating drawing titles, descriptions of contents,
and drawing locations.
2.3 PRODUCT MAINTENANCE MANUALS
A. Content: Organize manual into a separate section for each product, material, and finish.
Include source information, product information, maintenance procedures, repair materials and
sources, and warranties and bonds, as described below.
B. Source Information: List each product included in manual identified by product name and
arranged to match manual's table of contents. For each product, list name, address, and
telephone number of Installer or supplier and maintenance service agent, and cross-reference
Specification Section number and title in Project Manual and drawing or schedule designation or
identifier where applicable.
C. Product Information: Include the following, as applicable:
1. Product name and model number.
2. Manufacturer's name.
3. Color, pattern, and texture.
4. Material and chemical composition.
OPERATION AND MAINTENANCE DATA 017823-3
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
5. Reordering information for specially manufactured products.
D. Maintenance Procedures: Include manufacturers written recommendations and the following:
1. Inspection procedures.
2. Types of cleaning agents to be used and methods of cleaning.
3. List of cleaning agents and methods of cleaning detrimental to product.
4. Schedule for routine cleaning and maintenance.
5. Repair instructions.
E. Repair Materials and Sources: Include lists of materials and local sources of materials and
related services.
F. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and
conditions that would affect validity of warranties or bonds.
1. Include procedures to follow and required notifications for warranty claims.
PART 3- EXECUTION
3.1 MANUAL PREPARATION
A. Operation and Maintenance Documentation Directory: Prepare a separate manual that
provides an organized reference to maintenance manuals.
B. Product Maintenance Manual: Assemble a complete set of maintenance data indicating care
and maintenance of each product, material, and finish incorporated into the Work.
C. Manufacturers' Data: Where manuals contain manufacturers' standard printed data, include
only sheets pertinent to product or component installed. Mark each sheet to identify each
product or component incorporated into the Work. If data include more than one item in a
tabular format, identify each item using appropriate references from the Contract Documents.
Identify data applicable to the Work and delete references to information not applicable.
1. Prepare supplementary text if manufacturers' standard printed data are not available and
where the information is necessary for proper operation and maintenance of equipment
or systems.
D, Drawings: Prepare drawings supplementing manufacturers' printed data to illustrate the
relationship of component parts of equipment and systems and to illustrate control sequence
and flow diagrams. Coordinate these drawings with information contained in record Drawings to
ensure correct illustration of completed installation.
1. Do not use original project record documents as part of operation and maintenance
manuals.
2. Comply with requirements of newly prepared record Drawings in Section 017839 "Project
Record Documents."
E. Comply with Section 017700 "Closeout Procedures" for schedule for submitting operation and
maintenance documentation.
END OF SECTION 017823
OPERATION AND MAINTENANCE DATA 017823-4
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
SECTION 017839- PROJECT RECORD DOCUMENTS
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section includes administrative and procedural requirements for project record documents,
including the following:
1. Record Drawings.
B. Related Requirements:
1. Section 017700 "Closeout Procedures"for general closeout procedures.
2. Section 017823 "Operation and Maintenance Data" for operation and maintenance
manual requirements.
1.3 CLOSEOUT SUBMITTALS
A. Record Drawings: Comply with the following:
1. Number of Copies: Submit one set of marked-up record prints.
PART 2 - PRODUCTS
2.1 RECORD DRAWINGS
A. Record Prints: Maintain one set of marked-up paper copies of the Contract Drawings and Shop
Drawings, incorporating new and revised drawings as modifications are issued.
1. Preparation: Mark record prints to show the actual installation where installation varies
from that shown originally. Require individual or entity that obtained record data, whether
individual or entity is Installer, subcontractor, or similar entity, to provide information for
preparation of corresponding marked-up record prints.
a. Give particular attention to information on concealed elements that would be
difficult to identify or measure and record later.
b. Accurately record information in an acceptable drawing technique.
C. Record data as soon as possible after obtaining it.
d. Record and check the markup before enclosing concealed installations.
e. Cross-reference record prints to corresponding archive photographic
documentation.
PROJECT RECORD DOCUMENTS 017839- 1
CLAILLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
2. Content: Types of items requiring marking include, but are not limited to, the following:
a. Dimensional changes to Drawings.
b. Revisions to details shown on Drawings.
C. Changes made by Change Order or Construction Change Directive.
d. Changes made following Architect's written orders.
e. Details not on the original Contract Drawings.
f. Field records for variable and concealed conditions.
9. Record information on the Work that is shown only schematically.
3. Mark the Contract Drawings and Shop Drawings completely and accurately. Use
personnel proficient at recording graphic information in production of marked-up record
prints.
4. Mark record sets with erasable, red-colored pencil. Use other colors to distinguish
between changes for different categories of the Work at same location.
5. Mark important additional information that was either shown schematically or omitted
from original Drawings.
6. Note Construction Change Directive numbers, alternate numbers, Change Order
numbers, and similar identification, where applicable.
B. Record Digital Data Files: Immediately before inspection for Certificate of Substantial
Completion, review marked-up record prints with Architect. When authorized, prepare a full set
of corrected digital data files of the Contract Drawings, as follows:
1. Format: DWG, Version 2000, Microsoft Windows operating system.
2. Incorporate changes and additional information previously marked on record prints.
Delete, redraw, and add details and notations where applicable.
3. Refer instances of uncertainty to the Architect for resolution.
4. Architect may furnish Contractor one set of digital data files of the Contract Drawings for
use in recording information.
a. See Section 013300 "Submittal Procedures" for requirements related to use of
Architect's digital data files.
b. Architect will provide data file layer information. Record markups in separate
layers.
C. Newly Prepared Record Drawings: Prepare new Drawings instead of preparing record
Drawings where Architect determines that neither the original Contract Drawings nor Shop
Drawings are suitable to show actual installation.
1. New Drawings may be required when a Change Order is issued as a result of accepting
an alternate, substitution, or other modification.
2. Consult Architect for proper scale and scope of detailing and notations required to record
the actual physical installation, and its relation to other construction. Integrate newly
prepared record Drawings into record Drawing sets; comply with procedures for
formatting, organizing, copying, binding, and submitting.
D. Format: Identify and date each record Drawing; include the designation "PROJECT RECORD
DRAWING" in a prominent location.
1. Record Prints: Organize record prints and newly prepared record Drawings into
manageable sets. Bind each set with durable paper cover sheets. Include identification
on cover sheets.
2. Format: Annotated PDF electronic file with comment function enabled.
PROJECT RECORD DOCUMENTS 017839-2
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
3. Record Digital Data Files: Organize digital data information into separate electronic files
that correspond to each sheet of the Contract Drawings. Name each file with the sheet
identification. Include identification in each digital data file.
4. Identification: As follows:
a. Project name.
b. Date.
C. Designation "PROJECT RECORD DRAWINGS."
d. Name of Contractor.
PART 3- EXECUTION
3.1 RECORDING AND MAINTENANCE
A. Recording: Maintain one copy of each submittal during the construction period for project
record document purposes. Post changes and revisions to project record documents as they
occur; do not wait until end of Project.
B. Maintenance of Record Documents and Samples: Store record documents and Samples in the
field office apart from the Contract Documents used for construction. Do not use project record
documents for construction purposes. Maintain record documents in good order and in a clean,
dry, legible condition, protected from deterioration and loss. Provide access to project record
documents for Architect's reference during normal working hours.
END OF SECTION 017839
PROJECT RECORD DOCUMENTS 017839-3
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
SECTION 024119-SELECTIVE STRUCTURE DEMOLITION
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section Includes:
1. Demolition and removal of selected portions of building.
2. Salvage of existing items to be reused.
B. Related Requirements:
1. Section 011000"Summary"for restrictions on the use of the premises, Owner-occupancy
requirements, and phasing requirements.
2. Section 017300"Execution"for cuffing and patching procedures.
1.3 DEFINITIONS
A. Remove: Detach items from existing construction and legally dispose of them off-site unless
indicated to be removed and salvaged or removed and reinstalled.
B. Remove and Salvage: Carefully detach from existing construction, in a manner to prevent
damage, and deliver to Owner ready for reuse.
C. Remove and Reinstall: Detach items from existing construction, prepare for reuse, and reinstall
where indicated.
D. Existing to Remain: Existing items of construction that are not to be permanently removed and
that are not otherwise indicated to be removed, removed and salvaged, or removed and
reinstalled.
1.4 MATERIALS OWNERSHIP
A. Unless otherwise indicated, demolition waste becomes property of Contractor.
1.5 INFORMATIONAL SUBMITTALS
A, Proposed Protection Measures: Submit report, including drawings, that indicates Ile measures
proposed for protecting individuals and property and for dust and noise control. Indicate
proposed locations and construction of barriers.
B. Schedule of Selective Demolition Activities: Indicate the following:
SELECTIVE STRUCTURE DEMOLITION 024119- 1
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
1. Detailed sequence of selective demolition and removal work, with starting and ending
dates for each activity. Ensure Owner's other tenants' on-site operations are
uninterrupted.
2. Coordination of Owner's continuing occupancy of portions of existing building and of
Owner's partial occupancy of completed Work.
C. Inventory: Submit a list of items to be removed and salvaged and deliver to Owner prior to start
of demolition.
D. Pre-demolition Photographs or Video: Submit before Work begins.
E. Warranties: Documentation indicated that existing warranties are still in effect after completion
of selective demolition.
1.6 CLOSEOUT SUBMITTALS
A. Inventory: Submit a list of items that have been removed and salvaged.
1.7 FIELD CONDITIONS
A. Owner will occupy portions of building immediately adjacent to selective demolition area.
Conduct selective demolition so Owner's operations will not be disrupted.
B. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far
as practical.
C. Notify Architect of discrepancies between existing conditions and Drawings before proceeding
with selective demolition.
D. Hazardous Materials: It is not expected that hazardous materials will be encountered in the
Work.
1. If suspected hazardous materials are encountered, do not disturb; immediately notify
Architect and Owner. Hazardous materials will be, removed by Owner under a separate
contract.
E. Storage or sale of removed items or materials on-site is not permitted.
F. Utility Service: Maintain existing utilities indicated to remain in service and protect them against
damage during selective demolition operations.
1. Maintain fire-protection facilities in service during selective demolition operations.
1.8 WARRANTY
A. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or
damaged during selective demolition, by methods and with materials so as not to void existing
warranties. Notify warrantor before proceeding.
B. Notify warrantor on completion of selective demolition, and obtain documentation verifying that
existing system has been inspected and warranty remains in effect. Submit documentation at
Project closeout.
SELECTIVE STRUCTURE DEMOLITION 024119-2
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
PART 2- PRODUCTS
2.1 PEFORMANCE REQUIREMENTS
A* Regulatory Requirements: Comply will governing EPA notification regulations before
beginning selective demolition. Comply with hauling and disposal regulations of authorities
having jurisdiction.
B. Standards: Comply with ANSI/ASSE Al 0.6 and NFPA 241.
PART 3- EXECUTION
3.1 EXAMINATION
A. Verify that utilities have been disconnected and capped before starting selective demolition
operations.
B. Review record documents of existing construction provided by Owner. Owner does not
guarantee that existing conditions are same as those indicated in record documents.
C. Survey existing conditions and correlate with requirements indicated to determine extent of
selective demolition required.
D, When unanticipated mechanical, electrical, or structural elements that conflict with intended
function or design are encountered, investigate and measure the nature and extent of conflict.
Promptly submit a written report to the Architect.
E. Survey of Existing Conditions: Record existing conditions by use of measured drawings, pre-
construction photographs and templates.
1. Inventory and record the condition of items to be removed and salvaged. Provide
photographs of conditions that might be misconstrued as damage caused by salvage
operations.
2. Before selective demolition or removal of existing building elements that will be
reproduced or duplicated in final Work, make permanent record of measurements,
materials, and construction details required to make exact reproduction.
3.2 UTILITY SERVICES AND MECHANICAUELECTRICAL SYSTEMS
A. Existing Services/Systems to Remain: Maintain services/systems indicated to remain and
protect them against damage.
1._ _.Comply with requirements for existing services/systems interruptions specified in
Section 011000"Summary."
3.3 PREPARATION
A. Site Access and Temporary Controls: Conduct selective demolition and debris-removal
operations to ensure minimum interference with roads, streets, walks, walkways, and other
adjacent occupied and used facilities.
SELECTIVE STRUCTURE DEMOLITION 024119-3
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
1. Comply with requirements for access and protection specified in Section 015000
"Temporary Facilities and Controls."
B. Temporary Facilities: Provide temporary barricades and other protection required to prevent
injury to people and damage to adjacent buildings and facilities to remain.
1. Provide protection to ensure safe passage of people around selective demolition area
and to and from occupied portions of building.
2. Provide temporary weather protection, during interval between selective demolition of
existing construction on exterior surfaces and new construction, to prevent water leakage
and damage to structure and interior areas.
3. Protect walls, ceilings, floors, and other existing finish work that are to remain or that are
exposed during selective demolition operations.
4. Cover and protect furniture, furnishings, and equipment that have not been removed.
5. Comply with requirements for temporary enclosures, dust control, heating, and cooling
specified in Section 015000"Temporary Facilities and Controls."
3.4 SELECTIVE DEMOLITION, GENERAL
A. General: Demolish and remove existing construction only to the extent required by new
construction and as indicated. Use methods required to complete the Work within limitations of
governing regulations and as follows:
1. Neatly cut openings and holes plumb, square, and true to dimensions required. Use
cutting methods least likely to damage construction to remain or adjoining construction.
Use hand tools or small power tools designed for sawing or grinding, not hammering and
chopping, to minimize disturbance of adjacent surfaces. Temporarily cover openings to
remain.
2. Cut or drill from the exposed or finished side into concealed surfaces to avoid marring
existing finished surfaces.
3. Do not use cutting torches until work area is cleared of flammable materials. At
concealed spaces, such as duct and pipe interiors, verify condition and contents of
hidden space before starting flame-cuffing operations. Maintain fire watch and portable
fire-suppression devices during flame-cutting operations.
4. Maintain adequate ventilation when using cutting torches.
5. Remove decayed, vermin-infested, or otherwise dangerous or unsuitable materials and
promptly dispose of off-site.
6. Locate selective demolition equipment and remove debris and materials so as not to
impose excessive loads on supporting walls, floors, or framing.
7. Dispose of demolished items and materials promptly.
B. Removed and Salvaged Items:
1. Clean salvaged items.
2. Pack or crate items after cleaning. Identify contents of containers.
3. Store items in a secure area until delivery to Owner.
4. Protect items from damage during transport and storage.
C. Removed and Reinstalled Items:
1. Clean and repair items to functional condition adequate for intended reuse.
2. Pack or crate items after cleaning and repairing. Identify contents of containers.
3. Protect items from damage during transport and storage.
SELECTIVE STRUCTURE DEMOLITION 024119-4
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
4. Reinstall items in locations indicated. Comply with installation requirements for new
materials and equipment. Provide connections, supports, and miscellaneous materials
necessary to make item functional for use indicated.
D. Existing Items to Remain: Protect construction indicated to remain against damage and soiling
during selective demolition. When permitted by Architect, items may be removed to a suitable,
protected storage location during selective demolition and cleaned and reinstalled in their
original locations after selective demolition operations are complete.
3.5 SELECTIVE DEMOLITION PROCEDURES FOR SPECIFIC MATERIALS
A. Concrete Slabs-on-Grade: Saw-cut perimeter of area to be demolished, then break up and
remove.
B. Resilient Floor Coverings: Remove floor coverings and adhesive according to
recommendations in RFCI's "Recommended Work Practices for the Removal of Resilient Floor
Coverings." Do not use methods requiring solvent-based adhesive strippers.
3.6 DISPOSAL OF DEMOLISHED MATERIALS
A. General: Except for items or materials indicated to be reused, salvaged, reinstalled, or
otherwise indicated to remain Owner's property, remove demolished materials from Project site
and legally dispose of them in an EPA-approved landfill.
1. Do not allow demolished materials to accumulate on-site.
2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces
and areas.
B. Burning: Do not burn demolished materials.
C. Disposal: Transport demolished materials off Owner's property and legally dispose of them.
3.7 CLEANING
A. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective
demolition operations. Return adjacent areas to condition existing before selective demolition
operations began.
END OF SECTION 024119
SELECTIVE STRUCTURE DEMOLITION 024119-5
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
SECTION 055000- METAL FABRICATIONS
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section Includes:
1. Steel framing and supports for applications where framing and supports are not specified
in other Sections.
1.3 ACTION SUBMITTALS
A. Product Data: For the following:
1. Grout.
B. Shop Drawings: Show fabrication and installation details for metal fabrications.
1. Include plans, elevations, sections, and details of metal fabrications and their
connections. Show anchorage and accessory items.
1.4 INFORMATIONAL SUBMITTALS
A. Welding certificates.
1.5 QUALITY ASSURANCE
A. Welding Qualifications: Qualify procedures and personnel according to AWS D1.1/D1.1M,
"Structural Welding Code-Steel."
1.6 PROJECT CONDITIONS
A. Field Measurements: Verify actual locations of walls and other construction contiguous with
metal fabrications by field measurements before fabrication.
METAL FABRICATIONS 055000- 1
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
PART 2- PRODUCTS
2.1 METALS, GENERAL
A. Metal Surfaces, General: Provide materials with smooth, flat surfaces unless otherwise
indicated. For metal fabrications exposed to view in the completed Work, provide materials
without seam marks, roller marks, rolled trade names, or blemishes.
2.2 FERROUS METALS
A. Steel Plates, Shapes, and Bars: ASTM A 36/A 36M.
B. Steel Tubing: ASTM A 500, cold-formed steel tubin g.
2.3 FASTENERS
A. General: Unless otherwise indicated, provide Type 304 stainless-steel fasteners for exterior
use and zinc-plated fasteners with coating complying with ASTM B 633 or ASTM F 1941,
Class Fe/Zn 5, at exterior walls. Select fasteners for type, grade, and class required.
B. Steel Bolts and Nuts: Regular hexagon-head bolts, ASTM A 307, Grade A; with hex nuts,
ASTM A 563; and,where indicated,flat washers.
C. Stainless-Steel Bolts and Nuts: Regular hexagon-head annealed stainless-steel bolts,
ASTM F 593; with hex nuts, ASTM F 594; and, where indicated,flat washers; Alloy Group 1.
D. Machine Screws: ASME B18.6.3.
E. Lag Screws: ASME B18.2.1.
F. Wood Screws: Flat head,ASME B18.6.1.
G. Plain Washers: Round, ASMEB18.22.1.
H. LockWashers: Helical, spring type,ASME B18.21.1.
1. Anchors, General: Anchors capable of sustaining, without failure, a load equal to six times the
load imposed when installed in unit masonry and four times the load imposed when installed in
concrete, as determined by testing according to ASTM E 488, conducted by a qualified
independent testing agency.
J. Post-installed Anchors: Torque-controlled expansion anchors or chemical anchors.
1 Material for Interior Locations: Carbon-steel components zinc plated to comply with
ASTM B 633 or ASTM F 1941, Class Fe/Zn 5, unless otherwise indicated.
2. Material for Exterior Locations and Where Stainless Steel is Indicated: Alloy Group 1
stainless-steel bolts,ASTM F 593, and nuts, ASTM F 594.
METAL FABRICATIONS 055000-2
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
2.4 MISCELLANEOUS MATERIALS
A. Welding Rods and Bare Electrodes: Select according to AWS specifications for metal alloy
welded.
B. Universal Shop Primer: Fast-curing, lead- and chromate-free, universal modified-alkyd primer
complying with MPI#79 and compatible with topcoat.
1. Use primer containing pigments that make it easily distinguishable from zinc-rich primer.
C. Bituminous Paint: Cold-applied asphalt emulsion complying with ASTM D 1187.
D. Non-shrink, Metallic Grout: Factory-packaged, ferrous-aggregate grout complying with
ASTM C 1107, specifically recommended by manufacturer for heavy-duty loading applications.
2.5 FABRICATION, GENERAL
A. Shop Assembly: Preassemble items in the shop to greatest extent possible. Disassemble units
only as necessary for shipping and handling limitations. Use connections that maintain
structural value of joined pieces. Clearly mark units for reassembly and coordinated installation.
B. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a radius
of approximately 1/32 inch unless otherwise indicated. Remove sharp or rough areas on
exposed surfaces.
C. Form bent-metal corners to smallest radius possible without causing grain separation or
otherwise impairing work.
D. Form exposed work with accurate angles and surfaces and straight edges.
E. Weld corners and seams continuously to comply with the following:
1. Use materials and methods that minimize distortion and develop strength and corrosion
resistance of base metals.
2. Obtain fusion without undercut or overlap.
3. Remove welding flux immediately.
4. At exposed connections, finish exposed welds and surfaces smooth and blended so no
roughness shows after finishing and contour of welded surface matches that of adjacent
surface.
F. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners or
welds where possible. Where exposed fasteners are required, use Phillips flat-head
(countersunk)fasteners unless otherwise indicated. Locate joints where least conspicuous.
G. Fabricate seams and other connections that will be exposed to weather in a manner to exclude
water. Provide weep holes where water may accumulate.
H. Cut, reinforce, drill, and tap metal fabrications as indicated to receive finish hardware, screws,
and similar items.
1. Provide for anchorage of type indicated, coordinate with supporting structure. Space anchoring
devices to secure metal fabrications rigidly in place and to support indicated loads.
METAL FABRICATIONS 055000-3
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
2.6 MISCELLANEOUS FRAMING AND SUPPORTS
A. General: Provide steel framing and supports not specified in other Sections as needed to
complete the Work.
B, Fabricate units from steel shapes, plates, and bars of welded construction unless otherwise
indicated. Fabricate to sizes, shapes, and profiles indicated and as necessary to receive
adjacent construction.
1. Furnish inserts for units installed after concrete is placed.
C. Galvanize miscellaneous framing and supports where indicated.
D. Prime miscellaneous framing and supports with zinc-rich primer where indicated.
2.7 FINISHES, GENERAL
A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for
recommendations for applying and designating finishes.
B. Finish metal fabrications after assembly.
C. Finish exposed surfaces to remove tool and die marks and stretch lines, and to blend into
surrounding surface.
2.8 STEEL AND IRON FINISHES
A. Galvanizing: Hot-dip galvanize items as indicated to comply with ASTM A 153/A 153M for steel
and iron hardware and with ASTM A 123/A 123M for other steel and iron products.
1. Do not quench or apply post-galvanizing treatments that might interfere with paint
adhesion.
B. Shop prime iron and steel items not indicated to be galvanized unless they are to be embedded
in concrete, or unless otherwise indicated.
1. Shop prime with universal shop primer indicated.
C. Preparation for Shop Priming: Prepare surfaces to comply with SSPC-SP 3 "Power Tool
Cleaning".
D. Shop Priming: Apply shop primer to comply with SSPC-PA 1, "Paint Application Specification
No. 1: Shop, Field, and Maintenance Painting of Steel,"for shop painting.
1. Stripe paint corners, crevices, bolts,welds, and sharp edges.
METAL FABRICATIONS 055000-4
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
PART 3- EXECUTION
3.1 INSTALLATION, GENERAL
A. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing metal
fabrications. Set metal fabrications accurately in location, alignment, and elevation; with edges
and surfaces level, plumb, true, and free of rack; and measured from established lines and
levels.
B. Fit exposed connections accurately together to form hairline joints. Weld connections that are
not to be left as exposed joints but cannot be shop welded because of shipping size limitations.
Do not weld, cut, or abrade surfaces of exterior units that have been hot-dip galvanized after
fabrication and are for bolted or screwed field connections.
C. Fastening to In-Place Construction: Provide anchorage devices and fasteners where metal
fabrications are required to be fastened to in-place construction. Provide threaded fasteners for
use with concrete and masonry inserts, toggle bolts, through bolts, lag screws, wood screws,
and other connectors.
3.2 INSTALLING MISCELLANEOUS FRAMING AND SUPPORTS
A. General: Install framing and supports to comply with requirements of items being supported,
including manufacturers'written instructions and requirements indicated on Shop Drawings.
3.3 ADJUSTING AND CLEANING
A. Touchup Painting: Immediately after erection, clean field welds, bolted connections, and
abraded areas. Paint uncoated and abraded areas with the same material as used for shop
painting to comply with SSPC-PA 1 for touching up shop-painted surfaces.
1. Apply by brush or spray to provide a minimum 2.0-mil dry film thickness.
B. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair
galvanizing to comply with ASTM A 780.
END OF SECTION 055000
METAL FABRICATIONS 055000-5
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
SECTION 061053-MISCELLANEOUS ROUGH CARPENTRY
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section Includes:
1. . Framing with dimension lumber.
2. Wood blocking and nailers.
B. Related Requirements:
1. Section 062013 "Exterior Finish Carpentry" for nonstructural carpentry items exposed to
view and not specified in another Section.
1.3 DEFINITIONS
A. Dimension Lumber: Lumber of 2 inches nominal or greater but less than 5 inches nominal in
least dimension.
B. Lumber grading agencies, and the abbreviations used to reference them, include the following:
1. NLGA: National Lumber Grades Authority.
2. WWPA: Western Wood Products Association.
1.4 INFORMATIONAL SUBMITTALS
A. Evaluation Reports: For the following, from ICC-ES:
1. Power-driven fasteners.
2. Powder-actuated fasteners.
3. Expansion anchors.
1.5 DELIVERY, STORAGE, AND HANDLING
A. Stack lumber flat with spacers beneath and between each bundle to provide air circulation.
Protect lumber from weather by covering with waterproof sheeting, securely anchored. Provide
for air circulation around stacks and under coverings.
MISCELLANEOUS ROUGH CARPENTRY 061053- 1
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
PART 2- PRODUCTS
2.1 WOOD PRODUCTS, GENERAL
A. Lumber: DOC PS 20 and applicable rules of grading agencies indicated. If no grading agency
is indicated, provide lumber that complies with the applicable rules of any rules-writing agency
certified by the ALSC Board of Review. Provide lumber graded by an agency certified by the
ALSC Board of Review to inspect and grade lumber under the rules indicated.
1. Factory mark each piece of lumber with grade stamp of grading agency.
2. Where nominal sizes are indicated, provide actual sizes required by DOC PS 20 for
moisture content specified. Where actual sizes are indicated, they are minimum dressed
sizes for dry lumber.
3. Provide dressed lumber, S4S, unless otherwise indicated.
B. Maximum Moisture Content of Lumber: 19 percent unless otherwise indicated.
2.2 DIMENSION LUMBER FRAMING
A. Non-Load-Bearing Interior Partitions: Standard, Stud, or No. 3 grade of any species.
B. Other Framing: Construction or No. 2 grade of any species.
2.3 MISCELLANEOUS LUMBER
A. General: Provide miscellaneous lumber indicated and lumber for support or attachment of other
construction, including the following:
I. Blocking.
2. Nailers.
B. For blocking not used for attachment of other construction, Utility, Stud, or No. 3 grade lumber
of any species may be used provided that it is cut and selected to eliminate defects that will
interfere with its attachment and purpose.
C. For blocking and nailers used for attachment of other construction, select and cut lumber to
eliminate knots and other defects that will interfere with attachment of other work.
2.4 FASTENERS
A. General: Provide fasteners of size and type indicated that comply with requirements specified
in this article for material and manufacture.
1. Where carpentry is exposed to weather, in ground contact, pressure preservative treated,
or in area of high relative humidity, provide fasteners with hot-dip zinc coating complying
with ASTM A 153/A 153M.
B. Nails, Brads, and Staples: ASTM F 1667.
C. Power-Driven Fasteners: NES NER-272.
MISCELLANEOUS ROUGH CARPENTRY 061053-2
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
D. Wood Screws: ASME 1318.6.1.
E. Lag Bolts: ASME B18.2.1.
F. Bolts: Steel bolts complying with ASTM A 307, Grade A;with ASTM A 563 hex nuts and, where
indicated, flat washers.
G. Expansion Anchors: , Anchor bolt and sleeve assembly of material indicated below with
capability to sustain, without failure, a load equal to 6 times the load imposed when installed in
unit masonry assemblies and equal to 4 times the load imposed when installed in concrete as
determined by testing per ASTM E 488 conducted by a qualified independent testing and
inspecting agency.
1. Material: Carbon-steel components, zinc plated to comply with ASTM B 633,
Class Fe/Zn 5.
PART 3- EXECUTION
3.1 INSTALLATION, GENERAL
A. Set carpentry to required levels and lines, with members plumb, true to line, cut, and fitted. Fit
carpentry to other construction; scribe and cope as needed for accurate fit. Locate nailers,
blocking, and similar supports to comply with requirements for attaching other construction.
B. Framing Standard: Comply with AF&PA's WCD 1, "Details for Conventional Wood Frame
Construction," unless otherwise indicated.
C. Provide blocking and framing as indicated and as required to support facing materials, fixtures,
specialty items, and trim.
1. Provide metal clips for fastening gypsum board or lath at corners and intersections where
framing or blocking does not provide a surface for fastening edges of panels. Space clips
not more than 16 inches o.c.
D. Sort and select lumber so that natural characteristics will not interfere with installation or with
fastening other materials to lumber. Do not use materials with defects that interfere with
function of member or pieces that are too small to use with minimum number of joints or
optimum joint arrangement.
E. Securely attach carpentry work to substrate by anchoring and fastening as indicated, complying
with the following:
1. NES NER-272 for power-driven fasteners.
2. Table 2304.9.1, "Fastening Schedule," in ICC's International Building Code.
F. Use steel common nails unless otherwise indicated. Select fasteners of size that will not fully
penetrate members where opposite side will be exposed to view or will receive finish materials.
Make tight connections between members. Install fasteners without splitting wood. Drive nails
snug but do not countersink nail heads unless otherwise indicated.
MISCELLANEOUS ROUGH CARPENTRY 061053-3
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
3.2 WOOD BLOCKING AND NAILER INSTALLATION
A. Install where indicated and where required for attaching other work. Form to shapes indicated
and cut as required for true line and level of attached work. Coordinate locations with other
work involved.
B. Attach items to substrates to support applied loading. Recess bolts and nuts flush with surfaces
unless otherwise indicated.
3.3 PROTECTION
A. Protect miscellaneous rough carpentry from weather. If, despite protection, miscellaneous
rough carpentry becomes wet, apply EPA-registered borate treatment. Apply borate solution by
spraying to comply with EPA-registered label.
END OF SECTION 061053
MISCELLANEOUS ROUGH CARPENTRY 061053-4
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
SECTION 062013- EXTERIOR FINISH CARPENTRY
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this.Section.
1.2 SUMMARY
A. Section Includes:
1. Exterior wood trim.
2. Plywood siding.
B. Related Requirements:
1. Section 061053 "Miscellaneous Rough Carpentry" for furring, blocking, and other
carpentry work not exposed to view.
1.3 ACTION SUBMITTALS
A. Product Data: For each type of process and factory-fabricated product. Indicate component
materials, dimensions, profiles, textures, and colors and include construction and application
details.
B. Samples for Initial Selection: For each type of product involving selection of colors, profiles, or
textures.
C. Samples for Verification:
1. For each species and cut of lumber and panel products, with 1/2 of exposed surface
finished; 50 sq. in.for lumber and 8 by 10 inches for panels.
1.4 DELIVERY, STORAGE, AND HANDLING
A, Stack lumber, plywood, and other panels flat with spacers between each bundle to provide air
circulation. Protect materials from weather by covering with waterproof sheeting, securely
anchored. Provide for air circulation around stacks and under coverings.
1.5 FIELD CONDITIONS
A, Weather Limitations: Proceed with installation only when existing and forecast weather
conditions permit work to be performed and at least one coat of specified finish can be applied
without exposure to rain, snow, or dampness.
B. Do not install finish carpentry materials that are wet, moisture damaged, or mold damaged.
EXTERIOR FINISH CARPENTRY 062013- 1
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
1 Indications that materials are wet or moisture damaged include, but are not limited to,
discoloration, sagging, or irregular shape.
2. Indications that materials are mold damaged include, but are not limited to, fuzzy or
splotchy surface contamination and discoloration.
PART 2- PRODUCTS
2.1 MATERIALS, GENERAL
A. Lumber: DOC PS 20 and the following grading rules:
1. NLGA: National Lumber Grades Authority, "Standard Grading Rules for Canadian
Lumber."
2. WCLIB: West Coast Lumber Inspection Bureau, Standard No. 17 "Grading Rules for
West Coast Lumber."
3. WWPA: Western Wood Products Association, "Western Lumber Grading Rules."
B. Factory mark each piece of lumber with grade stamp of inspection agency indicating grade,
species, moisture content at time of surfacing, and mill.
1. For exposed lumber, mark grade stamp on end or back of each piece, or omit grade
stamp and provide certificates of grade compliance issued by inspection agency.
C. Softwood Plywood: DOC PS 1.
2.2 EXTERIOR TRIM
A. Lumber Trim for Painted Finish:
1. Species and Grade: Western red cedar, Grade A; NLGA, WCLIB, or WWPA.
2. Maximum Moisture Content: 19 percent.
3. Finger Jointing: Not allowed.
4. Face Surface: Surfaced (smooth).
2.3 PLYWOOD SIDING
A. Manufacturers: Subject to compliance with requirements, available manufacturers offering
products that may be incorporated into the Work include, but are not limited to, the following:
1. Geor-gia-Pacific Corp.
2. Hardel Mutual Plywood Corporation.
3. Hood Industries.
4. K Ply In .
5. Pacific Wood Laminates, In
6. Roseburg Forest Products Co.
7. SDS Lumber Company: Bingen Plywood Division.
8. Stimson Lumber Company, In .
B. Plywood Type: APA-rated siding, factory coated with exterior acrylic latex stain, in panel sizes
indicated.
EXTERIOR FINISH CARPENTRY 062013-2
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
1 Face Grade: 303-OC.
C. Thickness: 5/8 inch or to match existing.
D. Face Species: Western red cedar.
E. Pattern: Plain, match existing.
F. Surface: Smooth to match existing.
2.4 MISCELLANEOUS MATERIALS
A. Fasteners for Exterior Finish Carpentry: Provide nails or screws, in sufficient length to
penetrate not less than 1-1/2 inches into wood substrate.
1. For face-fastening siding, provide ringed-shank siding nails or hot-dip galvanized-steel
siding nails unless otherwise indicated.
B* Wood Glue: Waterproof resorcinol glue recommended by manufacturer for exterior carpentry
use.
C. Horizontal Joint Flashing for Panel Siding: Preformed, galvanized-steel Z-shaped flashing.
D. Sealants: Latex, complying with ASTM C 834 Type OP, Grade NF and with applicable
requirements recommended by sealant manufacturer and manufacturer of substrates for
intended application.
1. Products: Subject to compliance with requirements, available products that may be
incorporated into the Work include, but are not limited to, the following:
a. BASF Building Systems: Sonola
b. Bostik. Inc.; Chem-Calk 600.
C. May National Associates, Inc.; Bondaflex 600.
d. Pecora Corporation: AC-20+.
e. Schnee-Morehead, Inc., an ITW company; SM 8200.
f. Tremco Incorporated; Tremflex 834.
2.5 FABRICATION
A. Back out or kerf backs of standing and running trim wider than 5 inches, except members with
ends exposed in finished work.
B. Ease edges of lumber less than 1 inch in nominal thickness to 1/16-inch radius and edges of
lumber 1 inch or more in nominal thickness to 1/8-inch radius.
PART 3-EXECUTION
3.1 EXAMINATION
A. Examine substrates, with Installer present, for compliance with requirements for installation
tolerances and other conditions affecting performance.
EXTERIOR FINISH CARPENTRY 062013-3
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
B. Examine finish carpentry materials before installation. Reject materials that are wet, moisture
damaged, and mold damaged.
C. Proceed with installation only after unsatisfactory conditions have been corrected.
3.2 PREPARATION
A. Clean substrates of projections and substances detrimental to application.
B. Prime lumber and moldings to be painted, including both faces and edges, unless factory
primed. Cut to required lengths and prime ends. Comply with requirements in Section 099100
"Painting."
3.3 INSTALLATION, GENERAL
A. Do not use materials that are unsound, warped, improperly treated or finished, inadequately
seasoned, or too small to fabricate with proper jointing arrangements.
1. Do not use manufactured units with defective surfaces, sizes, or patterns.
B. Install exterior finish carpentry level, plumb, true, and aligned with adjacent materials. Use
concealed shims where necessary for alignment.
1. Scribe and cut exterior finish carpentry to fit adjoining work. Refinish and seal cuts as
recommended by manufacturer.
2. Install to tolerance of 1/8 inch in 96 inches for level and plumb. Install adjoining exterior
finish carpentry with 1/32-inch maximum offset for flush installation and 1/16-inch
maximum offset for reveal installation.
3. Coordinate exterior finish carpentry with materials and systems in or adjacent to it.
Provide cutouts for mechanical and electrical items that penetrate exterior finish
carpentry.
3.4 STANDING AND RUNNING TRIM INSTALLATION
A. Install flat-grain lumber with bark side exposed to weather.
B. Install trim with minimum number of joints practical, using full-length pieces from maximum
lengths of lumber available. Do not use pieces less than 24 inches long except where
necessary.
1. Use scarf joints for end-to-end joints.
2. Stagger end joints in adjacent and related members.
C. Fit exterior joints to exclude water. Cope at returns and miter at corners to produce tight-fitting
joints with full-surface contact throughout length of joint. Plane backs of casings to provide
uniform thickness across joints, where necessary for alignment.
D. Where face fastening is unavoidable, countersink fasteners, fill surface flush, and sand unless
otherwise indicated.
EXTERIOR FINISH CARPENTRY 062013-4
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
3.5 SIDING INSTALLATION
A. Install siding to comply with manufacturers'written instructions.
B. Plywood Siding: Install panels with edges over framing or blocking. Nail at 6 inches o.c. at
panel perimeter and 12 inches o.c. at intermediate supports unless manufacturer recommends
closer spacing. Leave 1/16-inch gap between adjacent panels and 1/8-inch gap at perimeter,
openings, and horizontal joints unless otherwise recommended by panel manufacturer.
1. Seal butt joints at inside and outside corners and at trim locations.
2. Install continuous metal flashing at horizontal panel joints.
3. Apply corner trim as required. Countersink nail heads, fill flush, and sand filler.
4. Conceal fasteners to greatest practical extent by countersinking and filling.
C. Flashing: Install metal flashing as recommended by siding manufacturer.
D. Finish: Apply finish within two weeks of installation.
3.6 ADJUSTING
A. Replace exterior finish carpentry that is damaged or does not comply with requirements.
Exterior finish carpentry may be repaired or refinished if work complies with requirements and
shows no evidence of repair or refinishing. Adjust joinery for uniform appearance.
3.7 CLEANING
A. Clean exterior finish carpentry on exposed and semi-exposed surfaces. Touch up factory-
applied finishes to restore damaged or soiled areas.
3.8 PROTECTION
A. Protect installed products from damage from weather and other causes during construction.
B. Remove and replace finish carpentry materials that are wet, moisture damaged, and mold
damaged.
1. Indications that materials are wet or moisture damaged include, but are not limited to,
discoloration, sagging, or irregular shape.
2. Indications that materials are mold damaged include, but are not limited to, fuzzy or
splotchy surface contamination and discoloration.
END OF SECTION 062013
EXTERIOR FINISH CARPENTRY 062013-5
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
SECTION 062023- INTERIOR FINISH CARPENTRY
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section Includes:
1. Interior trim, including non-fire-rated interior doorframes.
B. Related Requirements:
1. Section 061053 "Miscellaneous Rough Carpentry" for furring, blocking, and other
carpentry work not exposed to view.
2. Section 099100 "Painting" for priming and back priming and staining of interior finish
carpentry.
1.3 ACTION SUBMITTALS
A. Samples for Initial Selection: For each type of product involving selection of colors, profiles, or
textures.
B. Samples for Verification:
1. For each species and cut of lumber and panel products with non-factory-applied finish,
with 1/2 of exposed surface finished, 50 sq. in.for lumber and 8 by 10 inches for panels.
1.4 DELIVERY, STORAGE, AND HANDLING
A. Stack lumber and other panels flat with spacers between each bundle to provide air circulation.
Protect materials from weather by covering with waterproof sheeting, securely anchored.
Provide for air circulation around stacks and under coverings.
B. Deliver interior finish carpentry materials only when environmental conditions meet
requirements specified for installation areas. If interior finish carpentry materials must be stored
in other than installation areas, store only where environmental conditions meet requirements
specified for installation areas.
1.5 FIELD CONDITIONS
A. Environmental Limitations: Do not deliver or install interior finish carpentry materials until wet
work in space is completed and nominally dry, and HVAC system is operating and maintaining
INTERIOR FINISH CARPENTRY 062023- 1
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
temperature and relative humidity at occupancy levels during the remainder of the construction
period.
B. Do not install finish carpentry materials that are wet, moisture damaged, or mold damaged.
1. Indications that materials are wet or moisture damaged include, but are not limited to,
discoloration, sagging, or irregular shape.
2. Indications that materials are mold damaged include, but are not limited to, fuzzy or
splotchy surface contamination and discoloration.
PART 2- PRODUCTS
2.1 MATERIALS, GENERAL
A. Lumber: DOC PS 20 and the following grading rules:
1. NeLMA: Northeastern Lumber Manufacturers' Association, "Standard Grading Rules for
Northeastern Lumber."
2. NHLA: National Hardwood Lumber Association, "Rules for the Measurement and
Inspection of Hardwood &Cypress."
3. NLGA: National Lumber Grades Authority, "Standard Grading Rules for Canadian
Lumber."
4. SPIB: The Southern Pine Inspection Bureau, "Standard Grading Rules for Southern Pine
Lumber."
5. WCLIB: West Coast Lumber Inspection Bureau, Standard No. 17, "Grading Rules for
West Coast Lumber."
6. WWPA: Western Wood Products Association, "Western Lumber Grading Rules."
B. Factory mark each piece of lumber with grade stamp of inspection agency indicating grade,
species, moisture content at time of surfacing, and mill.
1. For exposed lumber, mark grade stamp on end or back of each piece, or omit grade
stamp and provide certificates of grade compliance issued by inspection agency.
2.2 INTERIOR TRIM
A. Hardwood Lumber Trim for Transparent Finish (Stain or Clear Finish):
1. Species and Grade: White maple; A Finish, NHLA.
2. Maximum Moisture Content: 13 percent.
3. Finger Jointing: Not allowed.
4. Gluing for Width: Not allowed.
5. Veneered Material: Not allowed.
6. Face Surface: Surfaced (smooth).
7, Matching: Selected for compatible grain and color, to match existing door veneer,
2.3 MISCELLANEOUS MATERIALS
A. Fasteners for Interior Finish Carpentry: Nails, screws, and other anchoring devices of type,
size, material, and finish required for application indicated to provide secure attachment,
concealed where possible.
INTERIOR FINISH CARPENTRY 062023-2
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
B. Glue: Aliphatic-resin, polyurethane, or resorcinol wood glue recommended by manufacturer for
general carpentry use.
1. Wood glue shall have a VOC content of 30 g/L or less when calculated according to
40 CFR 59, Subpart D (EPA Method 24).
C. Multipurpose Construction Adhesive: Formulation complying with ASTM D 3498 that is
recommended for indicated use by adhesive manufacturer.
1. Adhesive shall have a VOC content of 70 g/L or less when calculated according to
40 CFR 59, Subpart D(EPA Method 24).
2.4 FABRICATION
A. Back out or kerf backs of the following members except those with ends exposed in finished
work:
1. Interior standing and running trim.
B. Ease edges of lumber less than 1 inch in nominal thickness to 1/16-inch radius and edges of
lumber 1 inch or more in nominal thickness to 1/8-inch radius.
PART 3- EXECUTION
3.1 EXAMINATION
A. Examine substrates, with Installer present, for compliance with requirements for installation
tolerances and other conditions affecting performance.
B. Examine finish carpentry materials before installation. Reject materials that are wet, moisture
damaged, and mold damaged.
C. Proceed with installation only after unsatisfactory conditions have been corrected.
3.2 PREPARATION
A. Clean substrates of projections and substances detrimental to application.
B. Before installing interior finish carpentry, condition materials to average prevailing humidity in
installation areas for a minimum of 24 hours.
3.3 INSTALLATION, GENERAL
A. Do not use materials that are unsound, warped, improperly treated or finished, inadequately
seasoned, too small to fabricate with proper jointing arrangements, or with defective surfaces,
sizes, or patterns.
B. Install interior finish carpentry level, plumb, true, and aligned with adjacent materials. Use
concealed shims where necessary for alignment.
INTERIOR FINISH CARPENTRY 062023-3
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
1 Scribe and cut interior finish carpentry to fit adjoining work. Refinish and seal cuts as
recommended by manufacturer.
2. Where face fastening is unavoidable, countersink fasteners, fill surface flush, and sand
unless otherwise indicated.
3. Install to tolerance of 1/8 inch in 96 inches for level and plumb. Install adjoining interior
finish carpentry with 1/32-inch maximum offset for flush installation and 1/16-inch
maximum offset for reveal installation.
4. Coordinate interior finish carpentry with materials and systems in or adjacent to it.
Provide cutouts for mechanical and electrical items that penetrate interior finish
carpentry.
3.4 STANDING AND RUNNING TRIM INSTALLATION
A. Install with minimum number of joints practical, using full-length pieces from maximum lengths
of lumber available. Do not use pieces less than 24 inches long, except where necessary.
Stagger joints in adjacent and related standing and running trim. Cope at returns, miter at
outside corners, and cope at inside corners to produce tight-fitting joints with full-surface contact
throughout length of joint. Use scarf joints for end-to-end joints. Plane backs of casings to
provide uniform thickness across joints where necessary for alignment.
1. Match color and grain pattern of trim for transparent finish (stain or clear finish) across
joints.
2. Install trim after gypsum-board joint finishing operations are completed.
3. Install without splitting; drill pilot holes before fastening where necessary to prevent
splitting. Fasten to prevent movement or warping. Countersink fastener heads on
exposed carpentry work and fill holes.
3.5 ADJUSTING
A. Replace interior finish carpentry that is damaged or does not comply with requirements. Interior
finish carpentry may be repaired or refinished if work complies with requirements and shows no
evidence of repair or refinishing. Adjust joinery for uniform appearance.
3.6 CLEANING
A. Clean interior finish carpentry on exposed and semi-exposed surfaces. Restore damaged or
soiled areas and touch up factory-applied finishes, if any.
3.7 PROTECTION
A. Protect installed products from damage from weather and other causes during construction.
B. Remove and replace finish carpentry materials that are wet, moisture damaged, and mold
damaged.
1. Indications that materials are wet or moisture damaged include, but are not limited to,
discoloration, sagging, or irregular shape.
2. Indications that materials are mold damaged include, but are not limited to, fuzzy or
splotchy surface contamination and discoloration.
INTERIOR FINISH CARPENTRY 062023-4
CLALLAM COUNTY VETERAN'S
,CENTER IMPROVEMENTS
END OF SECTION 062023
INTERIOR FINISH CARPENTRY 062023-5
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
SECTION 064116-PLASTIC-LAMINATE-FACED ARCHITECTURAL CABINETS
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section Includes:
1. Plastic-laminate-faced architectural cabinets.
2. Wood furring, blocking, shims, and hanging strips for installing plastic-laminate-faced
architectural cabinets unless concealed within other construction before cabinet
installation.
B. Related Requirements:
1. Section 061053 "Miscellaneous Rough Carpentry" for wood furring, blocking, shims, and
hanging strips required for installing cabinets and concealed within other construction
before cabinet installation.
1.3 ACTION SUBMITTALS
A. Product Data: For each type of product, including panel products, high-pressure decorative
laminate, adhesive for bonding plastic laminate, fire-retardant-treated materials, and cabinet
hardware and accessories.
1. Include data for fire-retardant treatment from chemical-treatment manufacturer and
certification by treating plant that treated materials comply with requirements.
B. Shop Drawings: Show location of each item, dimensioned plans and elevations, large-scale
details, attachment devices, and other components.
1. Show details full size.
2. Show locations and sizes of furring, blocking, and hanging strips, including concealed
blocking and reinforcement specified in other Sections.
3. Apply AWI Quality Certification Program label to Shop Drawings.
C. Samples for Initial Selection:
1. Thermoset decorative panels.
D, Samples for Verification:
1. Plastic laminates, 8 by 10 inches, for each type, color, pattern, and surface finish, with
one sample applied to core material and specified edge material applied to one edge.
2. Exposed cabinet hardware and accessories, one unit for each type and finish.
PLASTIC-LAMINATE-FACED ARCHITECTURAL CABINETS 064116- 1
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
3. Thermoset decorative panels, 8 by 10 inches, for each color, pattern, and surface
finish, with edge banding on one edge.
1.4 INFORMATIONAL SUBMITTALS
A. Qualification Data: For Installer and fabricator.
B. Product Certificates: For each type of product.
C. Woodwork Quality Standard Compliance Certificates: AWl Quality Certification Program
certificates.
D. Evaluation Reports: For fire-retardant-treated materials,from ICC-ES.
1.5 QUALITY ASSURANCE
A. Fabricator Qualifications: Shop that employs skilled workers who custom fabricate products
similar to those required for this Project and whose products have a record of successful in-
service performance. Shop is a certified participant in AWI's Quality Certification Program.
B. Installer Qualifications: Certified participant in AWI's Quality Certification Program.
C. Testing Agency Qualifications: For testing agency, providing classification marking for fire-
retardant-treated material, an inspection agency acceptable to authorities having jurisdiction
that periodically performs inspections to verify that the material bearing the classification
marking is representative of the material tested.
1.6 DELIVERY, STORAGE, AND HANDLING
A. Do not deliver cabinets until painting and similar operations that could damage woodwork have
been completed in installation areas. If cabinets must be stored in other than installation areas,
store only in areas where environmental conditions comply with requirements specified in "Field
Conditions"Article.
1.7 FIELD CONDITIONS
A. Environmental Limitations: Do not deliver or install cabinets until building is enclosed, wet work
is complete, and HVAC system is operating and maintaining temperature and relative humidity
at occupancy levels during the remainder of the construction period.
B. Field Measurements: Where cabinets are indicated to fit to other construction, verify
dimensions of other construction by field measurements before fabrication, and indicate
measurements on Shop Drawings. Coordinate fabrication schedule with construction progress
to avoid delaying the Work.
1. Locate concealed framing, blocking, and reinforcements that support cabinets by field
measurements before being enclosed, and indicate measurements on Shop Drawings.
PLASTIC-LAMINATE-FACED ARCHITECTURAL CABINETS 064116-2
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
1.8 COORDINATION
A. Coordinate sizes and locations of framing, blocking, furring, reinforcements, and other related
units of Work specified in other Sections to ensure that cabinets can be supported and installed
as indicated.
PART 2- PRODUCTS
2.1 PLASTIC-LAMINATE-FACED ARCHITECTURAL CABINETS
A. Quality Standard: Unless otherwise indicated, comply with the "Architectural Woodwork
Standards" for grades of architectural plastic-laminate cabinets indicated for construction,
finishes, installation, and other requirements.
1. Provide labels and certificates from AWI certification program indicating that
woodwork, including installation, complies with requirements of grades specified.
2. The Contract Documents contain selections chosen from options in the quality standard
and additional requirements beyond those of the quality standard. Comply with those
selections and requirements in addition to the quality standard.
B. Grade: Custom.
C. Type of Construction: Face frame.
D* Cabinet, Door, and Drawer Front Interface Style: Reveal overlay.
E. Reveal Dimension: As indicated.
F. High-Pressure Decorative Laminate: NEMA LD 3, grades as indicated or if not indicated, as
required by woodwork quality standard.
1. Manufacturers: Subject to compliance with requirements, available manufacturers
offering products that may be incorporated into the Work include, but are not limited to,
the following:
a. Formica Corporation.
b. Panolam Industries International, In
C. Wilsonart International; Div. of Premark International, Inc.
G. Laminate Cladding for Exposed Surfaces:
1. Horizontal Surfaces: Grade HGS.
2. Vertical Surfaces: Grade HGS.
3. Edges: Grade HGS.
H. Materials for Semi-exposed Surfaces:
1. Surfaces Other Than Drawer Bodies: Thermoset decorative panels.
a. Edges of Thermoset Decorative Panel Shelves: PVC or polyester edge banding.
2. Drawer Sides and Backs: Thermoset decorative panels with PVC or polyester edge
banding.
PLASTIC-LAMINATE-FACED ARCHITECTURAL CABINETS 064116-3
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
3. Drawer Bottoms: Thermoset decorative panels.
1. Drawer Construction: Fabricate with exposed fronts fastened to subfront with mounting screws
from interior of body.
1. Join subfronts, backs, and sides with glued rabbeted joints supplemented by mechanical
fasteners or glued dovetail joints.
J. Colors, Patterns, and Finishes: Provide materials and products that result-in colors and textures
of exposed laminate surfaces complying with the following requirements:
1. As indicated by laminate manufacturer's designations, in Plastic-Laminate-Faced
Architectural Cabinets Color Schedule at the end of Part 3.
2.2 WOOD MATERIALS
A. Wood Products: Provide materials that comply with requirements of referenced quality standard
for each type of woodwork and quality grade specified unless otherwise indicated.
1. Plastic Laminate Faced Panel Products (Hardwood Plywood): HPVA HP-.1 made with
adhesive containing no urea formaldehyde.
2. Thermoset Decorative Panels: Particleboard or medium-density fiberboard finished with
thermally fused, melamine-impregnated decorative paper and complying with
requirements of NEMA LD 3, Grade VGL, for test methods 3.3, 3.4, 3.6, 3.8, and 3.10.
2.3 FIRE-RETARDANT-TREATED MATERIALS
A. Fire-Retardant-Treated Materials, General: Where fire-retardant-treated materials are
indicated, use materials complying with requirements in this article that are acceptable to
authorities having jurisdiction and with fire-test-response characteristics specified as determined
by testing identical products per test method indicated by a qualified testing agency.
1. Use treated materials that comply with requirements of referenced woodworking
standard. Do not use materials that are warped, discolored, or otherwise defective.
2. Use fire-retardant-treatment formulations that do not bleed through or otherwise
adversely affect finishes. Do not use colorants to distinguish treated materials from
untreated materials.
3. Identify fire-retardant-treated materials with appropriate classification marking of qualified
testing agency in the form of removable paper label or imprint on surfaces that will be
concealed from view after installation.
B. Fire-Retardant-Treated Lumber and Plywood: Products with a flame-spread index of 25 or less
when tested according to ASTM E 84, with no evidence of significant progressive combustion
when the test is extended an additional 20 minutes, and with the flame front not extending more
than 10.5 feet beyond the centerline of the burners at any time during the test.
1. Kiln dry lumber and plywood after treatment to a maximum moisture content of 19 and 15
percent, respectively.
2. Mill lumber before treatment and implement special procedures during treatment and
drying processes that prevent lumber from warping and developing discolorations from
drying sticks or other causes, marring, and other defects affecting appearance of treated
woodwork.
PLASTIC-LAMINATE-FACED ARCHITECTURAL CABINETS 064116-4
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
C. Fire-Retardant Particleboard: Panels complying with the following requirements, made from
softwood particles and fire-retardant chemicals mixed together at time of panel manufacture to
achieve flame-spread index of 25 or less and smoke-developed index of 25 or less per
ASTM E 84.
D. Fire-Retardant Fiberboard: Medium-density fiberboard panels complying with ANSI A208.2,
made from softwood fibers, synthetic resins, and fire-retardant chemicals mixed together at time
of panel manufacture to achieve flame-spread index of 25 or less and smoke-developed index
of 200 or less per ASTM E 84.
2.4 CABINET HARDWARE AND ACCESSORIES
A. General: Provide cabinet hardware and accessory materials associated with architectural
cabinets.
B. Buff Hinges: 2-3/4-inch, five-knuckle steel hinges made from 0.095-inch- thick metal, and as
follows:
1. Semi-concealed Hinges for Overlay Doors: BHMA Al 56.9, B01 521.
C. Wire Pulls: Back mounted, solid metal, 4 inches long, 5/16 inch in diameter.
D. Catches: Magnetic catches, BHMA Al 56.9, B03141.
E. Shelf Rests: BHMA Al 56.9, B04013; metal, two-pin type with shelf hold-down clip.
F. DrawerSlides: BHMAA156.9.
1. GradelHD-100 and GradelHD-200: Side mounted; full-over-travel-extension type;
zinc-plated-steel ball-bearing slides.
2. For drawers more than 3 inches high but not more than 6 inches high and not more than
24 inches wide, provide Grade 1 HD-1 00.
3. For drawers more than 6 inches high or more than 24 inches wide, provide Grade 1HD-
200.
G. DoorLocks: BHMAA156.11, E07121.
H. Drawer Locks: BHMA Al 56.11, E07041.
1. Door and Drawer Silencers: BHMA Al 56.16, L0301 1.
J. Exposed Hardware Finishes: For exposed hardware, provide finish that complies with
BHMA Al 56.18 for BHMA finish number indicated.
1. Satin Stainless Steel: BHMA 630.
K. For concealed hardware, provide manufacturer's standard finish that complies with product
class requirements in BHMA Al 56.9.
2.5 MISCELLANEOUS MATERIALS
A. Furring, Blocking, Shims, and Hanging Strips: Fire-retardant-treated softwood lumber, kiln dried
to less than 15 percent moisture content.
PLASTIC-LAMINATE-FACED ARCHITECTURAL CABINETS 064116-5
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
B. Anchors: Select material, type, size, and finish required for each substrate for secure
anchorage. Provide metal expansion sleeves or expansion bolts for post-installed anchors.
Use nonferrous-metal or hot-dip galvanized anchors and inserts at inside face of exterior walls
and at floors.
C. Adhesives: Do not use adhesives that contain urea formaldehyde.
D. Adhesive for Bonding Plastic Laminate: Resorcinol.
1. Adhesive for Bonding Edges: Hot-melt adhesive or adhesive specified above for faces.
2.6 FABRICATION
A. Sand fire-retardant-treated wood lightly to remove raised grain.on exposed surfaces before
fabrication.
B. Fabricate cabinets to dimensions, profiles, and details indicated.
C. Complete fabrication, including assembly and hardware application, to maximum extent
possible before shipment to Project site. Disassemble components only as necessary for
shipment and installation. Where necessary for fitting at site, provide ample allowance for
scribing, trimming, and fitting.
1. Notify Owner seven days in advance of the dates and times woodwork fabrication will be
complete.
2. Trial fit assemblies at fabrication shop that cannot be shipped completely assembled.
Install dowels, screws, bolted connectors, and other fastening devices that can be
removed after trial fitting. Verify that various parts fit as intended and check
measurements of assemblies against field measurements before disassembling for
shipment.
D. Shop-cut openings to maximum extent possible to receive hardware, appliances, electrical
work-and similar items. Locate openings accurately and use templates or roughing-in diagrams
to produce accurately sized and shaped openings. Sand edges of cutouts to remove splinters
and burrs.
PART 3- EXECUTION
3.1 PREPARATION
A. Before installation, condition cabinets to average prevailing humidity conditions in installation
areas.
B. Before installing cabinets, examine shop-fabricated work for completion and complete work as
required.
3.2 INSTALLATION
A. Grade: Install cabinets to comply with same grade as item to be installed.
PLASTIC-LAMINATE-FACED ARCHITECTURAL CABINETS 064116-6
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
B. Assemble cabinets and complete fabrication at Project site to the extent that it was not
completed in the shop.
C. Install cabinets level, plumb, true, and straight. Shim as required with concealed shims. Install
level and plumb to a tolerance of 1/8 inch in 96 inches.
D. Scribe and cut cabinets to fit adjoining work, refinish cut surfaces, and repair damaged finish at
cuts.
E. Anchor cabinets to anchors or blocking built in or directly attached to substrates. Secure with
countersunk, concealed fasteners and blind nailing. Use fine finishing nails or finishing screws
for exposed fastening, countersunk and filled flush with woodwork.
1. Use filler matching finish of items being installed.
F. Cabinets: Install without distortion so doors and drawers fit openings properly and are
accurately aligned. Adjust hardware to center doors and drawers in openings and to provide
unencumbered operation. Complete installation of hardware and accessory items as indicated.
1. Install cabinets with no more than 1/8 inch in 96-inch sag, bow, or other variation from a
straight line.
2. Fasten wall cabinets through back, near top and bottom, and at ends not more than 16
inches o.c. with No. 10 wafer-head screws sized for not less than 1-1/2-inch penetration
into wood framing, blocking, or hanging strips or No. 10 wafer-head sheet metal screws
through metal backing or metal framing behind wall finish.
3.3 ADJUSTING AND CLEANING
A. Repair damaged and defective cabinets, where possible, to eliminate functional and visual
defects;where not possible to repair, replace woodwork. Adjust joinery for uniform appearance.
B. Clean, lubricate, and adjust hardware.
C. Clean cabinets on exposed and semi-exposed surfaces.
3.4 PLASTIC-LAMINATE-FACED ARCHITECTURAL CABINETS COLOR SCHEDULE
A. Plastic Laminate PLAM-#: Where this designation is indicated, provide plastic laminate
complying with the following type/color/finish numbers:
1. PLAM-1: Nevamar#ES5001T, "Alpine Essence"Textured.
END OF SECTION 064116
PLASTIC-LAMINATE-FACED ARCHITECTURAL CABINETS 064116-7
DOOR SCHEDULE
CLALLAM COUNTY VETERAN'S CENTER IMPROVEMENTS
DOOR I U.L. GLASS KEY NOTES
Man Fin. DIMENSIONS Mat-I Fin. DETAILS RT'G. TYPE
NO. Width Height Head I Jamb(L) Jamb(R) Sill
101A NOT USED
102A A WD STN T-O" 6'-8" WD STN NA NA TEMP. 1
103A A WD STN T-10" 6'-8" WD STN NA NA TEMP. 1
103B B WD STN T-0" 6'-8" WD STN NA NA NA 1
104A NOT USED
1 05A NOT USED
106A NOT USED
107A B WD STN 3'-0" 6'-8" WD STN NA NA NA 11
108A NOT USED
109A A WD STN 3'-0" 6'-8" WD STN NA NA TEMP. 1
1110A A WD I STN T-10" 6'-8" WD STN NA NA TEMP. 1 1
ABBREVIATIONS GENERAL NOTES
ALUM-ALUMINUM 1. Contractor to coordinate door and frame cut-outs with hardware specified.
P-X-PAINT/COLOR Verify all opening sizes prior to frame fabrication.
STN -STAINED IN FIELD 2. See Specification Section 087100 for Door Hardware Schedule.
TEMP-1/4" CLEAR TEMPERED GLASS
WD-WOOD
KEY NOTES
1. See Drawing 4/A2-5 FOR DOOR TYPES
DOOR SCHEDULE 080000- 1
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
SECTION 081416-FLUSH WOOD DOORS
PART I -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section Includes:
1. Solid-core doors with wood-veneer faces.
2. Factory machining flush wood doors for hardware.
B. Related Sections:
1. Section 062023"Interior Finish Carpentry"for wood doorframes.
2. Section 099100"Painting"for field finishing doors.
1.3 ACTION SUBMITTALS
A. Product Data: For each type of door indicated. Include details of core and edge construction
and trim for openings.
B. Shop Drawings: Indicate location, size, and hand of each door; elevation of each kind of door;
construction details not covered in Product Data; location and extent of hardware blocking; and
other pertinent data.
1. Indicate dimensions and locations of mortises and holes for hardware.
2. Indicate dimensions and locations of cutouts.
3. Indicate requirements for veneer matching.
C. Samples for Verification:
1. Corner sections of doors, approximately 8 by 10 inches, with door faces and edges
representing actual materials to be used.
a. Provide samples for each species of veneer and solid lumber required.
2. Frames for light openings, 6 inches long,for each material,type, and finish required.
1.4 INFORMATIONAL SUBMITTALS
A. War ranty: Sample of special warranty.
FLUSH WOOD DOORS 081416- 1
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
1.5 QUALITY ASSURANCE
A. Source Limitations: Obtain flush wood doors from single manufacturer.
B. Quality Standard: In addition to requirements specified, comply with the AWI "Architectural
Woodwork Quality Standards Illustrated".
1. Provide AWI Quality Certification Labels or an AWI letter of licensing for Project indicating
that doors comply with requirements of grades specified.
1.6 DELIVERY, STORAGE,AND HANDLING
A. Comply with requirements of referenced standard and manufacturer's written instructions.
B. Package doors individually in plastic bags or cardboard cartons.
C. Mark each door on top and bottom rail with opening number used on Shop Drawings.
1.7 PROJECT CONDITIONS
A. Environmental Limitations: Do not deliver or install doors until wet work in spaces is complete
and dry, and HVAC system is operating and maintaining ambient temperature and humidity
conditions at occupancy levels during the remainder of the construction period.
1.8 WARRANTY
A. Special Warranty: Manufacturers standard form in which manufacturer agrees to repair or
replace doors that fail in materials or workmanship within specified warranty period.
1. Failures include, but are not limited to, the following:
a. Warping (bow, cup, or twist)more than 1/4 inch in a 42-by-84-inch section.
b. Telegraphing of core construction in face veneers exceeding 0.01 inch in a 3-inch
span-.
2. Warranty shall also include installation and finishing that may be required due to repair or
replacement of defective doors.
3. Warranty Period for Solid-Core Interior Doors: Life of installation.
PART 2- PRODUCTS
2.1 MANUFACTURERS
A. Manufacturers: Subject to compliance with requirements, available manufacturers offering
products that may be incorporated into the Work include, but are not limited to, the following:
1. Algoma Hardwoods, In
2. Eggers Industries.
3. Graham: an Assa A bloy Group company.
4. Haley Brothers, Inc.
FLUSH WOOD DOORS 081416-2
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
5. Ideal Architectural Doors& PlMood.
6. Lambton Doors.
7. Marshfield Door Systems, Inc.
8. Mohawk Flush Doors, Inc.: a Masonite company.
9. Oshkosh Architectural Door Compan
10. Vancouver Door Company.
11. VT Industries Inc.
2.2 DOOR CONSTRUCTION, GENERAL
A. Low-Emifting Materials: Fabricate doors with adhesives and composite wood products that do
not contain urea formaldehyde.
B. WDMA I.S.1-A Performance Grade: Standard Duty.
2.3 VENEERED-FACED DOORS FOR TRANSPARENT FINISH
A, Interior Solid-Core Doors:
1. Grade: Premium,with Grade A faces.
2. Species: Curly maple.
3. Cut: Rotary cut.
4. Match between Veneer Leaves: Book match.
5. Assembly of Veneer Leaves on Door Faces: Running match.
6. Room Match: Match door faces within each separate room or area of building.
7. Exposed Vertical Edges: Same species as faces or a compatible species.
8. Core: Either glued wood stave or structural composite lumber.
9. Construction: Five or seven plies. Stiles and rails are bonded to core then entire unit
abrasive planed before veneering. Faces are bonded to core using a hot press.
10. WDMA I.S.1-A Performance Grade: Standard Duty.
2.4 LIGHT FRAMES
A. Wood Beads for Light Openings in Wood Doors: Provide manufacturer's standard wood beads
as follows unless otherwise indicated.
1. Wood Species: Species compatible with door faces.
2. Profile: Flush rectangular beads.
2.5 FABRICATION
A. Factory fit doors to suit frame-opening sizes indicated. Comply with clearance requirements of
referenced quality standard for fitting unless otherwise indicated.
B. Factory machine doors for hardware that is not surface applied. Locate hardware to comply
with DHI-WDHS-3. Comply with final hardware schedules, doorframe Shop Drawings,
DHI Al 15-W series standards, and hardware templates.
1. Coordinate with hardware mortises in frames to verify dimensions and alignment before
factory machining.
FLUSH WOOD DOORS 081416- 3
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
C. Openings: Cut and trim openings through doors in factory.
1. Light Openings: Trim openings with moldings of material and profile indicated.
2. Glazing: Install glazing in doors on site with 1/4-inch thick, clear,tempered glass.
PART 3- EXECUTION
3.1 EXAMINATION
A. Examine doors and installed doorframes before hanging doors.
1. Verify that frames comply with indicated requirements for type, size, location, and swing
characteristics and have been installed with level heads and plumb jambs.
2. Reject doors with defects.
B. Proceed with installation only after unsatisfactory conditions have been corrected.
3.2 INSTALLATION
A. Hardware: For installation, see Section 087100"Door Hardware."
B. Installation Instructions: Install doors to comply with manufacturers written instructions and the
referenced quality standard, and as indicated.
C. Factory-Fitted Doors: Align in frames for uniform clearance at each edge.
1. Clearances: Provide 1/8 inch at heads,jambs, and between pairs of doors. Provide 1/8
inch from bottom of door to top of decorative floor finish or covering unless otherwise
indicated. Where threshold is shown or scheduled, provide 1/4 inch from bottom of door
to top of threshold unless otherwise indicated.
2. Bevel non-fire-rated doors 1/8 inch in 2 inches at lock and hinge edges.
3.3 ADJUSTING
A. Operation: Rehang or replace doors that do not swing or operate freely.
B. Finished Doors: Replace doors that are damaged or that do not comply with requirements.
Doors may be repaired or refinished if work complies with requirements and shows no evidence
of repair or refinishing.
END OF SECTION 081416
FLUSH WOOD DOORS 081416-4
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
SECTION 087100-DOOR HARDWARE
PART I -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section includes:
1. Mechanical door hardware for the following:
a. Swinging doors.
B. Related Sections:
1. Section 064116 "Plastic-Laminate-Faced Architectural Cabinets" for cabinet door
hardware provided as part of architectural woodwork.
2. Section 081416 "Flush Wood Doors"for door hardware applications.
1.3 ACTION SUBMITTALS
A. Product Data: For each type of product indicated. Include construction and installation details,
material descriptions, dimensions of individual components and profiles, and finishes.
B. Other Action Submittals:
1. Door Hardware Schedule: Prepared by or under the supervision of Installer, detailing
fabrication and assembly of door hardware, as well as installation procedures and
diagrams. Coordinate final door hardware schedule with doors, frames, and related work
to ensure proper size, thickness, hand, function, and finish of door hardware.
a. Submittal Sequence: Submit door hardware schedule concurrent with
submissions of Product Data, Samples, and Shop Drawings. Coordinate
submission of door hardware schedule with scheduling requirements of other work
to facilitate the fabrication of other work that is critical in Project construction
schedule.
b. Format: Use same scheduling sequence and format and use same door numbers
as in the Contract Documents.
C. Content: Include the following information:
1 Identification number, location, hand, size, and material of each door and
frame.
2) Locations, of each door hardware set, cross-referenced to Drawings on floor
plans and to door and frame schedule.
3) Complete designations, including name and manufacturer, type, style,
function, size, quantity,function, and finish of each door hardware product.
DOOR HARDWARE 087100- 1
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
4) Fastenings and other pertinent information.
5) Explanation of abbreviations, symbols, and codes contained in schedule.
6) Mounting locations for door hardware.
7) List of related door devices specified in other Sections for each door and
frame.
2. Keying Schedule: Prepared by or under the supervision of Installer, detailing Owners
final keying instructions for locks. Include schematic keying diagram and index each key
set to unique door designations that are coordinated with the Contract Documents.
1.4 INFORMATIONAL SUBMITTALS
A. Qualification Data: For Installer and Architectural Hardware Consultant.
B. Product Test Reports: For compliance with accessibility requirements, based on evaluation of
comprehensive tests performed by manufacturer and witnessed by a qualified testing agency,
for door hardware on doors located in accessible routes.
C. Warranty: Special warranty specified in this Section.
1.5 CLOSEOUT SUBMITTALS
A. Maintenance Data: For each type of door hardware to include in maintenance manuals.
Include final hardware and keying schedule.
1.6 QUALITY ASSURANCE
A. Installer Qualifications: Supplier of products and an employer of workers trained and approved
by product manufacturers and an Architectural Hardware Consultant who is available during the
course of the Work to consult with Contractor, Architect, and Owner about door hardware and
keying.
1. Scheduling Responsibility: Preparation of door hardware and keying schedules.
B. Architectural Hardware Consultant Qualifications: A person who is experienced in providing
consulting services for door hardware installations that are comparable in material, design, and
extent to that indicated for this Project and who is currently certified by DHI as follows:
1. For door hardware, an Architectural Hardware Consultant(AHC).
C. Source Limitations: Obtain each type of door hardware from a single manufacturer.
D. Means of Egress Doors: Latches do not require more than 15 lbf to release the latch. Locks do
not require use of a key, tool, or special knowledge for operation.
E. Accessibility Requirements: For door hardware on doors in an accessible route, comply with
the U.S. Architectural & Transportation Barriers Compliance Board's ADA-ABA Accessibility
Guidelines.
1. Provide operating devices that do not require tight grasping, pinching, or twisting of the
wrist and that operate with a force of not more than 5 lbf.
2. Comply with the following maximum opening-force requirements:
DOOR HARDWARE 087100-2
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
a. Interior, Non-Fire-Rated Hinged Doors: 5 lbf applied perpendicular to door.
3. Adjust door closer sweep periods so that, from an open position of 70 degrees, the door
will take at least 3 seconds to move to a point 3 inches from the latch, measured to the
leading edge of the door.
1.7 DELIVERY, STORAGE, AND HANDLING
A. Inventory door hardware on receipt and provide secure lock-up for door hardware delivered to
Project site.
B. Tag each item or package separately with identification coordinated with the final door hardware
schedule, and include installation instructions, templates, and necessary fasteners with each
item or package.
C. Deliver keys to Owner by registered mail or overnight package service.
1.8 COORDINATION
A. Installation Templates: Distribute for doors, frames, and other work specified to be factory
prepared. Check Shop Drawings of other work to confirm that adequate provisions are made
for locating and installing door hardware to comply with indicated requirements.
B. Existing Openings: Where hardware components are scheduled for application to existing
construction or where modifications to existing door hardware are required, field verify existing
conditions and coordinate installation of door hardware to suit opening conditions and to provide
proper door operation.
1.9 WARRANTY
A. Special Warranty: Manufacturers standard form in which manufacturer agrees to repair or
replace components of door hardware that fail in materials or workmanship within specified
warranty period.
I. Failures include, but are not limited to, the following:
a. Structural failures including excessive deflection, cracking, or breakage.
b. Faulty operation of doors and door hardware.
C. Deterioration of metals, metal finishes, and other materials beyond normal
weathering and use.
2. Warranty Period: Three years from date of Substantial Completion, unless otherwise
indicated.
a. Manual Closers: 10 years from date of Substantial Completion.
1.10 MAINTENANCE SERVICE
A. Maintenance Tools and Instructions: Furnish a complete set of specialized tools and
maintenance instructions for Owners continued adjustment, maintenance, and removal and
replacement of door hardware.
DOOR HARDWARE 087100-3
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
PART 2- PRODUCTS
2.1 SCHEDULED DOOR HARDWARE
A. Provide door hardware for each door as scheduled in the "Door Hardware Schedule" to comply
with requirements in this Section.
1. Door Hardware Sets: Provide quantity, item, size, finish or color indicated, and products
equivalent in function and comparable in quality to named products.
B. Designations: Requirements fo r design, grade, function, finish, size, and other distinctive
qualities of each type of door hardware are indicated in the "Door Hardware Schedule".
Products are identified by using door hardware designations, as follows:
1. Named Manufacturers' Products: Manufacturer and product designation are listed for
each door hardware type required for the purpose of establishing minimum requirements.
Manufacturers' names are abbreviated in the"Door Hardware Schedule".
2. References to BHMA Designations: Provide products complying with these designations
and requirements for description, quality, and function.
2.2 HINGES
A. Hinges: BHMAA156.1.
1. Basis-of-Design Product: Subject to compliance with requirements, provide product
indicated on schedule or comparable product by one of the following:
a. Baldwin Hardware Corporation.
b. Bommer Industries, In
C. Hager Companies.
d. IVES Hardware: an Ingersoll-Rand compan
e. Lawrence Hardware Inc.
f. McKinney Products Company; an ASSA ABLOY Group compan
g. Stanley Commercial Hardware, Div. of The Stanley Works.
2.3 MECHANICAL LOCKS AND LATCHES
A. Lock Functions: As indicated in door hardware schedule.
B. Lock Throw: Comply with testing requirements for length of bolts required for doors, and as
follows:
1. Bored Locks: Minimum 1/2-inch latch-bolt throw.
2. Mortise Locks: Minimum 3/4-inch latch-bolt throw.
C. Mortise Locks: BHMA Al 56.13; Operational Grade 1; stamped steel case with steel or brass
parts; Series 1000.
1. Basis-of-Design Product: Subject to compliance with requirements, provide product
indicated on schedule or comparable product by one of the following:
a. Best Access Systems; Div. of Stanley Security Solutions, In . I
DOOR HARDWARE 087100-4
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
b. Corbin Russwin Architectural Hardware; an ASSA ABLOY Group compan
C. SARGENT Manufacturing Company; an ASSA ABLOY Group compan
d. Schlage Commercial Lock Division; an In-gersoll-Rand compan
e. Yale Security Inc.; an ASSA ABLOY Group compan
2.4 KEYING
A. Keying System: Factory registered, complying with guidelines in BHMA Al 56.28, Appendix A.
Incorporate decisions made in keying conference.
1. Existing System:
a. Master key or grand master key locks to Owners existing system.
B. Keys: Nickel silver.
1. Stamping: Permanently inscribe each key with a visual key control number and include
the following notation:
a. Notation: Information to be furnished by Owner.
2. Quantity: In addition to one extra key blank for each lock, provide the following:
a. Cylinder Change Keys: Three.
b. Master Keys: Five.
C. Grand Master Keys: Five.
d. Great-Grand Master Keys: Five.
2.5 SURFACE CLOSERS
A. Surface Closers: BHMAA156.4; rack-and-pinion hydraulic type with adjustable sweep and
latch speeds controlled by key-operated valves and forged-steel main arm. Comply with
manufacturers written recommendations for size of door closers depending on size of door,
exposure to weather, and anticipated frequency of use. Provide factory-sized closers,
adjustable to meet field conditions and requirements for opening force.
1. Basis-of-Design Produ : Subject to compliance with requirements, provide product
indicated on schedule or comparable product by one of the following:
a. Corbin Russwin Architectural Hardware; an ASSA ABLOY Group compan
b. DORMA Architectural Hardware; Member of The DORMA Group North America.
C. LCN Closers; an Ingersoll-Rand compan .
d. Norton Door Controls: an ASSA ABLOY Group company.
e. Rixson Specialty Door Controls; an ASSA ABLOY Group company.
f. SARGENT Manufacturing Company; an ASSA ABLOY Group company.
g. Yale Security Inc.; an ASSA ABLOY Group company.
2.6 MECHANICAL STOPS AND HOLDERS
A. Wall-Mounted Stops: BHMA Al 56.16; polished cast brass, bronze, or aluminum base metal.
DOOR HARDWARE 087100-5
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
1 Basis-of-Design Product: Subject to compliance with requirements, provide product
indicated on schedule or comparable product by one of the following:
a. Architectural Builders Hardware Mfg., Inc.
b. Baldwin Hardware Corporation.
C. Hager Companies.
d. IVES Hardware;an Ingersoll-Rand compan
e. Stanley Commercial Hardware: Div. of The Stanley Works.
f. Trimco.
2.7 DOOR GASKETING
A. Door Gasketing: BHMA All 56.22; air leakage not to exceed 0.50 cfm per foot of crack length for
gasketing other than for smoke control, as tested according to ASTM E 283; with resilient or
flexible sea[ strips that are easily replaceable and readily available from stocks maintained by
manufacturer.
1. Basis-of-Desim Product: Subject to compliance with requirements, provide product
indicated on schedule or comparable product by one of the following:
a. Ha-ger Companies.
b. M-D Building Products, Inc.
C. National Guard Products.
d. Pemko Manufacturing Co.: an ASSA ABLOY Group compan
e. Sealeze; a unit of Jason Incorporated.
f. Zero International.
2.8 METAL PROTECTIVE TRIM UNITS
A. Metal Protective Trim Units: BHMAA156.6; fabricated from 0.050-inch- thick stainless steel;
with manufacturer's standard machine or self-tapping screw fasteners.
1. Basis-of-Design Product: Subject to compliance with requirements, provide product
indicated on schedule or comparable product by one of the following:
a. Baldwin Hardware Corporation.
b. Hager Companies.
C. Hiawatha, Inc.
d. IPC Door and Wall Protection Systems, Inc.; Div. of InPro Corporation.
e. IVES Hardware; an Ingersoll-Rand compan
f. Rockwood Manufacturing Compan
g. Trimco.
2.9 FABRICATION
A. Manufacturer's Nameplate: Do not provide products that have manufacturers name or trade
name displayed in a visible location except in conjunction with required fire-rated labels and as
otherwise approved by Architect.
1. Manufacturers identification is permitted on rim of lock cylinders only.
DOOR HARDWARE 087100-6
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
B. Base Metals: Produce door hardware units of base metal indicated, fabricated by forming
method indicated, using manufacturer's standard metal alloy, composition, temper, and
hardness. Furnish metals of a quality equal to or greater than that of specified door hardware
units and BHMA Al 56.18.
C. Fasteners: Provide door hardware manufactured to comply with published templates prepared
for machine, wood, and sheet metal screws. Provide screws that comply with commercially
recognized industry standards for application intended, except aluminum fasteners are not
permitted. Provide Phillips flat-head screws with finished heads to match surface of door
hardware, unless otherwise indicated.
1. Concealed Fasteners: For door hardware units that are exposed when door is closed,
except for units already specified with concealed fasteners. Do not use through bolts for
installation where bolt head or nut on opposite face is exposed unless it is the only
means of securely attaching the door hardware. Where through bolts are used on hollow
door and frame construction, provide sleeves for each through bolt.
2. Fasteners for Wood Doors: Comply with requirements in DHI WDHS.2, "Recommended
Fasteners for Wood Doors."
2.10 FINISHES
A. Provide finishes complying with BHMA Al 56.18 as indicated in door hardware schedule.
B. Protect mechanical finishes on exposed surfaces from damage by applying a strippable,
temporary protective covering before shipping.
C. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are
acceptable if they are within one-half of the range of approved Samples. Noticeable variations
in the same piece are not acceptable. Variations in appearance of other components are
acceptable if they are within the range of approved Samples and are assembled or installed to
minimize contrast.
PART 3- EXECUTION
3.1 EXAMINATION
A. Examine doors and frames, with Installer present, for compliance with requirements for
installation tolerances,wall and floor construction, and other conditions affecting performance.
B. Proceed with installation only after unsatisfactory conditions have been corrected.
3.2 INSTALLATION
A. Mounting Heights: Mount door hardware units at heights to comply with the following unless
otherwise indicated or required to comply with governing regulations.
1. Wood Doors: DHI WDHS.3, "Recommended Locations for Architectural Hardware for
Wood Flush Doors."
B. Install each door hardware item to comply with manufacturer's written instructions. Where
cutting and fitting are required to install door hardware onto or into surfaces that are later to be
DOOR HARDWARE 087100-7
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
painted or finished in another way, coordinate removal, storage, and reinstallation of surface
protective trim units with finishing. Do not install surface-mounted items until finishes have been
completed on substrates involved.
1. Set units level, plumb, and true to line and location. Adjust and reinforce attachment
substrates as necessary for proper installation and operation.
2. Drill and countersink units that are not factory prepared for anchorage fasteners. Space
fasteners and anchors according to industry standards.
C. Hinges: Install types and in quantities indicated in door hardware schedule but not fewer than
the number recommended by manufacturer for application indicated or one hinge for every 30
inches of door height, whichever is more stringent, unless other equivalent means of support for
door, such as spring hinges or pivots, are provided.
D. Perimeter Gasketing: Apply to head and jamb, forming seal between door and frame.
E. Door Bottoms: Apply to bottom of door, forming seal with floor when door is closed.
3.3 FIELD QUALITY CONTROL
A. Independent Architectural Hardware Consultant: Owner will engage a qualified independent
Architectural Hardware Consultant to perform inspections and to prepare inspection reports.
1. Independent Architectural Hardware Consultant will inspect door hardware and state in
each report whether installed work complies with or deviates from requirements, including
whether door hardware is properly installed and adjusted.
3.4 ADJUSTING
A. Adjust and check each operating item of door hardware and each door to ensure proper
operation or function of every unit. Replace units that cannot be adjusted to operate as
intended. Adjust door control devices to compensate for final operation of heating and
ventilating equipment and to comply with referenced accessibility requirements.
1. Door Closers: Adjust sweep period to comply with accessibility requirements and
requirements of authorities having jurisdiction.
3.5 CLEANING AND PROTECTION
A. Clean adjacent surfaces soiled by door hardware installation.
B. Clean operating items as necessary to restore proper function and finish.
C. Provide final protection and maintain conditions that ensure that door hardware is without
damage or deterioration at time of Substantial Completion.
3.6 DOOR HARDWARE SCHEDULE
A. Reference"Door Hardware Schedule" immediately following this Section.
END OF SECTION 087100
DOOR HARDWARE 087100-8
087100-01 DOOR HARDWARE SCHEDULE NOTES
1 Locks/Latches: Manufacturer: Best
Ll Office Lock: 93K-2-3/4-7-B-15C-S3-626-AL
L2 Storeroom Lock: 93K-2-3/4-7-D-1 5C-S3-626-AL
2. Hinges: Manufacturer: McKinney
H1 HT2714-4.5 X 4.5(1.5 pair)
4. Closers: Manufacturer: Norton
C1 7705MST-689
5. Stops: Manufacturer: Trimco I Glynn-Johnson
S1 Wall Bumper 1270CX(Trimco)
6. Gaskets: Manufacturer: Pemko
WS11 S88BL(At head and jamb)
WS2 411 ARL(automatic door bottom)
7. Miscellaneous: Manufacturer: As Noted
Mi Kick Plate 194S-US32D(Hager)
8. Pocket Door: Manufacturer: hafele
PD1 Futura Pocket Door Framing
and 40/ZSliding Hardware Type 11
PD2 Pocket Door Set 911.25.176
PD3 Finger Grips and pulls 911.26.186
DOOR HARDWARE SCHEDULE
DOOR _7 CLALLAM COUNTY VETERAN'S CENTER IMPROVEMENTS
!LO- LOCK HINGE EXIT DEVICE CLOSER STOP I PUSH/PULL GASKET [7�ZC. COMMENTS
101A NOT USED
102A Ll H1 C1 S1 WS1,WS2 M1 Kick Plate both sides
103A L1 H1 C1 S1 WS1,WS2 M1 Kick Plate both sides
103B L2 H1 C1 S1 WS1
104A NOT USED
105A NOT USED
106A NOT USED
107A PD2 I PD3 PD1 Sliding Pocket Door
108A NOT USED
109A Ll H1 C1 S1 WS1,WS2 MI Kick Plate both sides
11 Ll H1 F_- C11 S1 WS1,WS2 MI Kick Plate both sides
DOOR HARDWARE SCHEDULE 087100-01 -1
ABBREVIATIONS GENERAL NOTES
AFF-ABOVE FINISH FLOOR LIN-X-LINOLEUM I TYPE/COLOR 1. SEE DRAWINGS FOR SPECIFIC FINISH PATTERNS/LOCATIONS
CPT-CARPET TILE P-X-PAINT/COLOR 2. ALL CEILING HEIGHTS NOTED ARE APPROXIMATE&SHOULD BE VERIFIED BY
EM-ENTRY MAT MATERIAL PLYWD-PLYWOOD CONTRACTOR PRIOR TO BID
(E)-EXISTING RB-X-4"HIGH RESILIENT BASE U.N.O.
EFTR-EXISTING MATERIAL FINISH TO REMAIN KEY NOTES
1.PROVIDE LATEX-BASED EPDXY PAINT ON ALL WALL SURFACES TO BE PAINTED
2.ALL SHEET LINOLEUM FLOORCOVERING SEAMS TO BE HEAT WELDED
ROOM FINISH SCHEDULE
CLALLAM COUNTY VETERAN'S CENTER IMPROVEMENTS
CEILING WALLS
ROOM# ROOM NAME FLOOR BASE CEILING HEIGHT AFF NORTH EAST SOUTH WEST NOTES
RECEPTION EM 12'-13'
101 WAITING CPT RB-1 EFTR VARIES P-1 P-1 P-1 P-1
12'-13'
102 OFFICE CPT RB-1 EFTR VARIES P-1 P-1 P-1 P-1
12'-13'
103 OFFICE CPT REI-1 EFTR VARIES P-1 P-1 P-1 P-1
6"
104 MEN'S TOILET LIN-2A RB-1 P-1 81-01, P-1 P-1 P-1 P-1 1,2
12'-13'
105 STORAGE LINAA R13-1 EFTR VARIES P-1 P-1 P-1 P-1
12'-13'
106 STORAGE CPT REI-1 EFTR VARIES P-1 P-1 P-1 P-1
12'-13'
107 AISLE CPT RB-1 EFTR VARIES --- P-1 P-1 P-1
EFTR 12'-13'
VARIES
108 AISLE CPT RB-1 P-1 81-01, P-1 P-1 P-1
12'-13'
109 OFFICE CPT R13-1 EFTR VARIES P-1 P-1 P-1 P-1
12'-13'
1110 1OFFICE CPT RB-1 EFTR VARIES P-1 P-1 P-1 P-1
ROOM FINISH SCHEDULE 090000-1
ABBREVIATION GENERAL NOTES
AFF-ABOVE FINISH FLOOR LIN-X-LINOLEUM/TYPE/COLOR 1. SEE DRAWINGS FOR SPECIFIC FINISH PATTERNS/LOCATIONS
CPT-CARPET TILE P-X-PAINT/COLOR 2. ALL CEILING HEIGHTS NOTED ARE APPROXIMATE&SHOULD BE VERIFIED BY
EM-ENTRY MAT MATERIAL PLYWD-PLYWOOD CONTRACTOR PRIOR TO BID
(E)-EXISTING RB-X-4"HIGH RESILIENT BASE U.N.O.
EFTR-EXISTING MATERIAL FINISH TO REMAIN KEY NOTES
1.PROVIDE LATEX-BASED EPDXY PAINT ON ALL WALL SURFACES TO BE PAINTED
2.ALL SHEET LINOLEUM FLOORCOVERING SEAMS TO BE HEAT WELDED
ROOM FINISH SCHEDULE
CLALLAM COUNTY VETERAN'S CENTER IMPROVEMENTS
CEILING WALLS
ROOM# ROOM NAME FLOOR BASE CEILING HEIGHT AFF NORTH EAST SOUTH WEST NOTES
1 11 STORAGE CPT RB-1 P-1 8--1 0" P-1 P-1 P-1 P-1
WATER HEATER
112 STORAGE LIN-2A RB-1 P-1 8'-1 0" P-1 P-1 P-1 P-1 2
6" 101-11,
113 KITCHEN LIN-2A LIN-2A EFTR VARIES P-1 P-1 P-1 P-1 19 2
EM 12'-13'
114 DINING ROOM LINAA,B,C, D RB-1 EFTR VARIES P-1 P-1 P-1 P-1
P-1 12'-0"
115 MEETING ROOM CPT RB-1 EFTR P-1 P-1 P-1 P-1
6"
116 IWOMEN'S TOILET LIN-2A, RB-1 P-1 101-0.. P-1 P-1 P-1 P-1 1,2
117 STORAGE EM RB-1 P-1 lo.-ol. P-1 P-1 P-1 P-1
118 AISLE EM RB-1 P-1 101-01, P-1 P-1 P-1 P-1
8'-6'
119 STORAGE EM RB-1 P-1 VARIES P-1 P-1 P-1 P-1
120 ENTRY VESTIBULE EM R13-1 P-1 101-01, P-1 P-1 P-1 P-1
.121 ELECTRICAL CPT R13-1 P-1 F-01, 1 P-1 P-1 P-1 P-1
ROOM FINISH SCHEDULE 090000-2
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
SECTION 092900-GYPSUM BOARD
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section Includes:
1. Interior gypsum board.
1.3 ACTION SUBMITTALS
A. Product Data: For each type of product.
B. Samples: For the following products:
1. Trim Accessories: Full-size Sample in 12-inch- long length for each trim accessory
indicated.
1.4 DELIVERY, STORAGE AND HANDLING
A. Store materials inside under cover and keep them dry and protected against weather,
condensation, direct sunlight, construction traffic, and other potential causes of damage. Stack
panels flat and supported on risers on a flat platform to prevent sagging.
1.5 FIELD CONDITIONS
A. Environmental Limitations: Comply with ASTM C 840 requirements or gypsum board
manufacturers written recommendations,whichever are more stringent.
B. Do not install paper-faced gypsum panels until installation areas are enclosed and conditioned.
C. Do not install panels that are wet, those that are moisture damaged, and those that are mold
damaged.
1 Indications that panels are wet or moisture damaged include, but are not limited to,
discoloration, sagging, or irregular shape.
2. Indications that panels are mold damaged include, but are not limited to, fuzzy or
splotchy surface contamination and discoloration.
GYPSUM BOARD 092900- 1
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
PART 2-PRODUCTS
2.1 GYPSUM BOARD, GENERAL
A, Size: Provide maximum lengths and widths available that will minimize joints in each area and
that correspond with support system indicated.
2.2 INTERIOR GYPSUM BOARD
A. Manufacturers: Subject to compliance with requirements, available manufacturers offering
products that may be incorporated into the Work include, but are not limited to, the following:
1. American Gypsum.
2. CertainTeed Corp.
3. Georgia-Pacific Gypsum LLC.
4. Lafar-ge North America Inc.
5. National Gypsum Company.
6. PABCO Gypsum.
7. USG Corporation.
B. Gypsum Board, Type X: ASTM C 1396/C 1396M.
1. Thickness: 5/8 inch.
2. Long Edges: Tapered.
2.3 TRIM ACCESSORIES
A. Interior Trim: ASTM C 1047.
1. Material: Galvanized or aluminum-coated steel sheet, rolled zinc, plastic, or paper-faced
galvanized steel sheet.
2. Shapes:
a. Corner-bead.
b. LC-Bead: J-shaped, exposed long flange receives joint compound.
C. L-Bead: L-shaped, exposed long flange receives joint compound.
2.4 JOINT TREATMENT MATERIALS
A. General: Comply with ASTM C 475/C 475M.
B. Joint Tape:
1. Interior Gypsum Board: Paper.
C. Joint Compound for Interior Gypsum Board: For each coat use formulation that is compatible
with other compounds applied on previous or for successive coats.
1. Pre-filling: At open joints and damaged surface areas, use setting-type taping
compound.
GYPSUM BOARD 092900-2
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
2. Embedding and First Coat: For embedding tape and first coat on joints, fasteners, and
trim flanges, use setting-type taping compound.
a. Use setting-type compound for installing paper-faced metal trim accessories.
3. Fill Coat: For second coat, use setting-type, sandable topping compound.
4. Finish Coat: For third coat, use setting-type, sandable topping compound.
2.5 AUXILIARY MATERIALS
A. General: Provide auxiliary materials that comply with referenced installation standards and
manufacturer's written recommendations.
B. Steel Drill Screws: ASTM C 1002, unless otherwise indicated.
1. Use screws complying with ASTM C 954 for fastening panels to steel members from
0.033 to 0.112 inch thick.
PART 3-EXECUTION
3.1 EXAMINATION
A. Examine areas and substrates including welded hollow-metal frames and framing, with Installer
present, for compliance with requirements and other conditions affecting performance.
B. Examine panels before installation. Reject panels that are wet, moisture damaged, and mold
damaged.
C. Proceed with installation only after unsatisfactory conditions have been corrected.
3.2 APPLYING AND FINISHING PANELS, GENERAL
A. Comply with ASTM C 840.
B. Install ceiling panels across framing to minimize the number of abutting end joints and to avoid
abutting end joints in central area of each ceiling. Stagger abutting end joints of adjacent
panels not less than one framing member.
C. Install panels with face side out. Buff panels together for a light contact at edges and ends with
not more than 1/16 inch of open space between panels. Do not force into place.
D. Locate edge and end joints over supports. Do not place tapered edges against cut edges or
ends. Stagger vertical joints on opposite sides of partitions. Do not make joints other than
control joints at corners of framed openings.
E. Form control and expansion joints with space between edges of adjoining gypsum panels.
F. Isolate perimeter of gypsum board applied to non-load-bearing partitions at structural
abutments, except floors. Provide 1/4- to 1/2-inch- wide spaces at these locations and trim
edges with edge trim where edges of panels are exposed. Seal joints between edges and
abutting structural surfaces with sealant.
GYPSUM BOARD 092900-3
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
G. Wood Framing: Install gyps um panels over wood framing, with floating internal corner
construction. Do not attach gypsum panels across the flat grain of wide-dimension lumber,
including floor joists and headers. Float gypsum panels over these members or provide control
joints to counteract wood shrinkage.
3.3 APPLYING INTERIOR GYPSUM BOARD
A. Install interior gypsum board in the following locations:
1. Wallboard Type X Vertical surfaces unless otherwise indicated.
B, Single-Layer Application:
1. On partitions/walls, apply gypsum panels horizontally (perpendicular to framing) unless
otherwise indicated and minimize end joints.
a. Stagger abutting end joints not less than one framing member in alternate courses
of panels.
2. Fastening Methods: Apply gypsum panels to supports with steel drill screws.
3.4 INSTALLING TRIM ACCESSORIES
A. General: For trim with back flanges intended for fasteners, attach to framing with same
fasteners used for panels. Otherwise, attach trim according to manufacturers' written
instructions.
B. Control Joints: Install control joints according to ASTM C 840 and in specific locations approved
by Architect for visual effect.
C. Interior Trim: Install in the following locations:
1. Corner-bead: Use at outside corners unless otherwise indicated.
2. LC-Bead: Use at exposed panel edges.
3. L-Bead: Use where indicated or required.
3.5 FINISHING GYPSUM BOARD
A. General: Treat gypsum board joints, interior angles, edge trim, control joints, penetrations,
fastener heads, surface defects, and elsewhere as required, to prepare gypsum board surfaces
for decoration. Promptly remove residual joint compound from adjacent surfaces.
B. Pre-fill open joints and damaged surface areas.
C. Apply joint tape over gypsum board joints, except for trim products specifically indicated as not
intended to receive tape.
D. Gypsum Board Finish Levels: Finish panels to levels indicated below and according to
ASTM C 840:
1. Level 4: At panel surfaces that will be exposed to view unless otherwise indicated.
GYPSUM BOARD 092900-4
CLAILLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
3.6 PROTECTION
A. Protect adjacent surfaces from drywall compound and promptly remove from floors and other
non-drywall surfaces. Repair surfaces stained, marred, or otherwise damaged during drywall
application.
B. Protect installed products from damage from weather, condensation, direct sunlight,
construction, and other causes during remainder of the construction period.
C. Remove and replace panels that are wet, moisture damaged, and mold damaged.
1. Indications that panels are wet or moisture damaged include, but are not limited to,
discoloration, sagging, or irregular shape.
2. Indications that panels are mold damaged include, but are not limited to, fuzzy or
splotchy surface contamination and discoloration.
END OF SECTION 092900
GYPSUM BOARD 092900-5
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
SECTION 096513- RESILIENT BASE AND ACCESSORIES
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section Includes:
1. Resilient base.
2. Resilient molding accessories.
B. Related Sections:
1. Section 096516.13"Linoleum Flooring"for linoleum floor coverings.
1.3 ACTION SUBMITTALS
A. Product Data: For each type of product indicated.
B. Samples for Verification: For each type of product indicated, in manufacturer's standard-size
Samples but not less than 4 inches long, of each resilient product color, texture, and pattern
required.
C. Product Schedule: For resilient products. Use same designations indicated on Drawings.
1.4 MAINTENANCE MATERIAL SUBMITTALS
A. Furnish extra materials that match products installed and that are packaged with protective
covering for storage and identified with labels describing contents.
I. Furnish not less than 10 linear feet for every 500 linear feet or fraction thereof, of each
type, color, pattern, and size of resilient product installed.
1.5 QUALITY ASSURANCE
A. Fire-Test-Response Characteristics: As determined by testing identical products according to
ASTM E 648 or NFPA 253 by a qualified testing agency.
1. Critical Radiant Flux Classification: Class 1, not less than 0.45 W/sq. cm.
RESILIENT BASE AND ACCESSORIES 096513- 1
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
1.6 DELIVERY, STORAGE, AND HANDLING
A. Store resilient products and installation materials in dry spaces protected from the weather, with
ambient temperatures maintained within range recommended by manufacturer, but not less
than 50 deg F or more than 90 deg F.
1.7 PROJECT CONDITIONS
A. Maintain ambient temperatures within range recommended by manufacturer, but not less than
70 deg F or more than 95 deg F, in spaces to receive resilient products during the following time
periods:
1. 48 hours before installation.
2. During installation.
3. 48 hours after installation.
B. Until Substantial Completion, maintain ambient temperatures within range recommended by
manufacturer, but not less than 55 deg F or more than 95 deg F.
C. Install resilient products after other finishing operations, including painting, have been
completed.
PART 2- PRODUCTS
2.1 RESILIENT BASE RB-1
A. Resilient Base:
1. Manufacturers: Subject to compliance with requirements, available manufacturers
offering products that may be incorporated into the Work include, but are not limited to,
the following:
a. Burke Mercer Flooring Products: Division of Burke Industries, In
b. Flexco, In .
C. Roppe Corporation, US
B. Resilient Base Standard: ASTM F 1861.
1. Material Requirement: Type TS (rubber, vulcanized thermoset).
2. Manufacturing Method: Group I (solid, homogeneous).
3. Style: Cove(base with toe).
C. Minimum Thickness: 0.125 inch.
D. Height: 4 inches or 6 inches as indicated on Drawings and Room Finish Schedule.
E. Lengths: Coils in manufacturers standard length.
F. Outside Corners: Job formed.
G. Inside Corners: Job formed.
RESILIENT BASE AND ACCESSORIES 096513-2
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
H. Finish: Low luster.
1. Colors and Patterns: As indicated by manufacturer's designations in Resilient Wall Base and
Accessories Color Schedule at the end of Part 3.
2.2 RESILIENT MOLDING ACCESSORY
A. Resilient Molding Accessory:
1. Manufacturers: Subject to compliance with requirements, available manufacturers
offering products that may be incorporated into the Work include, but are not limited to,
the following:
a. Burke Mercer Flooring Products: Division of Burke Industries, In
b. Flexco, In .
C. Roppe Corporation, US
B. Description: Transition strips.
C. Material: Rubber.
D. Profile and Dimensions: As required.
E. Colors and Patterns: As indicated by manufacturers designations in Resilient Wall Base and
Accessories Color Schedule at the end of Part 3.
2.3 INSTALLATION MATERIALS
A. Trowelable Leveling and Patching Compounds: Latex-modified, Portland cement based or
blended hydraulic-cement-based formulation provided or approved by manufacturer for
applications indicated.
B. Adhesives: Water-resistant type recommended by manufacturer to suit resilient products and
substrate conditions indicated.
1. Adhesives shall have a VOC content of 50 g/L or less when calculated according to
40 CFR 59, Subpart D (EPA Method 24).
PART 3- EXECUTION
3.1 EXAMINATION
A. Examine substrates, with Installer present, for compliance with requirements for maximum
moisture content and other conditions affecting performance of the Work.
B. Verify that finishes of substrates comply with tolerances and other requirements specified in
other Sections and that substrates are free of cracks, ridges, depressions, scale, and foreign
deposits that might interfere with adhesion of resilient products.
C. Proceed with installation only after unsatisfactory conditions have been corrected.
RESILIENT BASE AND ACCESSORIES 096513-3
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
3.2 PREPARATION
A. Prepare substrates according to manufacturers written instructions to ensure adhesion of
resilient products.
B. Fill cracks, holes, and depressions in substrates with trowelable leveling and patching
compound and remove bumps and ridges to produce a uniform and smooth substrate.
C. Do not install resilient products until they are same temperature as the space where they are to
be installed.
1. Move resilient products and installation materials into spaces where they will be installed
at least 48 hours in advance of installation.
D. Sweep and vacuum clean substrates to be covered by resilient products immediately before
installation.
3.3 RESILIENT BASE INSTALLATION
A. Comply with manufacturers written instructions for installing resilient base.
B. Apply resilient base to walls, columns, pilasters, casework and cabinets in toe spaces, and
other permanent fixtures in rooms and areas where base is required.
C. Install resilient base in lengths as long as practicable without gaps at seams and with tops of
adjacent pieces aligned.
D. Tightly adhere resilient base to substrate throughout length of each piece, with base in
continuous contact with horizontal and vertical substrates.
E. Do not stretch resilient base during installation.
F. On irregular substrates, fill voids along top edge of resilient base with manufacturer's
recommended adhesive filler material.
G. Job-Formed Corners:
1. Outside Corners: Use straight pieces of maximum lengths possible. Form without
producing discoloration (whitening)at bends.
2. Inside Corners: Use straight pieces of maximum lengths possible.
3.4 RESILIENT ACCESSORY INSTALLATION
A. Comply with manufacturers written instructions for installing resilient accessories.
B. Resilient Molding Accessories: Buff to adjacent materials and tightly adhere to substrates
throughout length of each. piece. Install reducer strips at edges of carpet or resilient floor
covering that would otherwise be exposed.
3.5 CLEANING AND PROTECTION
A. Comply with manufacturers'written instructions for cleaning and protection of resilient products.
RESILIENT BASE AND ACCESSORIES 096513-4
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
B. Perform the following operations immediately after completin g resilient product installation:
1. Remove adhesive and other blemishes from exposed surfaces.
2. Sweep and vacuum surfaces thoroughly.
3. Damp-mop surfaces to remove marks and soil.
C. Protect resilient products from mars, marks, indentations, and other damage from construction
operations and placement of equipment and fixtures during remainder of construction period.
D. Cover resilient products until Substantial Completion.
3.6 RESILIENT WALL BASE AND ACCESSORIES COLOR SCHEDULE
A. RB-1: Flexco, Flextones,#038"Outer Banks".
B. Rubber Transition Strips: Flexco, Flextones,#038 "Outer Banks".
END OF SECTION 096513
RESILIENT BASE AND ACCESSORIES 096513-5
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
SECTION 096516.13- LINOLEUM FLOORING
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section Includes:
1. Linoleum floor tile and sheet flooring.
B. Related Sections:
1. Section 096513 "Resilient Base and Accessories" for resilient base, transition strips, and
other accessories installed with linoleum floor covering.
1.3 ACTION SUBMITTALS
A. Product Data: For each type of product indicated.
B. Shop Drawings: For each type of floor covering. Include floor covering layouts, locations of
seams, edges, columns, doorways, enclosing partitions, built-in furniture, cabinets, and cutouts.
1. Show details of special patterns.
C. Samples for Verification: In manufacturers standard size, but not less than 6-by-9-inch sections
of each color and pattern of floor covering required.
1. Heat-Welding Bead: Include manufacturer's standard-size Samples, but not less than 9
inches long, of each color required.
D. Heat-Welded Seam Samples: For each floor covering product and welding bead color and
pattern combination required; with seam running lengthwise and in center of 6-by-9-inch
Sample applied to rigid backing and prepared by Installer for this Project.
E. Product Schedule: For floor covering. Use same designations indicated on Drawings.
1.4 INFORMATIONAL SUBMITTALS
A. Qualification Data: For qualified Installer.
1.5 CLOSEOUT SUBMITTALS
A. Maintenance Data: For each type of floor covering to include in maintenance manuals.
LINOLEUM FLOORING 096516.13- 1
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
1.6 MAINTENANCE MATERIAL SUBMITTALS
A. Furnish extra materials that match products installed and that are packaged with protective
covering for storage and identified with labels describing contents.
1. Floor Tile: Furnish 1 box for every 50 boxes or fraction thereof, of each type, color, and
pattern of floor tile installed.
2. Sheet Flooring: Furnish not less than 10 linear feet for every 500 linear feet or fractions
thereof, in roll form and in full roll width for each color, pattern, and type of sheet flooring
installed.
1.7 QUALITY ASSURANCE
A. Installer Qualifications: A qualified installer who employs workers for this Project who are
competent in techniques required by manufacturer for floor covering installation.
1. Engage an installer who employs workers for this Project who are trained or certified by
manufacturer for installation techniques required.
B. Fire-Test-Response Characteristics: As determined by testing identical products according to
ASTM E 648 or NFPA 253 by a qualified testing agency.
1. Critical Radiant Flux Classification: Class 1, not less than 0.45 W/sq. cm.
1.8 DELIVERY, STORAGE, AND HANDLING
A. Store floor coverings and installation materials in dry spaces protected from the weather, with
ambient temperatures maintained within range recommended by manufacturer, but not less
than 65 deg F or more than 90 deg F.
1. Floor Tile: Store on flat surfaces.
2. Sheet Flooring: Store rolls upright.
1.9 PROJECT CONDITIONS
A. Maintain ambient temperatures within range recommended by manufacturer, but not less than
70 deg F or more than 95 deg F, in spaces to receive floor coverings during the following time
periods:
1. 72 hours before installation.
2. During installation.
3. 72 hours after installation.
B. Until Substantial Completion, maintain ambient temperatures within range recommended by
manufacturer, but not less than 55 deg F or more than 95 deg F.
C. Close spaces to traffic during floor covering installation.
D. Close spaces to traffic for 72 hours after floor covering installation.
E. Install floor coverings after other finishing operations, including painting, have been completed.
LINOLEUM FLOORING 096516.13-2
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
PART 2-PRODUCTS
2.1 MANUFACTURERS
A. Products: Subject to compliance with requirements, available products that may be
incorporated into the Work include, but are not limited to, the following:
1. Forbo Flooring, Inc.; Marmoleurn Composition Tile"MCT"and Marmoleurn "Real".
2. Architect accepted equal.
2.2 LINOLEUM FLOOR COVERING LIN-1 AND LIN-2
A. Floor Tile: ASTM F 2195, Type 1, linoleum floor tile with fibrous backing.
1. Nominal Floor Tile Size: Manufacturer's standard.
B. Sheet Flooring: ASTM F 2034, Type 1, linoleum sheet with backing.
1. Roll Size: In manufacturer's standard length by not less than 78 inches wide.
C. Seaming Method: Standard and heat welded.
D. Thickness: 0.08 inch and 0.10 inch.
E. Colors and Patterns: As indicated by manufacturer's designations in the Linoleum Floor
Coverings Color Schedule at the End of Part 3.
2.3 INSTALLATION MATERIALS
A. Trowelable Leveling and Patching Compounds: Latex-modified, Portland cement based or
blended hydraulic-cement-based formulation provided or approved by manufacturer for
applications indicated.
B. Adhesives: Water-resistant type recommended by manufacturer to suit products and substrate
conditions indicated.
1. Adhesives shall have a VOC content of not more than 50 g/L when calculated according
to 40 CFR 59, Subpart D (EPA Method 24).
C. Heat-Welding Bead: Solid-strand product of linoleum floor covering manufacturer.
1. Color: As indicated by manufacturer's designation in the Linoleum floor Coverings Color
Schedule at the End of Part 3.
D. Integral-Flash-Cove-Base Accessories:
1. Cove Strip: 1-inch radius provided or approved by manufacturer.
2. Cove-Base Cap Strip: Square metal cap provided or approved by manufacturer.
E. Floor Polish: Provide protective liquid floor polish products as recommended by manufacturer.
LINOLEUM FLOORING 096516.13-3
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
PART 3- EXECUTION
3.1 EXAMINATION
A. Examine substrates, with Installer present, for compliance with requirements for maximum
moisture content and other conditions affecting performance of the Work.
B. Verify that finishes of substrates comply with tolerances and other requirements specified in
other Sections and that substrates are free of cracks, ridges, depressions, scale, and foreign
deposits that might interfere with adhesion of floor coverings.
C. Proceed with installation only after unsatisfactory conditions have been corrected.
3.2 PREPARATION
A. Prepare substrates according to manufacturer's written instructions to ensure adhesion of floor
coverings.
B. Concrete Substrates: Prepare according to ASTM F 710.
1. Verify that substrates are dry and free of curing compounds, sealers, and hardeners.
2. Remove substrate coatings and other substances that are incompatible with floor
covering adhesives and that contain soap, wax, oil, or silicone, using mechanical
methods recommended by manufacturer. Do not use solvents.
3. Alkalinity and Adhesion Testing: Perform tests recommended by manufacturer. Proceed
with installation only after substrates pass testing.
4. Moisture Testing: Perform tests recommended by manufacturer and as follows. Proceed
with installation only after substrates pass testing.
a. Perform anhydrous calcium chloride test, ASTM F 1869. Proceed with installation
only after substrates have maximum moisture-vapor-emission rate of 3 lb of
water/1 000 sq.ft. in 24 hours.
b. Perform relative humidity test using in situ probes, ASTM F 2170. Proceed with
installation only after substrates have maximum 75 percent relative humidity level
measurement.
C. Fill cracks, holes, and depressions in substrates with trowelable leveling and patching
compound and remove bumps and ridges to produce a uniform and smooth substrate.
D. Do not install floor coverings until they are same temperature as space where they are to be
installed.
1. Move floor coverings and installation materials into spaces where they will be installed at
least 72 hours in advance of installation.
E. Sweep and vacuum clean substrates to be covered by floor coverings immediately before
installation.
3.3 INSTALLATION, GENERAL
A. Comply with manufacturers written instructions for installing floor coverings.
LINOLEUM FLOORING 096516.13-4
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
B. Scribe and cut floor coverings to butt neatly and tightly to vertical surfaces, permanent fixtures,
and built-in furniture including cabinets, pipes, outlets, edgings, thresholds, and nosings.
C. Extend floor coverings into toe spaces, door reveals, closets, and similar openings.
D. Maintain reference markers, holes, or openings that are in place or marked for future cutting by
repeating on floor coverings as marked on subfloor. Use chalk or other nonpermanent-marking
device.
E. Install floor coverings on covers for telephone and electrical ducts and similar items in finished
floor areas. Maintain overall continuity of color and pattern between pieces of floor covering
installed on covers and adjoining floor covering. Tightly adhere floor-covering edges to
substrates that abut covers and to cover perimeters.
F. Adhere floor coverings to substrates using a full spread of adhesive applied to substrate to
produce a completed installation without open cracks, voids, raising and puckering at joints,
telegraphing of adhesive spreader marks, and other surface imperfections.
G. Heat-Welded Seams: Comply with ASTM F 1516. Rout joints and use welding bead to
permanently fuse sections into a seamless floor covering. Prepare, weld, and finish seams to
produce surfaces flush with adjoining floor covering surfaces.
3.4 LINOLEUM FLOOR TILE INSTALLATION
A. Lay out floor tiles from center marks established with principal walls, discounting minor offsets,
so floor tiles at opposite edges of room are of equal width.
1. Lay floor tiles square with room axis in pattern indicated.
B. Match floor tiles for color and pattern by selecting tiles from cartons in same sequence as
manufactured and packaged, if so numbered. Discard broken, cracked, chipped, or deformed
floor tiles.
1. Lay floor tiles with grain direction alternating in adjacent floor tiles (basket-weave pattern)
in pattern of colors and sizes indicated.
3.5 LINOLEUM SHEET FLOORING INSTALLATION
A. Unroll sheet floorings and allow them to stabilize before cutting and fitting.
B. Lay out sheet floorings as follows:
1. Maintain uniformity of floor covering direction.
2. Minimize number of seams; place seams in inconspicuous and low-traffic areas, at least
6 inches away from parallel joints in floor covering substrates.
3. Match edges of floor coverings for color shading at seams.
4. Avoid cross seams.
5. Eliminate deformations that result from hanging method used during drying process
(stove bar marks).
C. Integral-Flash-Cove Base: Cove linoleum floor covering 6 inches up vertical surfaces. Support
floor covering at horizontal and vertical junction with cove strip. Butt at top against cap strip.
LINOLEUM FLOORING 096516.13-5
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
3.6 CLEANING AND PROTECTION
A. Comply with manufacturers written instructions for cleaning and protection of floor coverings.
B. Perform the following operations immediately after completing floor covering installation:
1. Remove adhesive and other blemishes from exposed surfaces.
2. Sweep and vacuum surfaces thoroughly.
3. Damp-mop surfaces to remove marks and soil.
4. Do not wash floor coverings until after time period recommended by manufacturer.
C. Protect floor coverings from mars, marks, indentations, and other damage from construction
operations and placement of equipment and fixtures during remainder of construction period.
D. Floor Polish: Remove soil, visible adhesive, and surface blemishes from floor coverings before
applying liquid floor polish.
1. Seal linoleum as recommended by manufacturer.
2. Use commercially available product acceptable to manufacturer.
3. Coordinate selection of floor polish with Owner's maintenance service.
E. After allowing drying room film (yellow film caused by linseed oil oxidation) to disappear, cover
floor coverings until Substantial Completion.
3.7 LINOLEUM FLOOR COVERINGS COLOR SCHEDULE
A. Linoleum Floor Tile colors are to match as follows:
1. LIN-1A: Marmoleurn Composition Tile"MCT with Topshield,#621, "Dove Grey".
2. LIN-1 B: Marmoleurn Composition Tile"MCT with Topshield,#793, "Cotswold".
3. LI N-1 C: Marmoleum Composition Tile"MCT with Topshield, #3235, "Tobacco Leaf'.
B" Linoleum Sheet Flooring color is to match as follows:
1. LIN-2A: Marmoleurn"Real"#262 1, "Dove Grey".
C. Heat Welding Bead color is to match Marmoleum "Real"#2621, "Dove Grey".
END OF SECTION 096516.13
LINOLEUM FLOORING 096516.13-6
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
SECTION 096813-TILE CARPETING
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section includes modular,tufted carpet tile.
B. Related Requirements:
1. Section 024119"Selective Structure Demolition"for removing existing floor coverings.
2. Section 096513 "Resilient Base and Accessories" for resilient wall base and accessories
installed with carpet tile.
3. Section 096516.13"Linoleum Flooring"for floor finishes installed adjacent to carpet tile.
4. Section 124813 "Entrance Floor Mats and Frames" for floor finishes installed adjacent to
carpet tile.
1.3 ACTION SUBMITTALS
A. Product Data: For each type of product.
1. Include manufacturers written data on physical characteristics, durability, and fade
resistance.
2. Include installation recommendations for each type of substrate.
B. Shop Drawings: Show the following:
1. Columns, doorways, enclosing walls or partitions, built-in cabinets, and locations where
cutouts are required in carpet tiles.
2. Carpet tile type, color, and dye lot.
3. Type of subfloor.
4. Type of installation.
5. Pattern of installation.
6. Type, color, and location of edge, transition, and other accessory strips.
7. Transition details to other flooring materials.
C. Samples: For each of the following products and for each color and texture required. Label
each Sample with manufacturer's name, material description, color, pattern, and designation
indicated on Drawings and in schedules.
1. Carpet Tile: Full-size Sample.
2. Exposed Edge, Transition, and Other Accessory Stripping: 6-inch-long Samples.
D. Product Schedule: For carpet tile. Use same designations indicated on Drawings.
TILE CARPETING 096813- 1
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
1.4 INFORMATIONAL SUBMITTALS
A. Qualification Data: For Installer.
B. Product Test Reports: For carpet tile,for tests performed by a qualified testing agency.
C. Sample Warranty: For special warranty.
1.5 CLOSEOUT SUBMITTALS
A. Maintenance Data: For carpet tiles to include in maintenance manuals. Include the following:
1. Methods for maintaining carpet tile, including cleaning and stain-removal products and
procedures and manufacturer's recommended maintenance schedule.
2. Precautions for cleaning materials and methods that could be detrimental to carpet tile.
1.6 MAINTENANCE MATERIAL SUBMITTALS
A. Furnish extra materials, from the same product run, that match products installed and that are
packaged with protective covering for storage and identified with labels describing contents.
1. Carpet Tile: Full-size units equal to 5 percent of amount installed for each type indicated,
but not less than 10 sq. yd.
1.7 QUALITY ASSURANCE
A. Installer Qualifications: An experienced installer who is certified by the International Certified
Floor-covering Installers Association.
B. Fire-Test-Response Ratings: Where indicated, provide carpet tile identical to those of
assemblies tested for fire response according to NFPA 253 by a qualified testing agency.
1.8 DELIVERY, STORAGE, AND HANDLING
A. Comply with CRI 104.
1.9 FIELD CONDITIONS
A. Comply with CRI 104 for temperature, humidity, and ventilation limitations.
B. Environmental Limitations: Do not deliver or install carpet tiles until spaces are enclosed and
weather-tight, wet work in spaces is complete and dry, and ambient temperature and humidity
conditions are maintained at occupancy levels during the remainder of the construction period.
C. Do not install carpet tiles over concrete slabs until slabs have cured and are sufficiently dry to
bond with adhesive and concrete slabs have pH range recommended by carpet tile
manufacturer.
D. Where demountable partitions or other items are indicated for installation on top of carpet tiles,
install carpet tiles before installing these items.
TILE CARPETING 096813-2
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
1.10 WARRANTY
A. Special Warranty for Carpet Tiles: Manufacturer agrees to repair or replace components of
carpet tile installation that fail in materials or workmanship within specified warranty period.
1. Warranty does not include deterioration or failure of carpet tile due to unusual traffic,
failure of substrate, vandalism, or abuse.
2. Failures include, but are not limited to, more than 10 percent edge raveling, snags, runs,
dimensional stability, excess static discharge, loss of tuft bind strength, loss of face fiber,
and delamination.
3. Warranty Period: 10 years from date of Substantial Completion.
PART 2- PRODUCTS
2.1 CARPET TILE
A. Basis-of-Design Product: Subject to compliance with requirements, provide Shaw Contract
Group, #59359, "Kinetic"Modular Carpet Tile or comparable product by one of the following:
1. Interface FLOR, LLC.
2. Architect accepted equal.
B. Color: As indicated by Manufacturer's designations in the Tile Carpeting Color Schedule at the
end of Part 3.
2.2 INSTALLATION ACCESSORIES
A. Trowelable Leveling and Patching Compounds: Latex-modified, hydraulic-cement-based
formulation provided or recommended by carpet tile manufacturer.
B. Adhesives: Water-resistant, mildew-resistant, non-staining, pressure-sensitive type to suit
products and subfloor conditions indicated, that complies with flammability requirements for
installed carpet tile and is recommended by carpet tile manufacturer for releasable installation.
1. Adhesives shall have a VOC content of 50 g/L or less when calculated according to
40 CFR 59, Subpart D(EPA Method 24).
C. Metal Edge/Transition Strips: Extruded aluminum with mill finish of profile and width shown, of
height required to protect exposed edge of carpet, and of maximum lengths to minimize running
joints.
PART 3- EXECUTION
3.1 EXAMINATION
A. Examine substrates, areas, and conditions, with Installer present, for compliance with
requirements for maximum moisture content, alkalinity range, installation tolerances, and other
conditions affecting carpet tile performance. Examine carpet tile for type, color, pattern, and
potential defects.
TILE CARPETING 096813-3
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
B. Concrete Subfloors: Verify that concrete slabs comply with ASTM F 710 and the following:
1 Slab substrates are dry and free of curing compounds, sealers, hardeners, and other
materials that may interfere with adhesive bond. Determine adhesion and dryness
characteristics by performing bond and moisture tests recommended by carpet tile
manufacturer.
2. Subfloors are free of cracks, ridges, depressions, scale, and foreign deposits.
C. Proceed with installation only after unsatisfactory conditions have been corrected.
3.2 PREPARATION
A. General: Comply with CRI 104, Section 6.2, "Site Conditions; Floor Preparation," and with
carpet tile manufacturers written installation instructions for preparing substrates indicated to
receive carpet tile installation.
B. Use trowelable leveling and patching compounds, according to manufacturer's written
instructions, to fill cracks, holes, depressions, and protrusions in substrates. Fill or level cracks,
holes and depressions 1/8 inch wide or wider and protrusions more than 1/32 inch unless more
stringent requirements are required by manufacturer's written instructions.
C. Remove coatings, including curing compounds, and other substances that are incompatible with
adhesives and that contain soap, wax, oil, or silicone, without using solvents. Use mechanical
methods recommended in writing by carpet tile manufacturer.
D, Broom and vacuum clean substrates to be covered immediately before installing carpet tile,
3.3 INSTALLATION
A. General: Comply with CRI 104, Section 14, "Carpet Modules," and with carpet tile
manufacturers written installation instructions.
B. Installation Method: Glue down; install every tile with full-spread, releasable, pressure-sensitive
adhesive.
C. Maintain dye lot integrity. Do not mix dye lots in same area.
D. Cut and fit carpet tile to buff tightly to vertical surfaces, permanent fixtures, and built-in furniture
including cabinets, pipes, outlets, edgings, thresholds, and nosings. Bind or seal cut edges as
recommended by carpet tile manufacturer.
E. Extend carpet tile into toe spaces, door reveals, closets, open-bottomed obstructions,
removable flanges, alcoves, and similar openings.
F. Maintain reference markers, holes, and openings that are in place or marked for future cuffing
by repeating on finish flooring as marked on subfloor. Use nonpermanent, non-staining marking
device.
G. Install carpet tiles parallel to walls and borders.
TILE CARPETING 096813-4
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
3.4 CLEANING AND PROTECTION
A. Perform the following operations immediately after installing carpet tile:
1. Remove excess adhesive, seam sealer, and other surface blemishes using cleaner
recommended by carpet tile manufacturer.
2. Remove yarns that protrude from carpet tile surface.
3. Vacuum carpet tile using commercial machine with face-beater element.
B. Protect installed carpet tile to comply with CRI 104, Section 16, "Protecting Indoor Installations."
C. Protect carpet tile against damage from construction operations and placement of equipment
and fixtures during the remainder of construction period. Use protection methods indicated or
recommended in writing by carpet tile manufacturer.
3.5 TILE CARPETING COLOR SCHEDULE
A. CPT-1: Shaw Contract Group,#59359, "Kinetic", #58335, "Urban Jungle", Modular Carpet Tile.
END OF SECTION 096813
TILE CARPETING 096813-5
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
SECTION 099100- PAINTING
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary Condi-
tions and Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes surface preparation and field painting of the following:
1. Exposed exterior items and surfaces.
2. Exposed interior items and surfaces.
3. Surface preparation, priming, and finish coats specified in this Section are in addition to
shop priming and surface treatment specified in other Sections.
B. Paint exposed surfaces, except where the paint schedules indicate that a surface or material is
not to be painted or is to remain natural. If the paint schedules do not specifically mention an
item or a surface, paint the item or surface the same as similar adjacent materials or surfaces
whether or not schedules indicate colors. If the schedules do not indicate color or finish, the Ar-
chitect will select from standard colors and finishes available.
1. Painting includes field painting of exposed bare and covered pipes and ducts (including
color coding), hangers, exposed steel and ironwork, and primed metal surfaces of me-
chanical and electrical equipment.
C. Do not paint pre-finished items, concealed surfaces, finished metal surfaces, operating parts,
and labels.
D. Related Sections include the following:
1. Section 055000 "Metal Fabrications"for shop priming ferrous metal.
2. Section 062013"Exterior Finish Carpentry"for shop priming exterior finish carpentry.
3. Section 092900"Gypsum Board"for surface preparation for gypsum board.
4. Division 22"Plumbing"for painting of mechanical work specified in Plumbing Sections.
1.3 DEFINITIONS
A. General: Standard coating terms defined in ASTM D 16 apply to this Section.
1. Flat refers to a lusterless or matte finish with a gloss range below 15 when measured at
an 85-degree meter.
2. Eggshell refers to low-sheen finish with a gloss range between 5 and 20 when measured
at a 60-degree meter.
3. Satin refers to low-sheen finish with a gloss range between 15 and 35 when measured at
a 60-degree meter.
4. Semi-gloss refers to medium-sheen finish with a gloss range between 30 and 65 when
PAINTING measured at a 60-degree meter. 099100- 1
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
5. Full gloss refers to high-sheen finish with a gloss range more than 65 when measured at
a 60-degree meter.
1.4 SUBMITTALS
A. Product Data: For each paint system specified, include primers.
1. Material List: Provide an inclusive list of required coating materials. Indicate each mate-
rial and cross-reference specific coating, finish system, and application. Identify each
material by manufacturer's catalog number and general classification.
2. Manufacturer's Information: Provide manufacturer's technical information, including label
analysis and instructions for handling, storing, and applying each coating material pro-
posed for use.
3. Certification.by the manufacturer that products supplied comply with local regulations
controlling use of volatile organic compounds (VOCs).
B. Samples for Verification: Of each color and material to be applied, with texture to simulate ac-
tual conditions, on representative Samples of the actual substrate.
1. Provide stepped Samples, defining each separate coat, including primers. Use represen-
tative colors when preparing Samples for review. Resubmit until required sheen, color
and texture, are achieved.
2. Provide a list of materials and applications for each coat of each sample. Label each
sample for location and application.
3. Submit Samples on the following substrates for the Architect's review of color and texture
only:
a. Stained or Natural Wood: Provide two 4-by-8-inch samples of natural- or stained-
wood finish on actual wood surfaces.
C. Qualification Data: For firms and persons specified in the "Quality Assurance"Article to demon-
strate their capabilities and experience. Include lists of completed projects with project names
and addresses, names and addresses of Architects and Owners, and other information speci-
fied.
1.5 QUALITY ASSURANCE
A. Applicator Qualifications: Engage an experienced applicator who has completed painting sys-
tem applications similar in material and extent to that indicated for this Project with a record of
successful in-service performance.
B. Source Limitations: Obtain primers and undercoat materials for each coating system from the
same manufacturer as the finish coats.
1.6 DELIVERY, STORAGE, AND HANDLING
A. Deliver materials to the Project Site in manufacturer's original, unopened packages and con-
tainers bearing manufacturers name and label, and the following information:
1. Product name or title of material.
2. Product description (generic classification or binder type).
3. Manufacturer's stock number and date of manufacture.
PAINTING 099100-2
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
4. Contents by volume, for pigment and vehicle constituents.
5. Thinning instructions.
6. Application instructions.
7. Color name and number.
8. VOC content.
B. Store materials not in use in tightly covered containers in a well-ventilated area at a minimum
ambient temperature of 45 deg F. Maintain containers used in storage in a clean condition, free
of foreign materials and residue.
1. Protect from freezing. Keep storage area neat and orderly. Remove oily rags and waste
daily. Take necessary measures to ensure that workers and work areas are protected
from fire and health hazards resulting from handling, mixing, and application.
1.7 PROJECT CONDITIONS
A. Apply water-based paints only when the temperature of surfaces to be painted and surrounding
air temperatures are between 50 and 90 deg F.
B. Apply solvent-thinned paints only when the temperature of surfaces to be painted and surround-
ing air temperatures are between 45 and 95 deg F.
C. Do not apply paint in snow, rain, fog, or mist; or when the relative humidity exceeds 85 percent;
or at temperatures less than 5 deg F above the dew point; or to damp or wet surfaces.
1. Painting may continue during inclement weather if surfaces and areas to be painted are
enclosed and heated within temperature limits specified by manufacturer during applica-
tion and drying periods.
1.8 EXTRA MATERIALS
A, Furnish extra paint materials from the same production run as the materials applied in the quan-
tities described below. Package, paint materials in un-opened, factory-sealed containers for
storage and identify with labels describing contents. Deliver extra materials to the Owner.
1. Quantity: Furnish the Owner with an additional 5 percent, but not less than 1 gal. or 1
case, as appropriate, of each material and color applied.
PART 2- PRODUCTS
2.1 MANUFACTURERS
A. Available Products: Subject to compliance with requirements, products that may be incorpo-
rated into the Work include, but are not limited to, products listed in the paint schedules.
B. Manufacturers Names: The following manufacturers are referred to in the paint schedules by
use of shortened versions of their names,which are shown in parentheses:
1. Benjamin Moore&Co. (Moore).
2. Devoe& Raynolds Co. (Devoe).
3. Fuller O'Brien Paints (Fuller).
PAINTING 099100-3
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
4. Glidden Co. (The) (Glidden).
5. Miller Paint Company(Miller).
6. PPG Industries, Inc. (PPG).
7. Pratt& Lambert, Inc. (P & L).
8. Sherwin-Williams Co. (S-W).
2.2 PAINT MATERIALS, GENERA L
A. Material Compatibility: Provide primers, undercoats, and finish-coat materials that are compati-
ble with one another and the substrates indicated under conditions of service and application,
as demonstrated by manufacturer based on testing and field experience.
B. Material Quality: Provide manufacturer's best-quality paint material of the various coating types
specified. Paint-material containers not displaying manufacturer's product identification will not
be acceptable.
1. Proprietary Names: Use of manufacturer's proprietary product names to designate colors
or materials is not intended to imply that products named are required to be used to the
exclusion of equivalent products of other manufacturers. Furnish manufacturers material
data and certificates of performance for proposed substitutions.
C. Colors: Match colors indicated by reference to manufacturers color designations in the Painting
Color Schedule at the end of Part 3.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine substrates, areas, and conditions, with the Applicator present, under which painting
will be performed for compliance with paint application requirements.
1. Do not begin to apply paint until unsatisfactory conditions have been corrected and sur-
faces receiving paint are thoroughly dry.
2. Start of painting will be construed as the Applicator's acceptance of surfaces and condi-
tions within a particular area.
B. Coordination of Work: Review other Sections in which primers are provided to ensure compati-
bility of the total system for various substrates. On request, furnish information on characteris-
tics of finish materials to ensure use of compatible primers.
1. Notify the Architect about anticipated problems using the materials specified over sub-
strates primed by others.
3.2 PREPARATION
A. General: Remove hardware and hardware accessories, plates, machined surfaces, lighting fix-
tures, and similar items already installed that are not to be painted. If removal is impractical or
impossible because of the size or weight of the item, provide surface-applied protection before
surface preparation and painting.
PAINTING 099100-4
CLAILLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
1 After completing painting operations in each space or area, reinstall items removed using
workers skilled in the trades involved.
B. Cleaning: Before applying paint or other surface treatments, clean the substrates of substances
that could impair the bond of the various coatings. Remove oil and grease before cleaning.
1. Schedule cleaning and painting so dust and other contaminants from the cleaning proc-
ess will not fall on wet, newly painted surfaces.
C. Surface Preparation: Clean and prepare surfaces to be painted according to manufacturers writ-
ten instructions for each particular substrate condition and as specified.
1. Provide barrier coats over incompatible primers or remove and re-prime.
2. Wood: Clean surfaces of dirt, oil, and other foreign substances with scrapers, mineral
spirits, and sandpaper, as required. Sand surfaces exposed to view smooth and dust off.
a. Scrape and clean small, dry, seasoned knots, and apply a thin coat of white shel-
lac or other recommended knot sealer before applying primer. After priming, fill
holes and imperfections in finish surfaces with putty or plastic wood filler. Sand
smooth when dried.
b. Prime, stain, or seal wood to be painted immediately on delivery. Prime edges,
ends, faces, undersides, and backsides of wood, including cabinets, counters,
cases, and paneling.
C. When transparent finish is required, back-prime with spar varnish.
d. Back-prime paneling on interior partitions where masonry, plaster, or other wet wall
construction occurs on backside.
e. Seal tops, bottoms, and cutouts of unprimed wood doors with a heavy coat of var-
nish or sealer immediately on delivery.
3. Ferrous Metals: Clean un-galvanized ferrous-metal surfaces exposed to view that have
not been shop coated; remove oil, grease, dirt, loose mill scale, and other foreign sub-
stances. Use solvent or mechanical cleaning methods that comply with the Steel Struc-
tures Painting Council's (SSPC) recommendations.
a. Blast steel surfaces clean as recommended by paint system manufacturer and ac-
cording to requirements of SSPC-SP 10.
b. Treat bare and sandblasted or pickled clean. metal with a metal treatment wash
coat before priming.
C. Touch up bare areas and shop-applied prime coats that have been damaged.
Wire-brush, clean with solvents recommended by paint manufacturer, and touch
up with the same primer as the shop coat.
D. Materials Preparation: Mix and prepare paint materials according to manufacturer's written in-
structions.
1. Maintain containers used in mixing and applying paint in a clean condition, free of foreign
materials and residue.
2. Stir material before application to produce a mixture of uniform density. Stir as required
during application. Do not stir surface film into material. If necessary, remove surface
film and strain material before using.
3. Use only thinners approved by paint manufacturer and only within recommended limits.
E. Tinting: Tint each under-coat, a lighter shade to simplify identification of each coat when multi-
ple coats of the same material are applied. Tint undercoats to match the color of the finish coat,
but provide sufficient differences in shade of undercoats to distinguish each separate coat.
PAINTING 099100- 5
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
3.3 APPLICATION
A. General: Apply paint according to manufacturers written instructions. Use applicators and
techniques best suited for substrate and type of material being applied.
1. Paint colors, surface treatments, and finishes are indicated in the schedules.
2. Do not paint over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions detri-
mental to formation of a durable paint film.
3. Provide finish coats that are compatible with primers used.
4. The term "exposed surfaces" includes areas visible when permanent or built-in fixtures,
convector covers, covers for finned-tube radiation, grilles, and similar components are in
place. Extend coatings in these areas, as required, to maintain the system integrity and
provide desired protection.
5. Paint surfaces behind movable equipment and furniture the same as similar exposed sur-
faces. Before the final installation of equipment, paint surfaces behind permanently fixed
equipment or furniture with prime coat only.
6. Paint interior surfaces of ducts with a flat, non�specular black paint where visible through
registers or grilles.
7. Paint backside of access panels and removable or hinged covers to match exposed sur-
faces.
8. Finish exterior doors on tops, bottoms, side edges, and interior faces the same as exte-
rior faces.
9. Sand lightly between each succeeding enamel or varnish coat.
B. Scheduling Painting: Apply first coat to surfaces that have been cleaned, pretreated, or other-
wise prepared for painting as soon as practicable after preparation and before subsequent sur-
face deterioration.
1. The number of coats and the film thickness required are the same regardless of applica-
tion method. Do not apply succeeding coats until the previous coat has cured as recom-
mended by the manufacturer. If sanding is required to produce a smooth, even surface
according to manufacturer's written instructions and sand between applications.
2. Omit primer on metal surfaces that have been shop primed and touchup painted.
3. If undercoats, stains, or other conditions show through final coat of paint, apply additional
coats until paint film is of uniform finish, color, and appearance. Give special attention to
ensure edges, corners, crevices, welds, and exposed fasteners receive a dry film thick-
ness equivalent to that of flat surfaces.
4. Allow sufficient time between successive coats to permit proper drying. Do not re-coat
surfaces until paint has dried to where it feels firm, does not deform or feel sticky under
moderate thumb pressure, and where application of another coat of paint does not cause
the undercoat to lift or lose adhesion.
C. Application Procedures: Apply paints and coatings by brush, roller, spray, or other applicators
according to manufacturer's written instructions.
1. Brushes: Use brushes best suited for the type of material applied. Use brush of appro-
priate size for the surface or item being painted.
2. Rollers: Use rollers of carpet, velvet back, or high-pile sheep's wool as recommended by
the manufacturer for the material and texture required.
3. Spray Equipment: Use airless spray equipment with orifice size as recommended by the
manufacturer for the material and texture required.
D. Minimum Coating Thickness: Apply paint materials no thinner than manufacturer's recom-
mended spreading rate. Provide the total dry film thickness of the entire system as recom-
mended by the manufacturer.
PAINTING 099100-6
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
E. Mechanical and Electrical Work: Painting of mechanical and electrical work is limited to items
exposed in equipment rooms and in occupied spaces.
F. Prime Coats: Before applying finish coats, apply a prime coat of material, as recommended by
the manufacturer, to material that is required to be painted or finished and that has not been
prime'CoOtOd"by others. Re-coat primed and sealed surfaces where evidence of suction spots
or unsealed areas in first coat appears, to ensure a finish coat with no burn through or other de-
fects due to insufficient sealing.
G. Pigmented (Opaque) Finishes: Completely cover surfaces as necessary to provide a smooth,
opaque surface of uniform finish, color, appearance, and coverage. Cloudiness, spotting, holi-
days, laps, brush marks, runs, sags, ropiness, or other surface imperfections will not be accept-
able.
H. Transparent(Clear) Finishes: Use multiple coats to produce a glass-smooth surface film of even
luster. Provide a finish free of laps, runs, cloudiness, color irregularity, brush marks, orange
peel, nail holes, or other surface imperfections.
1. Completed Work: Match approved samples for color, texture, and coverage. Remove, refinish,
or repaint work not complying with requirements.
3.4 FIELD QUALITY CONTROL
A. The Owner reserves the right to invoke the following test procedure at any time and as often as
the Owner deems necessary during the period when paint is being applied:
1. The Owner will engage the services of an independent testing agency to sample the paint
material being used. Samples of material delivered to the Project will be taken, identified,
sealed, and certified in the presence of the Contractor.
2. The testing agency will perform appropriate tests for the following characteristics as re-
quired by the Owner:
a. Quantitative material analysis.
b. Abrasion resistance.
C. Apparent reflectivity.
d. Flexibility.
e. Washability.
f. Absorption.
g. Accelerated weathering.
h. Dry opacity.
i. Accelerated yellowness.
j. Re-coating.
k. Skinning.
1. Color retention.
M. Alkali and mildew resistance.
3. The Owner may direct the Contractor to stop painting if test results show material being
used does not comply with specified requirements. The Contractor shall remove non-
complying paint from the site, pay for testing, and repaint surfaces previously coated with
the rejected paint. If necessary, the Contractor may be required to remove rejected paint
from previously painted surfaces if, on repainting with specified paint, the 2 coatings are
incompatible.
PAINTING 099100-7
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
3.5 CLEANING
A. Cleanup: At the end of each workday, remove empty cans, rags, rubbish, and other discarded
paint materials from the site.
1. After completing painting, clean glass and paint-spattered surfaces. Remove spattered
paint by washing and scraping. Be careful not to scratch or damage adjacent finished
surfaces.
3.6 PROTECTION
A. Protect work of other trades,whether being painted or not, against damage by painting. Correct
damage by cleaning, repairing or replacing, and repainting, as approved by Architect.
B. Provide "Wet Paint" signs to protect newly painted finishes. Remove temporary protective
wrappings provided by others to protect their work after completing painting operations.
1. At completion of construction activities of other trades, touch up and restore damaged or
defaced painted surfaces. Comply with procedures specified in PDCA P1.
3.7 EXTERIOR PAINT SCHEDULE
A. Smooth Wood: Provide the following finish systems over smooth wood siding and other
smooth, exterior wood surfaces:
1. Semi-gloss, Acrylic-Enamel Finish: 2 finish coats over a primer.
a. Primer: Exterior, alkyd or latex, wood primer, as recommended by the manufac-
turer for this substrate, applied at spreading rate recommended by the manufac-
turer to achieve a total dry film thickness of not less than 1.5 mils.
1) PPG: 72-1 Sun-Proof Exterior House&Trim Wood Primer Flat—Latex.
2) P& L: S/D 1002 Suprime"2" Exterior Latex Wood Primer.
b. First and Second Coats: Semi-gloss, waterborne, exterior, acrylic enamel applied
at spreading rate recommended by the manufacturer to achieve a total dry film
thickness of not less than 2.4 mils.
1) PPG: 78 Line Sun-Proof Semi-Gloss Acrylic Latex House and Trim Paint.
2) P & L:Z/F 3100 Series Aqua Royal Latex House&Trim Finish.
3.8 INTERIOR PAINT SCHEDULE
A. Gypsum Board: Provide the following finish systems over interior gypsum board surfaces:
1. Low-Luster, Acrylic-Enamel Finish: 2 finish coats over a primer.
a. Primer: Latex-based, interior primer applied at spreading rate recommended by
the manufacturer to achieve a total dry film thickness of not less than 1.2 mils.
1) PPG: 17-10 Quick-Drying Interior Latex Primer-Sealer.
PAINTING 2) P & L: Z/F 1004 Suprime"4" Interior Latex Wall Primer. 099100-8
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
b. First and Second Coats: Low-luster (eggshell or satin), acrylic-latex, interior
enamel applied at spreading rate recommended by the manufacturer to achieve a
total dry film thickness of not less than 2.8 mils.
1) PPG: 89 Line Manor Hall Eggshell Latex Wall and Trim Enamel.
2) P & L: Z/F 4000 Series Accolade Interior Velvet.
2. Semi-gloss, Water borne Epoxy Finish: 2 finish coats over a primer.
a. Primer: Alkali-resistant, alkyd-or latex-based, interior primer, as recommended by
the manufacturer for this substrate, applied at spreading rate recommended by the
manufacturer to achieve a total dry film thickness of not less than 1.2 mils.
1) Miller: 6040, 100 percent acrylic, penetrating pigmented primer-sealer.
2) PPG: 6-603 Speedhide Interior/Exterior Acrylic Latex Alkali Resistant
Primer.
3) P & L: Z/F 1001 Suprime"'I" 100 Percent Acrylic Multi-Purpose Primer.
b. First and Second Coats: Semi-gloss, waterborne epoxy applied at spreading rate
recommended by the manufacturer to achieve a total dry film thickness of not less
than 2.6 mils.
1) Miller: 4200 Waterborne Epoxy Coating.
2) PPG:Aquapon 35 Polyamide—Epoxy Coating.
3) PPG: Pift-Glaze WB Water-Borne Acrylic Epoxy.
B. Stained Woodwork: Provide the following stained finishes over new, interior woodwork:
1. Waterborne, Satin-Varnish Finish: 2 finish coats of a waterborne, clear-satin varnish over
a sealer coat and a waterborne, interior wood stain. Wipe wood filler before applying
stain.
a. Filler Coat: Paste-wood filler applied at spreading rate recommended by the manu-
facturer.
1) Miller: None required.
2) PPG: None required.
3) P &L: None required.
b. Stain Coat: Waterborne, interior wood stain applied at spreading rate recom-
mended by the manufacturer.
1) Miller: 1228 Acri-Clear Stain.
2) PPG:44 Series Olympic Water Based Stain.
3) P &L:Z 197 Acrylic Latex Stain Interior.
C. Sealer Coat: Clear sanding sealer applied at spreading rate recommended by the
manufacturer.
1) Miller: 1220 Acri-Clear Sanding Sealer.
2) PPG: None required.
3) P &L: Z 7520 Latex Sanding Sealer.
d. First and Second Finish Coats: Waterborne, varnish finish applied at spreading
PAINTING rate recommended by the manufacturer. 099100- 9
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
1) Miller: 1225 Acri-Clear Satin Polyurethane.
2) PPG: 77-49 Rez Satin Acrylic Clear Polyurethane.
3) P & L: Z 17 Acrylic Latex Varnish, Satin.
C. Natural-Finish Woodwork: Provide the following natural finishes over new, interior woodwork:
1. Waterborne, Satin-Vamish Finish: 2 finish coats of a waterborne, clear-satin varnish over
a sanding sealer. Wipe wood filler before applying stain.
a. Filler Coat: Paste-wood filler applied at spreading rate recommended by the manu-
facturer.
1) Miller: None required.
2) PPG: None required.
3) P & L: None required.
b. Stain Coat: Waterborne, interior wood stain applied at spreading rate recom-
mended by the manufacturer.
1) Miller: 1228 Acri-Clear Stain.
2) PPG: 44 Series Olympic Water Based Stain.
3) P & L: Z 197 Acrylic Latex Stain Interior.
C. Sealer Coat: Clear sanding sealer applied at spreading rate recommended by the
manufacturer.
1) Miller: 1220 Acri-Clear Sanding Sealer.
2) PPG: None required.
3) P & L: Z 7520 Latex Sanding Sealer.
d. First and Second Finish Coats: Waterborne, varnish finish applied at spreading
rate recommended by the manufacturer.
1) Miller: 1225 Acri-Clear Satin Polyurethane.
2) PPG: 77-49 Rez Satin Acrylic Clear Polyurethane.
3) P &L: Z 17 Acrylic Latex Varnish, Satin.
D. Ferrous Metal: Provide the following finish systems over ferrous metal:
1. Semi-gloss, Acrylic-Enamel Finish: One finish coat over a primer.
a. Primer: Quick-drying, rust-inhibitive, water-based metal primer, as recommended
by the manufacturer for this substrate, applied at spreading rate recommended by
the manufacturer to achieve a total dry film thickness of not less than 1.5 mils.
1) Miller: 5000 Acri-Metal DTM Primer.
2) PPG: 90-712 Pitt Tech DTM Acrylic Primer.
3) P& L: S 4551 Tech-Gard High Performance Rust Inhibitor Primer.
b. Finish Coat: Semi-gloss, acrylic-latex, interior enamel applied at spreading rate
recommended by the manufacturer to achieve a total dry film thickness of not less
than 1.3 mils.
1) Miller: 7200 Acrinamel Interior Latex Enamel.
PAINTING 2) PPG: 90-474 Pitt Tech DTM Acrylic Enamel. 099100- 10
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
3) P&L:Z/F 4100 Series Accolade Interior Semi-Gloss.
3.9 PAINTING COLOR SCHEDULE
A* P-1: Color to Match Color Guild 118673M, "Tavern Taupe".
B. P-2: Color to Match Color Guild#8674M, "Muddy River".
END OF SECTION 099100
PAINTING 099100- 11
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
SECTION 114000- FOODSERVICE EQUIPMENT
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section Includes:
1. Utility distribution systems.
B. Owner-Furnished Equipment: Where indicated, Owner will furnish equipment for installation by
Contractor.
1.3 ACTION SUBMITTALS
A. Product Data: For each type of product indicated. Include the following:
1. Manufacturer's model number.
2. Accessories and components that will be included for Project.
3. Clearance requirements for access and maintenance.
4. Utility service connections for power and ventilation; include roughing-in dimensions.
B. Samples for Verification: For each factory-applied color finish required, in manufacturer's
standard sizes.
1.4 INFORMATIONAL SUBMITTALS
A. Coordination Drawings: For foodservice facilities.
1. Indicate locations of foodservice equipment and connections to utilities.
2. Key equipment using same designations as indicated on Drawings.
3. Include plans and elevations; clearance requirements for equipment access and
maintenance; details of equipment supports; and utility service characteristics.
B. Warranty: Samples of special warranty.
1.5 CLOSEOUT SUBMITTALS
A. Operation and Maintenance Data: For foodservice equipment to include in emergency,
operation, and maintenance manuals. In addition to items specified in Section 017700
"Closeout Procedures" and Section 017823 "Operation and Maintenance Data," include the
following:
FOODSERVICE EQUIPMENT 114000- 1
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
1 Product Schedule: For each foodservice equipment item, include the following:
a. Designation indicated on Drawings.
b. Manufacturer's name and model number.
C. List of factory-authorized service agencies including addresses and telephone
numbers.
1.6 QUALITY ASSURANCE
A. UL Certification: Provide electric equipment and components that are evaluated by UL for fire,
electric shock, and casualty hazards according to applicable safety standards, and that are UL
certified for compliance and labeled for intended use.
B. Regulatory Requirements: Install equipment to comply with the following:
1. NFPA 70, "National Electrical Code."
2. NFPA 96, "Ventilation Control and Fire Protection of Commercial Cooking Operations."
1.7 PROJECT CONDITIONS
A. Field Measurements: Verify actual dimensions of construction contiguous with foodservice
equipment by field measurements before fabrication. Indicate measurements on Coordination
Drawings.
1.8 COORDINATION
A. Coordinate foodservice equipment layout and installation with other work.
B. Coordinate locations and requirements of utility service connections.
PART 2-PRODUCTS
2.1 UTILITY DISTRIBUTION SYSTEMS
A. Ventilation Hoods:
1. Basis-of-Design Product: Subject to compliance with requirements, provide Viking
Professional No. VWH54248 with exterior ventilator kit No. DEV900/1200 and stainless
steel 1 0-inch diameter round duct to exterior wall or comparable product.
2. Description: Overhead Wall-mounted system with stainless steel finishes.
3. Accessories:
a. Duct Cover.
b. Back Splash.
4. Electrical Service: Equip unit for connection to Design Build Electrical Service.
FOODSERVICE EQUIPMENT 114000-2
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
2.2 MISCELLANEOUS MATERIALS
A. Elastomeric Joint Sealant: ASTM C 920; silicone. Type S (single component), Grade NS (non-
sag), Class 25, Use NT(non-traffic) related to exposure, and Use M, G, A, or 0 as applicable to
joint substrates indicated.
1. Public Health and Safety Requirements:
a. Sealant is certified for compliance with NSF standards for end-use application
indicated.
b. Washed and cured sealant complies with the FDA's regulations for use in areas
that come in contact with food.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Install foodservice equipment level and plumb, according to manufacturer's written instructions.
1. Connect equipment to utilities.
2. Provide cutouts in equipment, neatly formed, where required to run service lines through
equipment to make final connections.
B. Install equipment with access and maintenance clearances that comply with manufacturer's
written installation instructions and with requirements of authorities having jurisdiction.
C. Install joint sealant in joints between equipment and abutting surfaces with continuous joint
backing unless otherwise indicated. Produce airtight,watertight, vermin-proof, sanitary joints.
3.2 CLEANING AND PROTECTING
A. After completing installation of equipment, repair damaged finishes.
B. Clean and adjust equipment as required to produce ready-for-use condition.
C. Protect equipment from damage during remainder of the construction period.
END OF SECTION 114000
FOODSERVICE EQUIPMENT 114000-3
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
SECTION 123623.13-PLASTIC-LAMINATE-CLAD COUNTERTOPS
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section includes plastic-laminate countertops.
1.3 ACTION SUBMITTALS
A. Product Data: For each type of product, including panel products, high-pressure decorative
laminate, adhesive for bonding plastic laminate and fire-retardant-treated materials.
1. Include data for fire-retardant treatment from chemical-treatment manufacturer and
certification by treating plant that treated materials comply with requirements.
B. Shop Drawings: Show location of each item, dimensioned plans and elevations, large-scale
details, attachment devices, and other components.
1. Show locations and sizes of cutouts and holes for plumbing fixtures, faucets, soap
dispensers, electrical switches and outlets and other items installed in plastic-laminate
countertops.
2. Apply AWI Quality Certification Program label to Shop Drawings.
C. Samples for Verification:
1. Plastic laminates, 8 by 10 inches, for each type, color, pattern, and surface finish, with
one sample applied to core material and specified edge material applied to one edge.
1.4 INFORMATIONAL SUBMITTALS
A. Qualification Data: For Installer and fabricator.
B. Product Certificates: For each type of product.
C. Woodwork Quality Standard Compliance Certificates: AWI Quality Certification Program
certificates.
D. Evaluation Reports: For fire-retardant-treated materials, from ICC-ES.
PLASTIC-LAMINATE-CLAD COUNTERTOPS 123623.13- 1
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
1.5 QUALITY ASSURANCE
A. Fabricator Qualifications: Shop that employs skilled workers who custom fabricate products
similar to those required for this Project and whose products have a record of successful in-
service performance. Shop is a certified participant in AWI's Quality Certification Program.
B. Installer Qualifications: Certified participant in AWI's Quality Certification Program.
C. Testing Agency Qualifications: For testing agency, providing classification marking for fire-
retardant-treated material, an inspection agency acceptable to authorities having jurisdiction
that periodically performs inspections to verify that the material bearing the classification
marking is representative of the material tested.
1.6 DELIVERY, STORAGE, AND HANDLING
A. Do not deliver countertops until painting and similar operations that could damage countertops
have been completed in installation areas. If countertops must be stored in other than
installation areas, store only in areas where environmental conditions comply with requirements
specified in "Field Conditions"Article.
1.7 FIELD CONDITIONS
A. Environmental Limitations: Do not deliver or install countertops until building is enclosed, wet
work is complete, and HVAC system is operating and maintaining temperature and relative
humidity at occupancy levels during the remainder of the construction period.
B. Field Measurements: Where countertops are indicated to fit to other construction, verify
dimensions of other construction by field measurements before fabrication, and indicate
measurements on Shop Drawings. Coordinate fabrication schedule with construction progress
to avoid delaying the Work.
PART 2- PRODUCTS
2.1 PLASTIC-LAMINATE COUNTERTOPS
A. Quality Standard: Unless otherwise indicated, comply with the "Architectural Woodwork
Standards"for grades indicated for construction, installation, and other requirements.
1. Provide labels and certificates from AWI certification program indicating that
countertops, including installation, comply with requirements of grades specified.
2. The Contract Documents contain selections chosen from options in the quality standard
and additional requirements beyond those of the quality standard. Comply with those
selections and requirements in addition to the quality standard.
B. Grade: Custom.
C. High-Pressure Decorative Laminate: NEMA LD 3, Grade HGS.
1. Manufacturers: Subject to compliance with requirements, available manufacturers
offering products that may be incorporated into the Work include, but are not limited to,
the following:
PLASTIC-LAMINATE-CLAD COUNTERTOPS 123623.13-2
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
a. Formica Comoration.
b. Panolarn Industries International, Inc.
c' Wilsonart International; Div. of Premark International, Inc.
D. Colors, Patterns, and Finishes: Provide materials and products that result in colors and textures
of exposed laminate surfaces complying with the following requirements:
1. As indicated by manufacturer's designations, referenced in the Plastic Laminate Color
Schedule at the end of Part 3.
E. Edge Treatment: Same as laminate cladding on horizontal surfaces.
F" Core Material: Exterior-grade plywood.
G. Core Thickness: 3/4 inch.
1. Build up countertop thickness to 1-1/2 inches at front, back, and ends with additional
layers of core material laminated to top.
H, Backer Sheet: Provide plastic-laminate backer sheet, NEMA LD 3' Grade BKL, on underside of
countertop substrate.
2.2 WOOD MATERIALS
A. Composite Wood and Agrifiber Products: Provide materials that comply with requirements of
referenced quality standard for each type of woodwork and quality grade specified unless
otherwise indicated.
2.3 FIRE-RETARDANT-TREATED MATERIALS
A. Fire-Retardant-Treated Materials, General: Where fire-retardant-treated materials are
indicated, use materials complying with requirements in this article that are acceptable to
authorities having jurisdiction and with fire-test-response characteristics specified as determined
by testing identical products per test method indicated by a qualified testing agency.
1. Use treated materials that comply with requirements of referenced woodworking
standard. Do not use materials that are warped, discolored, or otherwise defective.
2. Use fire-retardant-treatment formulations that do not bleed through or otherwise
adversely affect finishes. Do not use colorants to distinguish treated materials from
untreated materials.
3. Identify fire-retardant-treated materials with appropriate classification marking of qualified
testing agency in the form of removable paper label or imprint on surfaces that will be
concealed from view after installation.
B. Fire-Retardant-Treated Lumber and Plywood: Products with a flame-spread index of 25 or less
when tested according to ASTM E 84, with no evidence of significant progressive combustion
when the test is extended an additional 20 minutes, and with the flame front not extending more
than 10.5 feet beyond the centerline of the burners at any time during the test.
1. Kiln dry lumber and plywood after treatment to a maximum moisture content of 19 and 15
percent, respectively.
2. Mill lumber before treatment and implement special procedures during treatment and
drying processes that prevent lumber from warping and developing discolorations from
PLASTIC-LAMINATE-CLAD COUNTERTOPS 123623.13-3
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
drying sticks or other causes, marring, and other defects affecting appearance of treated
woodwork.
2.4 ACCESSORIES
A. Grommets for Cable Passage through Countertops: 2-inch OD, molded-plastic grommets and
matching plastic caps with slot for wire passage.
1. Product: Subject to compliance with requirements, provide"SG series" by Doug Mockett
&Company, Inc.
2.5 MISCELLANEOUS MATERIALS
A. Adhesives: Do not use adhesives that contain urea formaldehyde.
B. Adhesive for Bonding Plastic Laminate: Resorcinol.
1. Adhesive for Bonding Edges: Hot-melt adhesive or adhesive specified above for faces.
C. VOC Limits for Installation Adhesives and Sealants: Use products that comply with the limits for
VOC content when calculated according to 40 CFR 59, Subpart D(EPA Method 24).
2.6 FABRICATION
A. Sand fire-retardant-treated wood lightly to remove raised grain on exposed surfaces before
fabrication.
B. Fabricate countertops to dimensions, profiles, and details indicated. Provide front and end
overhang of 1 inch over base cabinets.
C. Complete fabrication, including assembly, to maximum extent possible before shipment to
Project site. Disassemble components only as necessary for shipment and installation. Where
necessary for fitting at site, provide ample allowance for scribing, trimming, and fitting.
1. Notify Architect seven days in advance of the dates and times woodwork fabrication will
be complete.
2. Trial fit assemblies at fabrication shop that cannot be shipped completely assembled.
Install dowels, screws, bolted connectors, and other fastening devices that can be
removed after trial fitting. Verify that various parts fit as intended and check
measurements of assemblies against field measurements before disassembling for
shipment.
D. Shop cut openings to maximum extent possible to receive appliances, electrical work, and
similar items. Locate openings accurately and use templates or roughing-in diagrams to
produce accurately sized and shaped openings. Sand edges of cutouts to remove splinters and
burrs.
1. Seal edges of openings in countertops with a coat of varnish.
PLASTIC-LAMINATE-CLAD COUNTERTOPS 123623.13-4
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
PART 3-EXECUTION
3.1 PREPARATION
A* Before installation, condition counterlops to average prevailing humidity conditions in installation
areas.
B. Before installing countertops, examine shop-fabricated work for completion and complete work
as required, including removal of packing and back-priming.
3.2 INSTALLATION
A. Grade: Install countertops to comply with same grade as item to be installed.
B. Assemble countertops and complete fabrication at Project site to the extent that it was not
completed in the shop.
1. Provide cutouts for appliances, electrical work, and similar items.
2. Seal edges of cutouts by saturating with varnish.
C. Install countertops level, plumb, true, and straight. Shim as required with concealed shims.
Install level and plumb to a tolerance of 1/8 inch in 96 inches.
D. Scribe and cut countertops to fit adjoining work, refinish cut surfaces, and repair damaged finish
at cuts.
E. Fire-Retardant-Treated Wood: Handle, store, and install fire-retardant-treated wood to comply
with chemical treatment manufacturers written instructions, including those for adhesives used
to install woodwork.
F. Countertops: Anchor securely by screwing through corner blocks of base cabinets or other
supports into underside of countertop.
1. Install countertops with no more than 1/8 inch in 96-inch sag, bow, or other variation from
a straight line.
2. Secure backsplashes to tops with concealed metal brackets at 16 inches o.c. and to walls
with adhesive.
3. Seal junctures of tops, splashes, and walls with mildew-resistant silicone sealant or
another permanently elastic sealing compound recommended by countertop material
manufacturer.
3.3 ADJUSTING AND CLEANING
A. Repair damaged and defective countertops, where possible, to eliminate functional and visual
defects;where not possible to repair, replace woodwork. Adjust joinery for uniform appearance.
B. Clean countertops on exposed and semi-exposed surfaces. Touch up shop-applied finishes to
restore damaged or soiled areas.
PLASTIC-LAMINATE-CLAD COUNTERTOPS 123623.13-5
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
3.4 PLASTIC LAMINATE COLOR SCHEDULE
A. Plastic Laminate PLAM-#: Where this designation is indicated, provide plastic laminate
complying with the following type/color/finish numbers:
1. PLAM-1: Nevamar#ES5001 T, "Alpine Essence", Textured.
END OF SECTION 123623.13
PLASTIC-LAMINATE-CLAD COUNTERTOPS 123623.13-6
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
SECTION 123661 -SIMULATED STONE COUNTERTOPS
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section Includes:
1. Solid-surface-material countertops, backsplashes and side splashes.
B. Related Sections:
1. Division 22"Plumbing"for non-integral sinks and plumbing fittings.
1.3 ACTION SUBMITTALS
A. Product Data: For countertop materials.
B. Shop Drawings: For countertops. Show materials, finishes, edge and backsplash profiles,
methods of joining, and cutouts for plumbing fixtures.
C. Samples for Verification: For the following products:
1. Countertop material, 6 inches square.
2. One full-size solid-surface-material countertop, with front edge and backsplash, 8 by 10
inches, of construction and in configuration specified.
1.4 PROJECT CONDITIONS
A. Field Measurements: Verify dimensions of countertops by field measurements after base
cabinets are installed but before countertop fabrication is complete.
1.5 COORDINATION
A. Coordinate locations of utilities that will penetrate countertops or backsplashes.
PART 2- PRODUCTS
2.1 SOLID-SURFACE-MATERIAL COUNTERTOPS
A. Configuration: Provide countertops with the following front and backsplash style:
SIMULATED STONE COUNTERTOPS 123661 - 1
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
1 Front: Beveled.
2. Backsplash: Beveled.
3. End-splash: Matching backsplash.
B. Countertops: 1/2-inch-thick, solid surface material with front edge built up with same material.
C. Backsplashes: 1/2-inch-thick, solid surface material.
D. Fabrication: Fabricate tops in one piece with shop-applied edges unless otherwise indicated.
Comply with solid-surface-material manufacturers' written instructions for adhesives, sealers,
fabrication, and finishing.
1. Fabricate with loose backsplashes and end-splashes for field assembly.
2.2 COUNTERTOP MATERIALS
A. Adhesives: Adhesives shall not contain urea formaldehyde.
B. Solid Surface Material: Homogeneous solid sheets of filled plastic resin complying with
ANSI SS1.
1. Manufacturers: Subject to compliance with requirements, available manufacturers
offering products that may be incorporated into the Work include, but are not limited to,
the following:
a. Avonite Surfaces.
b. E. 1. du Pont de Nemours and Company.
C. Formica Corporation.
d. Wilsonart International.
2. Type: Provide Standard Type unless Special Purpose Type is indicated.
3. Colors and Patterns: As indicated by manufacturers designations in the Simulated Stone
Countertops Color Schedule at the end of Part 3.
PART 3- EXECUTION
3.1 INSTALLATION
A. Install countertops level to a tolerance of 1/8 inch in 8 feet.
B. Fasten countertops by screwing through corner blocks of base units into underside of
countertop. Pre-drill holes for screws as recommended by manufacturer. Align adjacent
surfaces and, using adhesive in color to match countertop, form seams to comply with
manufacturer's written instructions. Carefully dress joints smooth, remove surface scratches,
and clean entire surface.
1. Install backsplashes and end-splashes to comply with manufacturers written instructions
for adhesives, sealers,fabrication, and finishing.
SIMULATED STONE COUNTERTOPS 123661 -2
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
3.2 SIMULATED STONE COUNTERTOPS COLOR SCHEDULE
A. Simulated Stone Material SSM-1: Where this designation is indicated, provide simulated stone
material complying with the following type/color/finish numbers:
1. SSM-1: E.I. du Pont de Nemours and Company(Corian), "Rosemary".
END OF SECTION 123661
SIMULATED STONE COUNTERTOPS 123661 - 3
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
SECTION 124813-ENTRANCE FLOOR MATS AND FRAMES
PART 1 -GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
1.2 SUMMARY
A. Section Includes:
1. Resilient entrance mats.
B. Related Requirements:
1. Section 096513 "Resilient Base and Accessories" for resilient molding accessories
installed with entrance mats.
2. Section 096516.13 "Linoleum Flooring" for floor finishes installed adjacent to entrance
mats.
3. Section 096813"Tile Carpeting"for floor finishes installed adjacent to entrance mats.
1.3 COORDINATION
A. Coordinate size and location of recesses in concrete to receive floor mats and frames.
1.4 ACTION SUBMITTALS
A. Product Data: For each type of product.
1. Include construction details, material descriptions, dimensions of individual components
and profiles, and finishes for floor mats.
B. Shop Drawings:
1. Items penetrating floor mats, including door control devices.
2. Divisions between mat sections.
C. Samples: For the following products, in manufacturer's standard sizes:
1. Floor Mat: 6-inch square samples.
1.5 CLOSEOUT SUBMITTALS
A. Maintenance Data: For floor mats to include in maintenance manuals.
ENTRANCE FLOOR MATS AND FRAMES 124813- 1
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
1.6 MAINTENANCE MATERIAL SUBMITTALS
A. Furnish extra materials that match products installed and that are packaged with protective
covering for storage and identified with labels describing contents.
1. Resilient Entrance Mats: Full-size units equal to 2 percent of amount installed, but no
fewer than 5 linear yards.
PART 2- PRODUCTS
2.1 RESILIENT ENTRANCE MATS
A. Basis-of-Design Product: Subject to compliance with requirements, provide Flintile Berber,
"Chocolate"or a comparable product by one of the following:
1. Elexco.
2. Mats Inc.
2.2 FABRICATION
A. Floor Mats: Shop fabricate units to greatest extent possible in sizes indicated. Unless
otherwise indicated, provide single unit for each mat installation; do not exceed manufacturer's
recommended maximum sizes for units that are removed for maintenance and cleaning. Where
joints in mats are necessary, space symmetrically and away from normal traffic lanes.
PART 3-EXECUTION
3.1 EXAMINATION
A. Examine substrates and floor conditions for compliance with requirements for location, sizes,
and other conditions affecting installation of floor mats.
B. Proceed with installation only after unsatisfactory conditions have been corrected.
3.2 INSTALLATION
A. Install surface-type units to comply with manufacturer's written instructions at locations
indicated; coordinate with entrance locations and traffic patterns.
3.3 PROTECTION
A. After completing mat installation, provide temporary protection of installed materials. Maintain
protection until construction traffic has ended and Project is near Substantial Completion.
END OF SECTION 124813
ENTRANCE FLOOR MATS AND FRAMES 124813-2
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
SECTION 220000—PLUMBING GENERAL REQUIREMENTS (Performance Specification)
PART1 - GENERAL
1.1 DESCRIPTION
A. Work includes, but is not limited to:
1 Provide all labor, materials, equipment, tools, and perform all work to furnish the complete
design and construction for plumbing of the Project.
2. Design, construct and coordinate the complete system to meet the intent of the
architectural design documents. Install work within the initial space accommodations or
make other provisions at no additional cost the Owner and maintain the initial architectural
and structural integrity.
3. Subcontractors are required to fully coordinate their work with other subcontractors. Any
cost of remedy for lack thereof is the responsibility of these Subcontractors.
4. Complete work expeditiously and within requirements of published project schedule(s)of
Architect and Owner.
5. Obtain and pay for all permits and pay all fees required by local jurisdictional authorities
and utilities.
6. Arrange for and schedule all tests required by local jurisdictional authorities and utilities.
7. The Architect will act on the Owner's behalf as advisors on technical matters of interest to
the Owner. The obligations of the Design/Build Contractor are in no way alleviated by the
Architect's involvement on the project. The obligation, responsibility and/or liability of the
Design/Build Contractor are in no way reduced or diminished by the Architect's review of
the design or installation.
B. Code Required Fire Resistive Standards:
1. Portions of this building are required by Code to be constructed to fire resistive standards.
Include in the design provisions to meet all code requirements.
2. Plastic pipe is specified in some sections that follow. Provide code required metal pipe
sections or UL listed assemblies at locations where fire resistive construction is penetrated
by plastic pipe.
PLUMBING GENERAL REQUIREMENTS (Performance Snecification) 220000- 1
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
1.2 QUALITY ASSURANCE
A. Applicable Codes and Standards:
1. Comply with all Federal, State, City and other applicable codes and ordinances including
applicable provisions of following:
a. International Building Code(2012 IBC)
b. Uniform Plumbing Code(2012 UPC)
C. NFPA
2. If any conflict arises between the Specifications or codes and ordinances, immediately
notify the Architect. Do not deviate from the Drawings and specifications nor install any
work, which may be in conflict with codes and ordinances until the conflict is resolved and
the solution approved by the Architect.
B. Mat enals: Except as otherwise permitted by specification designation, provide new materials of
standard make and current manufacture. Where applicable, conform to ASME, ASTM, NFPA or
other requirements and have UL listing. Select Equipment to fit space provided.
C. Workmanship: Run piping parallel to building, keep as inconspicuous as possible, and grade
evenly. Set equipment plumb and true with easy access for maintenance. Offset piping, as
required to provide for proper and necessary clearances.
1.3 SCHEDULE OF VALUES
A. Submit typed schedule on Contractor's standard form or electronic media printout will be
considered.
B. Submit Schedule of Values in duplicate within 30 days after date established in Notice to
Proceed.
C. Format: Divide value of work into the following categories: Include within each line item, a
directly proportional amount of Contractor's overhead and profit.
1. Plumbing Labor.
2. Plumbing Materials.
1.4 SUBMITTALS
A. Drawings and Calculations: Submit for review in accordance with Section 013300.
1. Provide a coordinated set of construction documents ready for permit submission to the
building department containing as a minimum the following:
a. Equipment schedule sheet(s).
b. Equipment and piping location plans drawn at 1/4" = V-0"scale. Show on plans
evidence of coordination with all other construction trades.
C. Miscellaneous,details and large scale plans and sections necessary to show
coordination.
B. Submittals before construction begins: Submit for review in accordance with Section 013300.
1. Plumbing Fixtures and Trim.
PLUMBING GENERAL REQUIREMENTS (Performance Soecification) 220000-2
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
C. RecordDrawings: Submit for review in accordance with Section 017839.
1. Deviations: Record changes to plumbing systems, including locations, sizes, or
arrangement.
2. Location of Concealed Work: Locate accurately to scale and dimension from building
features and concealed piping.
3. Location of Valves and Cleanouts: Locate accurately to scale and dimension from building
features
1.5 COORDINATION
A. Maintain qualified supervisory personnel on job to coordinate work and space utilization with
other trades involved. Supervisor must be completely familiar with operation and requirements
of equipment being installed and be responsible for job during entire construction period. Prior
to request for final review, be certain that equipment and controls are functioning properly.
PART 2 - PRODUCTS
2.1 SYSTEM PERFORMANCE
A. Plumbing Sizing Criteria:
1. Domestic Water: Size per 2012 Washington Plumbing Specialty Code, Appendix "A",
using 5 psi per 100'drop, 8 f.p.s. maximum velocity for cold water and 5 f.p.s. for hot
water as limiting criteria.
2. Waste and Vent: Size per Code.
2.2 GUARANTEES
A. Submit a single guarantee stating that all portions of the work are in accordance with Contract
requirements. Guarantee all work against faulty and improper material and workmanship for a
period of one(1)year from date of substantial completion, except that where guarantees or
warranties for longer terms are specified, such longer term to apply within 24 hours after
notification, correct any deficiencies which occur during the guarantee period at no additional
cost to the Owner, all to the satisfaction of the Owner and Architect.
B. Be responsible for all leaks in all pipes for a period of one (1)year from date of acceptance of
work. Repair all such leaks, at no cost to Owner, within 24 hours of notice by the Owner. Repair
leaks which occur prior to the completion of this Subcontract at once. Be responsible for any
damage caused by such leaks and repair thereof and reimburse Owner for all expenses incurred.
PLUMBING GENERAL REQUIREMENTS (Performance Soecification) 220000-3
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
2.3 OPERATION AND MAINTENANCE MANUALS
A. Provide Operation and Maintenance manuals in accordance with Section 017823.As
minimum provide the following.
1. Manufacturer's literature on all items of equipment.
2. Operating and maintenance instructions.
PART 3 - EXECUTION
3.1 BUILDING COMMISSIONING
A. Provide startup, test and adjustment of each item of plumbing equipment and of complete
system by qualified field personnel.
B. During final review, demonstrate system operation to Owner that each item of equipment is
operating as designed, and that adjusting has been accomplished in accordance with
Specifications.
END OF SECTION 220000
PLUMBING GENERAL REQUIREMENTS (Performance Snecification) 220000-4
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
SECTION 221000- PLUMBING PIPING (Performance Specification)
PART1 - GENERAL
1.1 DESCRIPTION
A. Provide material, labor and complete system described and shown.
1.2 QUALITY ASSURANCE
A. References:
1. American Society for Testing Materials(ASTM) publications:
a. B32 Solder Metal
b. B88 Seamless Copper Water Tube
2. National Electrical Manufacturers Association (NEMA).
3. International Conference of Building Officials(ICBO).
4. Underwriters' Laboratories, Incorporated (UL).
B. Materials:
1. Except as otherwise permitted by specification designation, provide new materials of
standard make and current manufacture. Where applicable, conform to ASME, ASTM,
NFPA or other requirements and have UL listing. Select Equipment to fit space provided.
C. Workmanship:
1. Run piping parallel to building, keep as inconspicuous as possible, and grade evenly. Set
equipment plumb and true with easy access for maintenance. Offset piping, as required to
provide for proper and necessary clearances. Provide adequate clearances for repair and
service of mechanical equipment.
D. Coordination:
1. Maintain qualified supervisory personnel on job to coordinate work and space utilization
with other trades involved. Supervisor must be completely familiar with operation and
requirements of equipment being installed and be responsible for job during entire
construction period. Prior to request for final review, be certain that equipment and
controls are functioning properly.
PART 2 - PRODUCTS
2.1 IDENTIFICATION
A. Valves: Provide numbered brass disc attached to each valve. Valve numbers in separate series
for each section of specification.
PLUMBING PIPING (Performance Specification) 221000- 1
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
B. Piping: Band all piping with heat resistant adhesive backed PVC material, width, frequency,
color and lettering to conform to ANSI A13.1. Indicate fluid in piping and direction of flow.
Provide in mechanical,fan and storage rooms and exposed in other finished areas at each
valve, each change of direction, 20 feet apart on straight runs and at locations where piping
enters or leaves space. In concealed areas, band at valves, pipe junctions and 40 feet apart on
straight runs.
2.2 PIPE AND FITTINGS
A. Domestic Water:
1. Pipe-Type L hard drawn copper tubing above ground, Type K soft drawn buried below
buildings, Type L soft drawn buried beyond 5 feet from the building perimeter, conforming
to ASTM B88-2003 specifications.
2. Fittings-Standard wrought copper solder type for 150 psi service conforming to ASME
B 1 6.22-(RO5)specifications.
3. Unions-All brass.
4. Solder-Tin/Antimony conforming to ASTM B32-2004 specifications.
3. Use clear-flow dielectric waterway joints between copper, and steel piping.
B. Domestic Water 1"and smaller:
1. Pipe—PEX-a Polyethylene tube with cross-linked molecular network structure (using the
Engel Method)conforming to ASTM F876-2005 & F877-2005 specifications with 100 psi
rating at 180'F and 25 year manufacturer's limited warranty. AQUAPEX by Uponor.
2. Fittings-Brass insert fitting with PEX ring and expansion tool. ProPEX by Uponor.
3. Manifolds—Type L copper manifolds with PEX ring and expansion tool. ProPEX Copper
by Uponor.
4. Tube ends for Stop Valves—Factory assembled Type L copper tube section with brass
insert adaptor for use with standard compression fitting attached Stop Valve. ProPex by
Uponor Copper Stub Ell or Copper Straight Stub.
C, Drain, Waste and Vent:
1. Pipe and fittings: Acrylonitrile-Butadiene-Styrene(ABS) Plastic drain, waste, and vent
conforming to ASTM D2661-2006.
2. Provide tracer wire 1' above all underground waste and sewer lines outside building.
2.3 VALVES:
A. Minimum working pressure rating 150 psig W.O.G.
B. Manufacturer: Apollo, Hammond, Jenkins, Milwaukee, Nibco or approved equal.
C. General Valve Requirements: Hammond valve numbers given to establish quality.
1. Gate Valve(if required):
a. Two inch (2")and Smaller: Bronze body, inside screw, rising stem, solid disk wedge,
screwed bonnet, No. 113640.
b. Two and half inch (21/2") and Larger: Iron body, bronze trim, rising stem, flanged,
No. I R1 140.
2. Globe Valve:
PLUMBING PIPING (Performance Specification) 221000-2
CLALLAM COUNTY VETERAN'S
CENTER.IMPROVEMENTS
a. Two inch (2")and Smaller: Teflon disc, bronze body, bronze trim, No. 1134113.
b. Two and a half(21/2") and larger: Iron body, bronze trim, bronze disc hot water,
Bun-N disc cold water, No. IR1 16.
3. Check Valve(if required):
a. One inch (11")and Smaller: Bronze body, horizontal swing, screwed bonnet,
renewable disc, No. 113904.
b. One and a quarter(11W) and Larger: Iron body, horizontal swing, bolted bonnet,
renewable seat and disc, flanged, No. IR1 124.
C. Non-Slam: Wafer style, spring loaded, silent check valve. Hammond IR9253, or
Jergens, Victaulic, Metraflex, Val-matic. Use on pump discharges.
4. Ball Valves: Bubble tight shutoff, seats glass filled teflon to minimize seat cold flow.
a. One inch (11")and smaller: Full port, 150 psig W.O.G., suitable for 220 F operation,
two piece screwed type bronze body, No. 8901/8911.
b. One and a quarter(11/47) and larger: Full port, 200 psig W.O.G., suitable for 220 F
operation, three piece bolted body allowing replacement of valve assembly without
breaking piping, No. 8604/8614.
5. Drain Valves: Hose end gate valve or gate valve with hose connection. Do not use
sillcocks in lieu of drain valves.
2.4 PRESSURE REDUCING STATION (if required)
A. Pilot operated regulating valve to automatically control downstream pressure with varying flow
rates and upstream pressure.
B. Provide with stainless steel trim for prolonged low flow rate usage.
C. Provide with "Y" strainer and flow stabilizer on pilot system.
D. Watts ACV series.
2.5 STRAINERS
A. Cast iron body, "Y" pattern strainer, unless noted otherwise, with removable cover and corrosion
resisting sediment basket not less than 0.025"thick with total area of perforations 3.3 times
cross-sectional area of pipe. Minimum working pressure rating 150 psig W.O.G.
B. Provide strainer with 1/16" holes for water service, 1/32"for steam service.
C. Provide blow-down with nipple and ball valve on all strainers over 2" size.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Install where indicated per manufacturer's recommendations.
3.2 CUTTING AND PATCHING
A. Cut work as required for installation and patch to match original conditions as directed and
PLUMBING PIPING (Performance Specification) 221000-3
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
approved by Architect. Do not cut structural portion without Architect's approval.
B. Prior to cutting any existing work, locate all concealed utilities to eliminate any possible service
interruption or damage, Contractor is responsible for repair or replacement of lines or equipment
damaged in existing systems.
C. Coordinate with General Contractor to repair ceilings, walls and floors.
3.3 DEMOLITION AND SALVAGE
A. Relocate or reroute any existing Plumbing work, not otherwise noted, in the way of remodeling
and new construction and leave in proper operating condition. In case of question consult
Architect. Remove exposed, abandoned piping and cap or plug in concealed location.
B. Equipment removed becomes property of Contractor, with exceptions noted. Allow proper credit
in bid and remove from site.
C. Haul debris and material other than equipment from site, unless otherwise arranged.
D. Coordinate time of removal with General Contractor so that no plumbing equipment or
material is damaged or destroyed in general demolition.
E. If Contractor encounters asbestos, stop work in that area and notify Owner.
3.4 PIPE SUPPORTS
A. Locate hangers, supports, and accessories to support pipelines, valves, and additional
concentrated loads.
B. Single Pipes: Support horizontal runs of steel and copper pipe under 2"on suitable hangers
spaced at not more than 5 feet on centers. Support all steel and copper piping 2" and larger at
not more than 10 feet on centers. Support horizontal runs of cast-iron soil pipe at every other
joint, unless over 4 feet then support every joint.
1. Independently support piping at equipment, such as duct mounted coils, so that no weight
is supported by equipment.
2. Do not spring or bend pipe to fit conditions or to make up joints. Support piping in manner
to prevent binding, undue swing, and transmission of vibration to structure. Provide sway
bracing where hanger rods are longer than 12"and at maximum spacing of 40 feet.
3. Install minimum of one hanger or brace within two(2)feet from each change of direction in
piping.
3.5 TYPICAL PIPING
A. Provide clear-flow dielectric waterway couplings to prevent electrolysis between dissimilar metals,
when use of dissimilar metals cannot be avoided in one system.
B. Provide air vents at high points and where piping turns down in direction of flow.
C. Close openings in pipes with appropriate caps, plugs, or covers during storage and progress of
work to preclude introduction of contaminants.
D, Slope pipelines and provide low point drains for piping and equipment.
PLUMBING PIPING (Performance Specification) 221000-4
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
E. Provide valves and unions adjacent to tanks, batteries of plumbing fixtures and equipment, for
disconnect purposes. Install valves with stems vertical wherever possible, and in no case with
stems below horizontal.
F. Provide gate valve and check valve on cold water supply to domestic water make-up
connections.
G. Ream ends of pipe to full diameter.
H. Provide pipe anchors, swing joints, and expansion compensators as required to control
expansion of pipelines.
1. Reduce pipe sizes using reducing tees or reducing fittings. Bushings not permitted except on
tanks and similar equipment.
J. Provide escutcheons on pipes passing through walls, floors, and ceilings in finished areas and
where piping is in counters, closets, or cabinets, and subject to view when doors are open.
Cover pipe sleeve and secure plate in position.
K. Testing:
1. Test all piping to a pressure equal to 1.5 times the working pressure of the system. Hold
test pressure for minimum of 4 hours without leakage. Arrange for the Owner's
Representative to witness the tests. Provide written report.
2. Leave piping exposed (unconcealed)for observation during testing. Expose any work that
was covered or concealed before testing for the duration of the testing period.
3. Repair leaks&defects discovered during testing with new material and re-test until
satisfactory results are obtained.
4. Testing of portions of the entire system is permitted provided clear documentation is
included with the test reports showing the extent of the piping under test.
3.6 THREADED PIPE
A. Cut threads true and of depth of make up properly without leaks.
B. Make connections to show at least two threads and not more than four threads when tight.
C. Make up joints with Teflon tape only for domestic water and hydronic systems, as recommended
by tape manufacturer, or as specified for individual piping systems.
D. Use approved type pipe compound for gas and oil piping.
3.7 CLEANING
A. Clean exposed, un-insulated piping to remove shipping labels, flux, solder drips, pipe dope, dirt,
oil, loose scale or other contaminants.
B. Thoroughly flush out and clean each piping system. Be aware of obstructions in piping, such as
flow control valves, strainers, etc., during cleaning process. Make provisions to handle these
items using bypasses, back-flushing, leaving equipment out and installing temporary
connections until piping is clean or whatever is required to accomplish complete cleaning. Clean,
ductwork in this contract prior to installation of grilles.
END OF SECTION 221000
PLUMBING PIPING (Performance Specification) 221000-5
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
SECTION 224000- PLUMBING FIXTURES (Performance Specification)
PART1 - GENERAL
1.1 GENERAL
A. Provide plumbing fixtures with necessary trim, stops, and traps per manufacturer's installation
instructions. Provide fittings and faucets by fixture manufacturer per latest catalog description
for specified item, or as noted. Exposed trim polished chrome plated brass. Protect against
damage before and after installation. See Plumbing Fixture Schedule in Drawings.
B. Furnish stops with escutcheon plates at sinks, lavatories, water closets, and drinking fountains.
C. Trim to have replaceable and interchangeable assemblies.
D. Hot and cold valves open toward center.
E. Seal inside and around outside edge of floor mounted water closets with black swan plastic putty
and anchor solidly.
F. Prime floor drain trap with Precision Plumbing Products, Inc. mechanical primer. Leave valve
accessible for service.
G. Furnish and install stainless steel Hudee rims where required. Set in white tile cement. On self-
rimming units use soft putty or mastic under bowl rim.
H. Traps: 17 gage chrome plated brass tube. Install with solder bushing into stack and threaded
joints for easy maintenance.
1. Install 3/16"x 8"wide steel plates fastened to the studs for support of wall hung lavatories. Plate
to extend one stud beyond each side of fixture.
J. Fixtures to withstand 150 lb. pressure in any direction without displacement. Install firmly fixed
blocking in wall for rigid support of fixture supplies.
K. For sink sizes first dimension is left to right second dimension is front to back.
PART 2 - PRODUCTS
2.1 ACCEPTABLE MANUFACTURERS
A. Faucets: Chicago, Delta,American Standard, Kohler, Moen, Symmons, T &S, Zurn.
B. Fixtures, Vitreous China: American Standard, Briggs, Crane, Kohler, Toto.
C. Toilet Seats: Olsonite, Bemis, Kohler, American Standard.
D. Insulation Kits: Truebro, McGuire, Zurn.
E. Sinks: Acorn, Elkay, Tabco, Zurn.
F. Lavatories: American Standard, Elkay, Kohler.
PLUMBING FIXTURES (Performance Specification) 224000- 1
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
G. Stops: McGuire, Speedway, Speedflex, Zurn or by fixture manufacturer connected with flexible
chrome plated tubing.
H. Water Pressure Reducing Valves: Wafts, Febco or approved.
2.2 FIXTURES
A. Refer to Plumbing Fixture Schedule in Drawings for Basis of Design Fixtures.
2.3 CLEANOUTS
A. Provide cleanouts where shown or required by Code as follows:
1. In floors, Smith 4023, nikalloy finish.
2. In walls of finished spaces, Smith 4472, chrome finish.
2.4 DOMESTIC WATER PRESSURE REDUCING VALVES
A. Bronze body with renewable stainless steel seat, replaceable disc, spring in sealed cage with
large diaphragm area to accurately control downstream pressure with varying flow rates and
upstream pressure. Provide optional bypass and "Y"strainer with perforated stainless steel
screen ahead of each valve.
PART 3 - EXECUTION
3.1 GENERAL
A. Install fixtures in accord with manufacturers instructions.
B. Clean and flush traps. Thoroughly clean fixture surfaces with a non-abrasive cleanser.
3.2 SANITIZE PLUMBING PIPING
A. Thoroughly sterilize entire domestic water system with solution containing not less than 200 parts
per million of available chlorine. Introduce chlorinating materials into system in an approved
manner. Allow sterilization solution to remain in system for period of 3 hours, during which time
open and close valves and faucets several times. After sterilization, flush solution from system
with clean water until the residual chlorine content is not greater than 0.2 parts per million.
3.3 SPECIAL REQUIREMENTS FOR PLASTIC PIPE IN FIRE RESISTIVE CONSTRUCTION:
A. Where waste and vent lines pass through rated floor/ceiling assemblies provide galvanized steel
pipe. Extend steel pipe for 6 inches each side of floor/ceiling assembly.
B. Where waste piping penetrates rated wall membrane, such as sink waste connections, provide
galvanized pipe section. Provide cast iron tee, or other fiffing, to receive steel pipe section.
END OF SECTION 224000
PLUMBING FIXTURES (Performance Specification) 224000-2
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
PLUMBING FIXTURES (Performance Specification) 224000-3
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
SECTION 260000—GENERAL ELECTRICAL REQUIREMENTS (Performance Specification)
PART 1 -GENERAL
1.1 CONTRACT CONDITIONS
A. Requirements of Division 01, and of documents under"Bidding Requirements"and
"Conditions of the Contract"apply to Work under Division 26.
B. Advise subcontractors, suppliers, and vendors involved in the work specified in this section of
the applicable requirements.
1.2 WORK INCLUDED
A. Final detailed design of electrical systems. A State of Washington Licensed Supervising
Electrician whom complies with State of Washington Requirements shall provide the final
Electrical design.
B. Provide materials, equipment and methods indicated in the Contract Documents including labor
required to complete the electrical work described.
C. When a Section indicates"Related Work Under Other Sections", the list is intended to call out
closely related work that may impact work under this particular Section. The list is not intended
to be all-inclusive. Contractor should carefully examine drawings, specification, and job
conditions to verify extent of work and required coordination with other work.
1.3 DRAWINGS AND SPECIFICATIONS
A. Electrical Drawings included in attached drawing set are Design/Build Scope Documents.
Contractor is responsible for providing final detailed design for Electrical permit submittal.
B. Contractor shall prepare and submit electrical floor plans to the Architect on reproducible bond
Architectural 22"x 34"drawings after gaining approval from Washington State Bureau of Labor
and Industries. Submit drawings on a disc in electronic format using AutoCAD version 2000.
Show all details legibly and neatly. Architect will provide floor plan in electronic format for
Contractors use.
C. COMPLETE SYSTEMS: Design/Build Scope Documents are diagrammatic and the drawings
and specifications may not call out all components required for a complete and functioning
system. The subcontractors and contractor are responsible for providing all materials,
equipment, tools and labor necessary for construction of complete,functioning systems, fully
operational and in code compliance,whether or not all materials and accessory items are
identified in the drawings or specification.
D. Design/Build Scope Electrical Drawings are diagrammatic indicating approximate location of
outlets, lighting fixtures, electrical equipment, etc. Consult the Architectural and Plumbing
Subcontractor Drawings to avoid conflicts with equipment, structural members, etc.Any
discrepancies in the plans and specifications shall be brought to the attention of the Architect.
E. Notify Architect of deviations from Design/Build Scope Drawings needed to make electrical
work conform to the building as constructed, and to related work of other Divisions. Minor
relocations (within 10 ft radius of position shown on drawings)ordered prior to installation shall
be made without added cost to the Owner.
F. Contractor is to verify requirements and submit and obtain approval from Washington State
Bureau of Labor and Industries, if required. Contractor is responsible for paying all costs for
obtaining a permit.
GENERAL ELECTRICAL REQUIREMENTS (Performance Specification) 260000- 1
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
1.4 CODES, REGULATIONS AND PERMITS
A. This Work shall comply with the latest Rules and Regulations of the State and Local Authorities
Having Jurisdiction, National Electrical Code, International Fire and Building Codes and other
applicable codes.
B" All materials and equipment shall be approved by Underwriters' Laboratories, Inc- (UL)or
Electrical Testing Laboratories(ETL).
C. Obtain and pay for all required permits, plan-check charges and certificates associated with
electrical work.
D. Deliver Certificates of Acceptance from the Code-Enforcing Authorities to the Architect.
1.5 WORK OF OTHER DIVISIONS
A. The following items will be furnished and installed under another Division of the work. Work
under this Division shall be conducted in a manner to cooperate with the installation of such
equipment or items.
1. Plumbing equipment to be furnished and mounted under another Division but
electrically connected under this Division.
1.6 SUBMITTALS OF SHOP DRAWINGS, PRODUCT DATA, & SAMPLES
A. Submittal form to identify Project, Contractor, and pertinent Contract Document references.
B, Apply Contractor's stamp, signed or initialed, certifying that review,verification of Products
required, and coordination of information is in accordance with the requirements of the Work
and Contract Documents.
C. Identify variations from Contract Documents and Product or system limitations that may be
detrimental to successful performance of the completed Work.
D. Revise and resubmit submittals as required; identify all changes made since previous submittal.
E. Within 20 days after date of Notice to Proceed, submit to Architect complete Shop
Drawings and Material Data Sheets(bound in labeled and indexed d-ring binders).
F. Within 20 days after date of Notice to Proceed, submit samples for 265000: Lighting
Fixtures.
G. Submit (8)copies(4) of which will be retained by Owner/Architect.
H. Mark each copy to identify applicable products, models, options, and other data. Supplement
manufacturers standard data to provide information unique to this project.
1.7 PRODUCT SUBSTITUTIONS
A, Document each request with complete data substantiating compliance of proposed Substitution
with Contract Documents.
B. Submit to Architect four copies of requests for Substitution for consideration.
C. Utilize AIA or CSI Request for Substitution forms.
D. Post-bid substitutions will only be considered when a Product becomes unavailable through no
fault of the Contractor.
GENERAL ELECTRICAL REQUIREMENTS (Performance Specification) 260000-2
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
1.8 PROJECT RECORD DOCUMENTS:
A. Maintain on site, two sets of Contract Documents to be utilized for record documents.
B. Record actual revisions to the Work. Record information concurrent with construction progress.
C. Deliver two copies of record documents to Architect with final Application for Payment.
1.9 OPERATING AND MAINTENANCE DATA
A. Prior to final inspection, submit seven bound copies of electrical operating and maintenance
data to Architect.
B. Instruct and Train Owner's Personnel in the proper use of the electrical systems installed under
this Contract.
1.10 WARRANTIES
A. In addition to 1-year warranty specified in Contract Conditions, warrant Work listed below as
follows:
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION
3.1 COMPLETION AND TESTING
A. Complete each electrical system and place in operation.
B. Each system shall be tested and left in proper operating condition free of faults, shorts, or
unintentional grounds.
C. Demonstrate each system in the presence of the Architect or Owner's Representative when
requested.
3.2 EQUIPMENT CONNECTIONS
A. Work Included: labor and material required for the external electrical wiring and 120 volt control
wiring for mechanical equipment.
3.3 OWNER FURNISHED/CONTRACTOR INSTALLED EQUIPMENT
A. Install and connect the following Owner furnished electrical equipment:
1. As noted on Drawings.
3.4 CLEANING, PAINTING, AND FINISHES
A. Provide protective finishes on all materials and equipment. Use coated or corrosion-resistant
materials, hardware, and fittings throughout the work. Prior to installation, paint all bare
untreated ferrous surfaces with rust-inhibiting paint.
B. Clean all surfaces prior to application of adhesives, coatings, paint, or other finishes.
C. Provide factory-applied finishes on equipment wherever possible.
GENERAL ELECTRICAL REQUIREMENTS (Performance Specification) 260000-3
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
D. Protect all finishes and restore any damaged finishes to their original condition.
E. Reference SECTION 099100: PAINTING for paint specs.
3.5 PROTECTION OF WORK
A, Electrical work and equipment shall be protected against damage. Equipment found damaged
or in other than new condition will be rejected as defective.
B. Electrical equipment shall be kept covered or closed to exclude dust, dirt, and splashes of
plaster, cement or paint and shall be free of all such contamination before final inspection.
Enclosures and trims shall be in new condition, free of rust, scratches, or finish defects, and if
damaged, shall be properly refinished in a manner acceptable to the Architect.
3.6 CUTTING, DRILLING AND PATCHING
A. Coordinate with General Contractor access openings required for electrical
equipment/raceways. Confirm acceptable locations with Architect.
B. DO NOT cut, drill or weld to metal building components without express written direction from
Architect.
C. After using access openings, restore surfaces to original integrity to the satisfaction of the
Architect.
3.7 FIRE RATED CONSTRUCTION
A. Comply with applicable building code requirements related to separations between adjacent
units(party walls).
B. Utilize materials that are code-approved in party walls.
C. Minimize penetrations, limit size of openings, and/or provide fire-caulking to seal penetrations to
maintain integrity of fire-rated separations.
3.8 ELECTRICAL DEMOLITION
A. Coordinate with General Contractor. Identify existing electrical items in areas to be demolished
and provide a plan and schedule for removal, relocation and/or replacement of these items.
B. Maintain existing services (branch power, communications, etc)to all areas of the facility at all
times. Schedule necessary branch power/communications disruptions with facility personnel a
minimum of 48 hours in advance of need. Provide 24/7 emergency response to address life-
safety concerns of Owner.
C. The following is a guideline. Field conditions may influence how each of these items is
handled. If uncertain, consult General Contractor or Architect.
1. Wiring Devices—remove and dispose.
2. Branch wiring raceways—remove and dispose of those items interfering with new
construction. Some raceways may be reused in place if in excellent condition. Cap and
label abandoned or unused raceways.
3. Branch wiring and cables—remove and dispose.
4. Panelboards, breakers, switches and fuses—to remain.
5. Other unlisted items found during construction—Propose solution and consult Architect.
D. Notify General Contractor if suspected hazardous materials are encountered.
GENERAL ELECTRICAL REQUIREMENTS (Performance Specification) 260000-4
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
3.9 PROJECT CLOSEOUT
A. Prior to final acceptance of this Work the Contractor shall submit the following to the Architect:
1. Electrical Design Drawings.
2. Record Drawings.
3. Operating and Maintenance Manuals.
4. Certificates of Code Authority Acceptance.
5. Contractors' Labor and Material Warrantees.
6. Other project documentation specified herein.
END OF SECTION 260000
GENERAL ELECTRICAL REQUIREMENTS (Performance Specification) 260000-5
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
SECTION 260500—BASIC ELECTRICAL MATERIALS AND METHODS (Performance Specification)
PART 1 -GENERAL
1.1 LABELING
A. Clearly and properly label the complete electrical system to indicate the loads served or the
function of each item of equipment provided under this work.
B. Nameplates shall be 1/16-inch thick, laminated three-ply plastic, center-ply black, outer ply
white. Letters shall be formed by engraving outer white ply, exposing black center-ply.
Nameplates shall be secured with permanent adhesive and screws or pop rivets. Submit two
samples for Architect's review and approval.
C. Label each of the following equipment items with an engraved nameplate: main service
disconnects, tenant meters, distribution breakers/switches, branch panel boards,
equipment safety disconnects, electrical contactors, control devices, transformers.
D. Provide labels on face of each switch and receptacle device cover plate to identify panel
and circuit number(s)serving the device. Labels shall be laminated clear adhesive-backed
1/2"tape with black(1/4")size letters. Product shall be that produced using a BROTHER
"P-Touch"electronic labeling system or Architect approved alternate. Submit four samples
for Architect's review and approval.
E. With indelible ink, mark covers of junction boxes to indicate panel and circuit number(s)of wires
contained therein (line voltage circuits). Provide similar marks for low voltage and signal circuit
raceways.
1.2 GROUNDING
A. Ground all electric equipment, raceways, and enclosures in accordance with code rules and
established safety practices.All line voltage raceways shall contain an equipment ground
conductor.
B. Grounding shall be made to building steel (if applicable)and building service ground conductor
system. Grounds shall be installed where accessible for future inspection and servicing.
Ground conduits and cabinets for signal, telephone, etc., by bonding or conduit interconnection
with the electrical system or as otherwise specifically indicated on the Drawings.
C. Refer to Section 261200 for grounding conductor color code.
1.3 EQUIPMENT CONNECTIONS
A. The location and method for connecting to each item of equipment shall be verified prior to
roughing-in. The voltage and phase of each item of equipment shall be checked before
connecting. Motor rotations shall be made in the proper direction.
B. Conduit,wire, and circuit breaker sizes for equipment are based on the equipment ratings of
specified manufacturer. The equipment actually furnished may have different electrical
characteristics. Conduit,wire, and circuit breakers shall not be ordered or installed until exact
electrical requirements are obtained. Responsibility for this coordination rests with this
Contractor.
PART2-PRODUCTS
2,1 MATERIALS
A. All materials shall be new and bear manufacturer's name, model number, electrical
characteristics, and other identification. All equipment shall be approved by a nationally
BASIC ELECTRICAL MATERIALS AND METHODS (Performance Specification) 260500- 1
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
recognized testing laboratory(NRTL)such as UL, ETL.
B. Material and equipment shall be standard product of manufacturer regularly engaged in
production of similar material for at least five years (unless specifically exempted)and shall be
manufacturer's latest design.
2.2 DISCONNECTS
A. Safety and disconnect switches shall be heavy-duty quick-make, quick-break, dual rated, and
of such electrical characteristics as required for the load served. Switches shall have
defeatable cover interlock.
B. Fuse clips shall accept UL Class R current limiting fuses and reject non-current limiting fuses.
C. Motor rated toggle switches such as SQUARE D Class 2510 may be used as motor
disconnects.
D. Disconnect switches required by code shall be provided whether or not specifically shown on
the Drawings.
E. Acceptable manufacturers: SQUARE D COMPANY, GENERAL ELECTRIC, or SIEMENS.
2.3 FUSES
A. Fused power circuits shall be protected by UL Class RK1 or Class L current limiting fuses.
Fuses for motor loads shall be UL Class RK5 dual element current limiting type.
B. Provide fuse cabinet with three spare fuses of each type and size furnished on project.
C. Acceptable fuse manufacturers: BUSSMANN, FERRAZ-SHAWMUT, or LITTELFUSE.
2.4 BOXES
A. Outlet and junction boxes shall be sized in accordance with code requirements or as noted on
the Drawings.
B. Unless otherwise specified or shown on the Drawings, outlet boxes for new work shall be
galvanized steel knockout outlet boxes. Gangable boxes are not acceptable. Outlet boxes
shall not be smaller than 4 inches square and 1-1/2 inches in depth, unless otherwise noted.
C. Outlet boxes shall be designed for the intended use, and shall be installed flush with finish
surface lines or not more than 1/8 inch back and shall be level and plumb. Long screws with
spacers or shims for mounting devices are not acceptable. No combustible materials shall be
exposed to wiring at outlets.
D. Outlet boxes on opposite sides of fire-rated partitions shall have a minimum horizontal
separation of 24 inches. Back-to-back boxes are not permitted in any walls.
E. Outlet boxes installed in masonry construction shall be one-piece multi-gang boxes 3 1/2 inch
(minimum)depth mounted flush to face of masonry.
F. In-ground junction boxes shall be cast PVC type with one-piece gasketed covers and stainless
steel hardware. CARLON or approved.
G. Where three or more devices are at one location, use one-piece gang boxes with suitable
device cover. Install not more than one device per gang.
H. Recessed floor boxes shall have the following features:
1. Four independent wiring compartments suitable for two duplex receptacles and two
data/telephone multi-jack faceplates.
2. Fully adjustable before and after the concrete pour.
3. Pass around tunneling.
BASIC ELECTRICAL MATERIALS AND METHODS(Performance Specification) 260500-2
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
4. Mounting brackets for devices.
5. Metal recessed activation kit with die cast aluminum trim ring and carpet/tile inlay plate
and wire management blocks.
1. Product shall be CARLONE976RFB multi gang series with suitable activation kits and
nonmetallic covers.
2.5 SUPPORTS
A. Provide adequate supports for all conduit, outlets, and equipment. The required support
strength of brackets, rods, and anchors shall be designed for a minimum of four times the total
weight of the supported item. All feeder conduits and other large conduits above the
suspended ceiling shall be hung independently of the ceilings.
B. Provide seismic sway bracing for light fixtures and conduit racks per local code requirements.
C. Approved"strut"systems: B-Line, Kindorf.
PART 3-EXECUTION
3.1 EXAMINATION
A. Verify the physical dimensions of each item of electrical equipment to fit the available space
and if conflicts appear, promptly notify the Architect prior to rough-in. Coordination of
Equipment, to the available space and to the access routes through the construction shall be the
Contractors responsibility.
B. In general, the mounting heights shall be as noted on the Drawings or as listed below, the
Drawing notes taking precedence. Where no heights are indicated, request clarification from
the Architect. Consult the Architectural and Plumbing Drawings to avoid conflicts prior to
roughing-in. All dimensions are to the center of the device unless otherwise noted.
Light Switches 46inches
Receptacles 18 inches
Receptacles at counters(verify) 46inches
Receptacles in utility room areas 46inches
Panelboard (top)in utility areas 72inches
3.2 INSTALLATION
A. Keep cutting and notching to an absolute minimum. Do not cut, channel or drill building
structural members without obtaining written direction from Architect. Employ qualified
workmen to cut and patch concrete, masonry,wood, and other finished surfaces. Framing or
finish work damaged by the Electrical Contractor shall be corrected at his expense in a
manner approved by the Architect.
B. Arrange circuit wiring as shown on the Drawings and do not alter or combine runs or homeruns
without the specific approval of the Architect. Feeder runs shall not be recombined or altered.
C. Relays, panels, cabinets, and equipment shall be level and plumb and installed parallel with
structural building lines. All equipment and enclosures shall fit neatly without gaps, openings,
or distortions. Provide approved devices for closing all unused openings.
D. Contactors, transformers, starters, and similar noise producing devices shall not be placed on
walls that are common to office or public spaces. Ballasts, contactors, starters, transformers,
and like equipment which are found to be noticeably noisier than other similar equipment on the
project will be deemed defective and shall be replaced.
BASIC ELECTRICAL MATERIALS AND METHODS (Performance Specification) 260500-3
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
3.3 COMPLETION
A. Complete each system and place in operation except where only roughing-in or partial systems
are called for. Each system shall be tested and left in proper operation free of faults, shorts, or
unintentional grounds. Demonstrate system in the presence of the Architect's Representative
when requested.
END OF SECTION 260500
BASIC ELECTRICAL MATERIALS AND METHODS (Performance Specification) 260500-4
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
SECTION 261100—RACEWAYS AND CABLES (Performance Specification)
PART 1 -GENERAL
1.1 WORKANCLUDED
A. Provide raceways,wire-ways, and associated fittings as herein specified and as shown on the
Drawings.
1.2 APPLICATION
A. Metal conduit may be used, restrictions as noted below and on Drawings.
B. Type NM/NMC/NMS cable may not be used on this project
C. Type MC cable(steel or aluminum clad) may be used as allowed by Local Authority Having
Jurisdiction and restricted as follows:
1. Branch circuit runs from j-boxes above accessible ceilings to luminaires in ceiling.
D. Rigid metal conduit(RMC)shall be used in hazardous (classified)areas and locations subject
to mechanical injury,for elbows on PVC conduit(1"and larger)and where embedded in
concrete. RMC in direct contact with earth shall be completely coated with bitumastic(asphalt
emulsion)to 3"above grade.
E. Electric Metallic Tubing (EMT) may be used in all dry and protected locations.
F. Flexible metal conduit(FMC)will be permitted only where flexibility is necessary.
G. Liquid-tight flexible metal conduit(LFMC)shall be used for connection to all equipment
subject to movement or vibration such as motors, heating-ventilating-air conditioning units,
and transformers.
H. Liquid-tight flexible nonmetallic conduit, type B (LFNC-B) may not be used.
1. Rigid nonmetallic conduit(RNC-Schedule 40 electrical PVC or fiberglass reinforced epoxy)
may be used for underground or under-floor raceways where approved by AHJ. Furnish
ground wire for each raceway.
J. Concealed electrical non-metallic tubing (ENT)and associated plastic outlet boxes may be
utilized as raceways for low-voltage power-limited circuits such as telephone and data
communications, fire alarm, low-voltage control, and audio systems.
K. Surface metal or plastic raceways may be utilized, only where necessary and approved by
Owner or Architect. Such raceways shall be painted to match adjacent finished surface.
L. Drawing notes requiring a specific type of raceway shall take precedence over the
Specifications.
1.3 CONDUIT SIZE
A. Under-floor and underground raceways shall be a minimum of 3/4" in size.
B. For branch and homeruns where no conduit size is shown on Drawings, size conduit according
to wire fill per N.E.C. Tables in Annex C for type THW.
RACEWAYS AND CABLES (Performance Specification) 261100-1
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
PART 2- PRODUCTS
2.1 FITTINGS
A. Rigid and intermediate metal conduit shall be coupled and terminated with threaded fittings.
B. Connectors and couplings for EMT shall be steel setscrew type, concrete tight,with insulated
throats on connectors.
2.2 MANUFACTURERS
A. MC: AFC/KAF-TECH CABLE SYSTEMS, ALCAN STABILOY
B. EMT: ALLIED ELECTRICAL CONDUIT
C. EMT& FLEX Fittings: HUBBELURACO
D. FLEX: AFC CABLE SYSTEMS
E. LFMC: LIQUATITE or LIQUID-TUFF.
F. RNC: CARLON, PWEAGLE, FRE COMPOSITES
G. Surface metal or plastic raceways(As allowed by Architect only): MONO-SYSTEMS INC,
PANDU PANDUIT, or WIREMOLD.
PART 3- EXECUTION
3.1 INSTALLATION
A. Provide pull boxes where required to limit the number of bends in any run to not more than
three 90-degree bends. Use code gauge galvanized sheet steel boxes of code required size
with removable covers, installed so that covers will be accessible after work is completed. Verify
with the Architect any locations in finished areas.
B. Conceal all wiring in finished spaces and elsewhere so far as practical. Conduits may run
exposed in parking garage and utility areas as approved by Architect. Exposed raceways shall
run parallel to structural lines.
C. Coordinate installation of raceways and outlets in cast-in-place concrete, gunite, CMU and
other types of construction with affected trades
D. Spacing of supports shall be per code requirements, Support multiple runs of suspended
conduits by hanger rods and "strut"complete with sway bracing. Support runs of raceway
above roof deck with closed cell polyethylene foam block supports—ERICO Pipe Pier PP50-4,
PP50-6, PP1 50 & PP300 or Architect approved alternate.
E. All conduits crossing expansion or seismic joints where cast in concrete shall be provided with
appropriate fittings which permit movement, equal to O-Z/Gedney, Type EX or DX.
F. Raceways shall be cleaned and free of all debris, moisture and obstructions prior to installation
of conductors.
G. Provide no. 12 pull wire or nylon pull line in all empty raceways. Number and label use of
empty raceways at each end.
END OF SECTION 261100
RACEWAYS AND CABLES (Performance Specification) 261100-2
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
SECTION 261200—CONDUCTORS AND CONNECTORS (Performance Specification)
PART 1 -GENERAL
1.1 WORK INCLUDED
A. Provide wires and cables as herein specified and as shown on the associated Drawings.
1.2 QUALITY ASSURANCE
A. Wire and cable shall conform to code and shall meet ASTM specifications.
PART 2 - PRODUCTS
2*1 MANUFACTURERS
A. GENERAL CABLE CORPORATION
B. ALCAN STABILOY(Aluminum MC Cable)
C. Architect approved substitution.
2.2 MATERIALS
A. No. 10 AWG and smaller conductors shall be Type"THHN" insulated, soft drawn stranded
copper. No. 8 AWG and larger conductors shall be type"THWN"or"XHHW" insulated, soft
drawn, Class B stranded copper. Minimum conductor size for branch circuits shall be No. 12
AWG unless otherwise noted.
B. Aluminum conductors shall be of the compact cross section type and minimum conductor size
shall be No. 6 AWG.
C. Where adverse conductor exposure exists, code approved insulation suitable for the conditions
encountered shall be used unless shown otherwise on the Drawings.
D. Wire and cable shall be new, shall have grade of insulation, voltage, and manufacturer's name
permanently marked on outer covering at regular intervals and shall be delivered in complete
coils or reels with identifying size and insulation tags.
PART 3- EXECUTION
3.1 SPLICES AND TERMINATIONS
A, Interior and dry location splices shall utilize 3M "SCOTCHLOCK"or IDEAL"Wing nut or
Twister"connectors installed properly. Splices for No. 8 and larger wires may be made with
approved pressure-type connectors. All taped joints shall be insulated with "3M SCOTCH 33"
or equal, applied in half-lap layers without stretching to deform.
B. Aluminum conductor terminations shall utilize approved mechanical or compression type lugs
installed with approved tools and oxide inhibitor compounds.Acceptable Manufacturers:
ILSCO, IDEAL, PANDUIT.
C. Wet location (including in-ground j-boxes, pole bases, vaults)splices shall be silicon filled
connectors (IDEAL"BluSeal"or approved)sized as required for number and gauge of
conductors.
D. Insulation shall be removed with a stripping tool designed specifically for that purpose. A
pocket knife is not an acceptable tool. All conductors shall be left nick-free.
CONDUCTORS AND CONNECTORS (Performance Specification) 261200-1
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
3.2 IDENTIFICATION
A. Phase, neutral, and grounding conductors shall be color-coded at equipment terminals with
colored bands or with continuously colored insulation. Means of identification of multi-wire
branch circuit conductors shall be permanently posted(engraved nameplate per
Spec.260500)at each branch circuit panel-board and load center.
B. 120/240 Volt I-phase 3-wire system conductors shall be color-coded as follows:
Equipment ground: Green.
Phase A and C conductors: Black and Blue
Neutral: White.
C. 120/240 Volt 3-phase 4-wire high leg delta system conductors shall be color-coded as follows:
Equipment ground: Green.
Isolated ground: Green with yellow stripe.
Phase A and C conductors: Black and Blue.
Phase B (high leg)conductors: Orange
Neutral: White.
3.3 INSTALLATION
A. To minimize pulling forces, conductors shall be lubricated as they enter raceways. Utilize
IDEAL Yellow 77, POLYWATER J or Architect approved substitute.
B. Provide and document an electrical resistance test of feeder conductors prior to pulling and
after installation in raceways.
C. Terminate aluminum conductors on approved lugs with approved oxide inhibitor compound.
D. Adjust wire size to account for voltage drop on long-branch circuit runs.
END OF SECTION 261200
CONDUCTORS AND CONNECTORS (Performance Specification) 261200-2
CLALLAM COUNTY VETERAN'S
CENTERIMPROVEMENTS
SECTION 261400—WIRING DEVICES (Performance Specification)
PART 1 -GENERAL
1.1 WORK INCLUDED
A. Provide switches, receptacles, and other devices as herein specified, required and as
shown on the associated Drawings.
1.2 SUBMITTALS
A. Provide complete list of devices used on project. Submittal shall include device data sheets.
PART 2- PRODUCTS
2.1- ACCEPTABLE MANUFACTURERS
A* PASS &SEYMOUR
B. Architect Approved Alternates
C. As noted herein for specialty items
2.2 MATERIALS
A. The following list of wiring devices covers the most commonly specified items and establishes
the grade of device for all areas. Should the Drawings indicate a device other than those listed
herein without reference to catalog number, such device shall be of the same grade and
manufacturer as like devices. See paragraph C below for device color. Note: GFI=Ground
Fault Interrupter, TR=Tamper Resistant, WR=Weather Resistant.
Single Pole Switch 20A 120V P&S#PT20AC1 series
Three-way Switch 20A 120V P&S#PT20AC3 series
Duplex Receptacle 15A 120V P&S#PT5262A series
Duplex Receptacle 20A 120V P&S#PT5263A series
TR Duplex Receptacle 15A 120V P&S# PTTR62A series
TR Duplex Receptacle 20A 120V P&S# PTTR63A series
GFI Duplex Receptacle 20A 120V P&S#PT2095 series
TR GFI Duplex Receptacle 20A 120V P&S#PT2095TR series
WR GFI Duplex Receptacle 20A 120V P&S#2095TRWR series
B. All wiring devices and plates shall be heavy-duty specification grade. All wiring devices shall be
furnished with a grounding screw. Device color shall be as selected by Architect from available
standard colors. Devices shall be mounted vertically unless otherwise noted.
C. Device finish plates shall be smooth nylon (color to match devices)suitable for location and
devices installed.
D. Provide raised galvanized steel covers for exposed surface-mounted outlets in electrical and
elevator equipment areas.
WIRING DEVICES (Performance Specification) 261400-1
CLALLAM COUNTY VETERAN'S
CENTER IMPROVEMENTS
E. GFCI type receptacles shall be of the self-test type.
F. Provide other special devices and cover-plates as noted on Drawings.
G. Receptacles in wet locations shall be installed with a hinged outlet cover/enclosure
clearly marked "Suitable For Wet Locations While In Use"and "UL Listed". There must
be a gasket between the enclosure and the mounting surface, and between the
hinged cover and mounting plate/base to assure proper sea[. Acceptable products:
TAYMAC Specification Grade Series. (contact TAYMAC at 1-800-526-5416 to find
source nearest you).
H. Provide multi-technology occupancy sensor controls (dual technology type with both
passive infrared and ultrasonic sensing)with built-in photocell and supersaver mode
as shown on the plan and as follows:
1. Wall mount type, small room: SENSORSWITCH WSD-PDT series.
2. Wall mount type, dual circuit: SENSORSWITCH WSD-PDT-2P series.
3. Wall/Ceiling mount corner type 1600 sq ft coverage: SENSORSWITCH CM-
PDT series with#PP-20 series power packs.
PART 3- EXECUTION
3.1 INSTALLATION
A. Provide devices suitable to the location in which they are installed.
B. Devices shall be installed vertically and perpendicular to finish floor except
where shown horizontal on Architectural elevations/details.
C. Cover-plates shall be installed tight to wall surface for flush mounted devices.
D. Identify panel and circuit number serving device as specified in Section 260500.
3.2 FINAL REVIEW
A. Devices and cover-plates shall be left clean and undamaged for final review.
Devices and plates rejected by Architect shall be replaced at no additional cost
to Owner.
END OF SECTION 261400
WIRING DEVICES (Performance Specification) 261400-2
CLALLAM COUNTY CITY OF PORT ANGELES—Cwnat-uclion rlbns
The lssu�nce of this perw;�!--1 imol these p!ans,sper-ifi-
cations and other da+- not P--- -�the building official
from thereafter the cor,P�. -i of errors in said
v� and other data, nr from preveniing
building operations L�;
carried on �reunder when in
violation of all codes L. -
VETERAN ' S CENTER IMPROVEMENTS '!"'s' spec"cabc . of this jurisdiction.
Oq 61
PROJECT #621306VC Date y
in
261 S FRANCIS STREET
PORT ANGELES, WASHINGTON
VICINITY MAP DESIGN TEAM INDEX OF DRAWINGS 0
U)
OWNER: ARCHITECTURAL LU
Of
Cmnty of Claillam WasNngton SHEET NO. SHEET TITLE
223 East Fourth st,Suite 7 AO-00 COVER SHEET
Port ArK
geles,Wuhhoon 98362 AO-01 COVER SHEET 2
Contact Joel Q ftborn,DInector LU
Lw."
AO-02 FACILITY SITE PLAN
Clallam County Parks,Fak+Facilities
PORT ANGELES HARBOR
ph:360.07.2429 A2-1 DEMOLITION FLOOR PLAN
PROJECT SITE jwinbornamdallammaus A2-2 ARCHITECTURAL FLOOR PLAN
A2-3 KITCHEN FLOOR PLAN
0
A2-4 OFFICE FLOOR PLAN
�x -5 >
A PPR OVET) B'r A2 WALL / DOOR TYPES DETAILS U)
-Iyop-i- ANGELES_—_ H)"OIITANGELJ�8 FIRE' DEFT, A9-1 INTERIOR ED EVATIONS
A9-2 CABINETRY SECTIONS
A -3
9 CABINETRY SECTIONS 0
1-0
Uj
"j Uj En
�>
ARCHITECTURAL SYMBOLS
7, ow
"00-
0
BRICK METAL pq 2F Z
F-
CERAMIC TILE PLYWOOD < = W
v- -i LU 0
CONCRETE WATERPROOFING
LIJ
6i
CONCRETE BLOCK WOOD BLOCKING
EARTH WOOD BLKG.CONT.
f
GYPSUM BOARD
INSULATION-RIGID
-Z'
4
INSULATION-BLANKET d
r
Li
Ld
C) =
C� U)
I INSID
ABBREVIATIONS DWR. DRAWER IN. INCH E DIAMETER(DIM.) S. SOUTH
E. EXISTING INSUL. INSULATION S.C. SOLIDCORE ARCHITECTURAL SYMBOLS
E.J. EXPANSION JOINT INT. INTERIOR S.F. SQUARE FOOT OR FEET
& AND E.P. ELECTRICAL PANELBOARD INV. INVERT S.S. STAINLESS STEEL COLUMN LINE A
/ ANGLE E.W.C. ELECTRIC WATER COOLER JAN. JANITOR SCHEID. SCHEDULE
@ AT EA. EACH SEC. SECRETARY
CENTERLINE EFS. EXTERIOR FINISH SYSTEM JT. JOINT SECT. SECTION
CHANNEL Ei EXTERIOR INSULATION KIT. KITCHEN SH. SHELF ROONITITLE OFFICE KEY NOTES
# POUND FINISH SYSTEM L.P. LOW POINT SHT. SHEET
(E) EXISTING EL. ELEVATION LAB. LABORATORY SHI SHOWER ELEVATION ELEVATION IDENTIFICATION
(N) NEW ELEC. ELECTRICAL LAM. LAMINATE: Sim. SIMILAR SHEET WHERE
SMACNA SHEET METAL&AIR CONDITIONING ELEVATION IS DRAWN
(R) REMOVE ELEV. ELEVATOR LAV. LAVATORY CONTRACTORS NATIONAL ASSOC. SECTION IDENTIFICATION
A.B. ANCHOR BOLT EMER. EMERGENCY LKIR, LOCKER SPEC. SPECIFICATION SECTION
ENCL. ENCLOSURE LT. LIGHT SHEET WHERE
ACOUS. ACOUSTICAL ENGIR. ENGINEER SPKR. SPEAKER SECTION IS DRAWN
ADJ. ADJUSTABLE EQ. EQUAL M.O. MASONRY OPENING SQ. SQUARE DETAIL IDENTIFICATION
A.F.F. ABOVE FINISH FLOOR EQPT. EQUIPMENT MAT. MATERIAL STA. STATION DETAIL SHEET WHERE
AGGR. AGGREGATE EXP. EXPANSION MAX. MAXIMUM STAG. STAGGERED DETAIL IS DRAWN
ALT. ALTERNATE EXPO. EXPOSED MECH. MECHANICAL STD. STANDARD AREA SHOWN ON LARGE
ALUM. ALUMINUM I EXTERIOR MEMB. MEMBRANE STL. STEEL SCALE DETAIL
ANOD. ANODIZED MET. METAL STOR, STORAGE WALLS TYPE OF WALL
APPROX APPROXIMATE F.A. FIRE ALARM MFD. MANUFACTURED STRUCT, STRUCTURAL (SEE WALL TYPE LEGEND)
ARCH. ARCHITECTURAL F.D. FLOOR DRAIN MFR. MANUFACTURER SUSIP. SUSPENDED
ASPH. ASPHALT F.E. FIRE EXTINGUISHER MIR MANHOLE SYM. SYMMETRICAL GLAZING FRAMES FRAME
BID. BOARD F.E.C. FI RE EXTI INIG Ul SHER CAB. MIN. MINIMUM T.&G. TONGUE AND GROOVE TYPE OF GLAZING TYPE(SEE
B ITUM. BITUMINOUS F.F.E. FINISH FLOOR ELEVATION MIR. MIRROR T.C. TOP OF CURB (SEE SCHEDULE) SCHEDi FRAME 2-1
F.H.C. FIRE HOSE CABINET misc. MISCELLANEOUS T.O.B. TOP OF BEAM HORIZONTAL BLINDS 9
BLDG. BUILDING F.O.C. FACE OF CONCRETE MTD. MOUNTED T.O.C. TOP OF CONCRETE (SEE SPECIFICATIONS) (SEE SHEET Al 2) �D-
Ei BLOCK F.O.F. FACE OF FINISH MUL. MULLION T.O.M. TOP OF MASONRY EXISTINGJNEW W>
BLKG. BLOCKING CEILING HEIGHT E 9'11'— --ELEVATIONAFF w
B.O.I.C. BY OWNER, INSTALLED F.O.S. FACE OF S-RJD N. NORTH T.O.P. TOP OF PARAPET '*6�-E DEMO IFAPPUCABLE ""v"'-E--FINISH.SEE SCHEDUL
BY CONTRACTOR FDN. FOUNDA71ON N.I.C. NOT IN CONTRACT T.O.R. TOP OF ROOFING DOOR NUMBER DOOR SUFFIX FOR
B.O.I.O. BY OWNER, INSTALLED FIN. FINISH N.T.S. NOT TO SCALE T.O.S. TOP OF STEEL MULTIPLE DOORS
BY OWNER FL. FLOOR NO. NUMBER T.O.W. TOP OF WALL ROOM NUMBER w
BOT. BOTTOM FLASH. FLASHING NOM. NOMINAL T.P. TOP OF PAVEMENT WHERE DOOR OCCURS !R
FLEX. FLEXIBLE N.A. NOTAPPLICABLE THK. THICK
C.B. CATCH BASIN FLUOR. FLUORESCENT O.A. OVERALL THRES. THRESHOLD STATION POINT
C.G. CORNER GUARD FPRF. FIREPROOF O.C. ON CENTER TIRD. TREAD PROPERTY LINE
C.I. CASTIRON F.R. FIRE RESISTIVE Typ. TYPICAL
O.D. OUTSIDE DIAMETER m
0
C.I.P. CAST-IN-PLACE FT. FOOT OR FEET
OR OVERFLOW DRAIN U.N.O. UNLESS NOTED OTHERWISE <1
C.j. CONTROL JOINT FTG. FOOTING OBS. OBSCURE UNF. UNFINISHED
C.M.U. CONCRETE MASONRY UNIT FURR. FURRING OPINIG. OPENING
C.O. CASED OPENING FUT. FUTURE OPP. OPPOSITE V.G. VERTICAL GRAIN
C.T. CERAMIC TILE G.B. GRABBAR V.I.F. VERIFY IN FIELD
CAB. CABINET G.V.P. GYPSUM VENEER PLASTER PLAM. PLAS71C LAMINATE:
VENT. VENTILATION 0
CEM. CEMENT G.W.B. GYPSUM WALL BOARD PL. PLATE F-
VERT. VERTICAL * wo
CL. CENTERLINE GA. GAUGE PLAS. PLASTER U.J I- —
VEST. VES71BULE �- Z
CLG. CEILING GAILV. GALVANIZED PLBG. PLUMBING uj W
CLR. CLEAR GIL. GRIDLINE PLYWD. PLYWOOD W. WEST >
COL. COLUMN GND. GROUND PR. PAIR
W.C. WATER CLOSET z 0 co
CONC. CONCRETE GIR. GRADE PT. POINT 7) Ix Lu
W.G. WIRE GLASS CA 0 a. -LJ
CONN. CONNECTION GYP. GYPSUM P. PAINT F- 0 C9
W.P. WALL PROTECTION V4 2 ;Z,
CONSTR. CONSTRUCTION QTY. QUAN71TY < w <
CONT. CONTINUOUS H.B. HOSE BIBB W.S. WEATHER STRIPPING -j
_j
S z 0�
CORR. CORRIDOR H.C. HOLLOW CORE I RISER W/ WITH w 0
CTR. CENTER H.M. HOLLOW METAL R.D. ROOF DRAIN WP. WATERPROOF 0
H.P. HIGH POINT WT. WEIGHT 0
R.O. ROUGH OPENING
D.F. DRINKING FOUNTAIN HDWD. HARDWOOD ui
RB. RUBBER BASE ---')
0
D.S.P. DRY STANDPIPE HDWE. HARDWARE RECT RECTANGULAR
DBL. DOUBLE HR. HOUR REF. REFERENCE
DEPT DEPARTMENT HORIZ HORIZONTAL RIEFR REFRIGERATOR
DET DETAIL HT. HE I GHT REINF. REINFORCED
DIA. DIAMETER REQD. REQUIRED g) <=)
DIM. DIMENSION RESIL. RESILIENT I
0
DISP. DISPENSER RM. ROOM
DR. DOOR F--
m uj
DS. DOWNSPOUT 0 =
DWG. DRAWING C) ---,I cn
KEY NOTES:
Al 0 1.MAI N B Ul LDI NG-LI M ITS OF CONSTRUCTION
ARE WITHIN BUILDING INTERIOR WITH SOME
MINOR MODIFICATIONS TO EXTERIOR SHELL.
A102.EXISTING ACCESSORY BUILDING,-NOT PART
F— — — — — — - OF SCOPE OF CONSTRUCTION.
I A103.CONTRACTOR PARKING AND LOADING
0 1 ZONE�EXACT AREAS FOR CONTRACTOR USE
1 13 L— — — — — — — — WILL NEED TO BE COORDINATED WITH OWNER
PRIOR TO START OF CONSTRUCTION.
A104.BUILDING MAIN ENTRANCE FOR
CONTRACTOR USE,
A105.ALTERNATE BUILDING ENTRY FOR WORK IN
KITCHEN AREA AND OTHER AREAS AS
COORDINATED WITH OWNER.
Al 06.CONTRACTOR STORAGE AND LAYDOWN
AREA;SECURITY OF THIS AREA IS
A101 RESPONSIBILITY OF THE CONTRACTOR.
A107.ADJACENT RESIDENTIAL BUILDINGS:
uj CONTRACTOR IS NOT TO DISTURB THE
LL1 OCCUPANTS OF THESE BUILDINGS AT ANY TIME
of
WITHOUT PRIOR AGREEMENT.
FIRM cl)
ul
fn
0
c U)
o
u i
> <
>0
L. . . . . . . . . . . . - — - — - — - — - — - —
-i w 0
0 0 rL
P,
EAST 3RD STREET 0
G!f
F:
CD
0
FACILITY SITE PLAN z
uj
0 =
CD cn
GENERAL NOTES: MEN'S TOILET WOMEN'S TOILET STORAGE AISLE STORAGE
THESE NOTES APPLY TO ALL DRAWING SHEETS AND ARE D100 104 116 1-17 /'--118 119
PART OF THE CONTRACT DOCUMENTS.
1.ALL CONSTRUCTION WORK SHALL BE DONE IN STRICT lo
COMPLIANCE WITH THE LATEST EDITION OF THE D106
INTERNATIONAL BUILDING CODE,AS AMENDED BY THE D101
STATE OF WASHINGTON AND WITH ALL OTHER STATE D105 Dl 13 Dl 13
AND LOCAL CODES AND BUILDING REQUIREMENTS THAT MEETING OFFICES
r N. ____j ' L
APPLY 100 ENTRY VESTIBULE
2.THE CONTRACTOR AND SUBCONTRACTORS SHALL D105 Dl 02 Dl 13 120
VERIFY ALL DIMENWNS AND CONDITIONS SHOWN ON
DRAWINGS AND AT ME EXISTINIG BUILDING. NOTIFY
OWNER OF ANY DISCREPANCIES PRIOR TO START OF D106
WOW,.ALL WORK IS TO BE COORDINATED WITH OWNER. STORAGE
3.BIDDING CONTRACTORS AND SUBCONTRACTORS D113 D106 >_
SHALL CAREFULLY EXAMINETHE SITE AND THE 106 TORAGE ca
CONSTRUCTION DOCUMENTS. DISCREPANCIES IN THE
PLANS OR SPECIFICATIONS SHALL BE CALLED TO THE 105
ATTENTION OF THE OWNER PRIOR TO SUBMISSION OF
BID SO THAT ADDENDA MAYBE ISSUED. FAILURETODO CD1 13)
SOON THE PART OF THE CONTRACTORS DOES NOT D106
RELIEVE THEM OF THE RESPONSIBILITY TO PROVIDE A D104
CORRECT AND FINISHED PR0,DUCT. W.H. STORAGE STORAGE
4.ALL PLAN DIMENSIONS ARE TO GRIDLINES,FINISH FACE 112 1 111
OF FRAMED WALLS.U.N.O. D113 MEETING ROOM
5.FOR RE-FLOORING OFAREAS,CONTRAC70R WILL BE Q:iD D103 115
REQUIRED TO TEMPORARILY REMOVE AND REINSTALL K3;6 0
ITEMS SUCH AS FLOOR-MOUNT TOILETS.TOILET 1 0 -1 1
PARTITIONS..DOORS,ETC. REINSTALL TOILETS WITH NEW D106 D103
WAX SEALS_ 0
6.CONTRACTOR SHALL OBTAIN PERMITS FROM CITY OF D110 D113
PORT ANGELES FOR ANY TRAFFIC OBSTRUCTIONS,
SIDEWALK CLOSURE,PARKING,TRADE PERMITS ETC..
BUILDING PERMIT WILL BE OBTAINED AND PAID FOR BY Dlll DINING ROOM
THE OWNER. KITCHEN 114
T.SITE USAGE:USE OF THE SITE FOR ANY 113
CONSTRUCTION STAGING OR OTHER OPERATIONS SHALL w
BE COORDINATED WITH THE OWNER. DO NOT BLOCK OR D113
ADVERSELY AFFECT ANY PUBLIC OR ADJACENT AREAS (Dl 12 -
OR OTHER AREAS NOT WITHIN THE CONSTRUCTION D113
LIMITS. DO NOT DISTURB TENANTS OF THE BUILDING OR
THEIRCLIENTS. >
�j L - - - - - D106 D106
B.SITE USAGE FOR EQUIPMENT.USE OF AND LOCATION D=106 0
-1 ., - /___ - -_ m <
OF ALL EQUIPMENT MUST BEAPPROVED BY THE OWNER.
Off� U)
IFAPPROVALAND I OR USE OF ANY EQUIPMENT AFFECTS IT r-
A CONTRACTORS BID THEN CONTRACTOR WILL BE
REQUIRED TO OBTAIN APPROVAL PRIOR TO BID
SUBMISSION.ACCEPTABLE SUPPORT AND PROTECTION DEMOLITION FLOOR PLAN
OF EXISTING GROUNDS AND PROPERTY SHALL BE
INCLUDED IN CONTRACTORS BID AMOUNT. 14.ALL WORK SHALL BE PERFORMED IN A FIRST CLASS, 17.DURING CONSTRUCTION.ALL PUBLIC STREETS. 21.AS DETERMINED BY THE OWNER,THE CONTRACTOR fn 2-1
SIDEWALKS AND PRIVATE PROPERTY ADJACENT TO THE 0
WORKMAN-LIKE MANNER MATCHING AND ALIGNING ALL SHALL BE RESPONSIBLE FOR REPLACING OR REPAIRING F_
9.BUILDING EXITACCESS'MAINTAIN FREE,SAFE AND SURFACES,WHERE APPLICABLE,TO AFFORD A FINISHED PROJECT SHALL BE KEPT CLEAN OF MATERIAL DEPOSITS HIS OWN DEFECTIVE WORK AS WELL AS ALL COSTS Dl 10.EXISTING PAS&THRU COUNTER AND TRIM TO BE b
APPROVED MEANS OF EGRESS IN AND OUT OF PROJECT AND CLEAN APPEARANCE THE CONTRACTOR SHAH RESULTING FROM ON-SITE CONSTRUCTION,AND INCIDENTAL THERETO INCLUDING DAMAGE TO OTHER KEY NOTES- REMOVED. LLJ
LOCATION AND ANY OCCUPIED BUILDING(S)IN CLEAN ALL SURFACES AND REMOVE ALL DIRT AND EXISTING STRUCTURES SHALL BE PROTECTED. WORK.FURNISHINGS,MATERIALS AND i OR EQUIPMENT. Z F__ =
0100.EXISTING EXTERIOR DOOR,FRAME MID TRIM TO BE (�Dlll.EXISTING PLASTIC LAMINATE WOODCABINE1 Uj LLJ
ACCORDANCE WITH REQUIREMENTS OF CITY OF PORT REFUSE CAUSED BY DEBRIS FROM INSTALLATION FRYAND > M <
ANGELES. TECHNIQUES OF EACH TRADE ADJACENT EXISTING 18.ALL WORK,INCLUDING ANY DEMOLITION.MUST BE C�o REMOVEDAND SALVAGED FOR OWNERS RE-USE. BACKSPLASH TO BE REMOVED;TYP. w
1:4 >
SURFACES SHALL BE LEFT AS THEY APPEARED PRIOR TO COORDINATED WITH THE OWNER ON A DAILY BASIS. C) z (f)
10.COORDINATION:CONTRACTOR SHALL COORDINATE D101.EXISTING ELECTRICAL PANELS TO REMAIN. Dl 12.EXISTING SINK AND PLUMBING TO BE REMOVED; 0 :3 Lu
THE COMMENCEMENT OF WORK UNDER THIS CONTRACT, 0 -1
REQUIREMENTS OF ALL TRADES TO ALLOW FOR TIMELY 19.CONTRACTOR SHALL VERIFY ALL PERTINENT EXISTING PLUMBING CONNECTIONS ARE TO BE RE-USED IN 1-4 LLI
INCLUSION IN THE WORK ALL REQUIRED ITEMS SO AS UNLESS SPECIFICALLY STATED ELSEWHERE UTILITES SUCH AS;SANITARY SEWER.STORM SEWER, D102.EXISTING CORK BULLETIN BOARD TO BE REMOVED CONNECTION OF NEW SINKS. PA 0 0
AND SALVAGED FOR OWNERS RE-USE. 0-f M
NOT TO DELAY THE WORK OR THE WORK OF ANY 15.CONTRACTOR SHALL BE RESPONSIBLE FOR GAS AND ELECTRICAL POWER.CONTRACTOR SHALL w <
SUBCONTRACTOR. VERIFY EXISTING ELECTRICAL SERVICE AND SHALL 0113.EXISTING FLOOR FINISHES TO BE REMOVED, _j
MAINTAINING CONDITIONS AT THE JOB SITE SO AS TO _j
MEET THE REQUIREMENTS OF THE OCCUPATIONAL PROVIDE TEMPORARY SERVICE AS REQUIRED FOR D103.EXISTING ACCORDIAN DOORS,FRAME AND TRIM TO -4 :5 W 0
11.SPECIFICATION&REQUIREMENTS OF THE CONSTRUCTION. BE REMOVED AND SALVAGED FOR OWNERS RE-USE. 0 0 0 0-
SAFETY AND HEALTH ADMINISTRATION(OSHA),DURING
SPECIFICATIONS APPLY TO ALL ASPECTS OF THE WORK
TliE ENTIRE CONSTRUCTION PERIOD.THIS PROVISION D104.EXISTING HOT WATER HEATER TO REMAIN.
AND ARE INCLUDED AS ADDTIONAL INFORMATION FOR SHALL COVER THE CONTRACTORS EMPLOYEES AND ALL 20.UNLESS OTHERWISE NOTED,PROVIDE ALL
EACH ITEM SO SPECIFIED. IF DISCREPANCIES EXIST OTHER PERSONS WORKING UPON OR VISITING THE SITE. MISCELLANEOUS FASTENERS,HARDWARE AND LLJ
BETWEEN SPECIFICATIONS AND DRAWINGS.THE MORE ACCESSORIES AS REQUIRED FOR A COMPLETE D105.EXISTING UNIT WALL HEATER TO BE RELOCATED AS L'j
THE CONTRACTOR SHALL ADVISE AND INFORM HIS SHOWN UNDER OWNER DIRECTION. _j
STRINGENT REQUIREMENT(S)SHALL PREVAIL. NOTIFY INSTALLATION,WHETHER OR NOT SUCH ITEMS HAVE I-_ Of
THE OWNER,IN WRITING.OF ANY DESCREPANCIES PRIOR EMPLOYEES,SUBCONTRACTOR AND SUPPLIERS OF ALL BEEN SPECIFICALLY MENTIONED IN THE DRAWINGS AND OIL
TO SUBMITTAL OF BID TO OBTAIN CLARIFICATION. OSHA REQUIREMENTS. SPECIFICATIONS. NOTIFY THE OWNER OF ANY REVISIONS D106.EXISTING BASEBOARD HEATING TO BE REMOVED:
16.ALL MATERIALS USED FOR CONSTRUCTION SHALL BE OR ADDITIONAL INFORMATION OBTAINED FROM THE NEW HEATING UNDER A SEPARATE CONTRACT.
12.CONTRACTOR SHALL BE RESPONSIBLE FOR SECURITY ABLE MANUFACTURER OF SPECIFIED MATERIALS OR D107.EXISTING ELECTRIC OVEN TO BE REIVIOVED.
OF ALL MATERIALS STORED ON-SITE UNTIL FINAL NEW AND UNDAMAGED AND SHALL BE MADE AVAIL EQUIPMENT WHICH MAY AFFECT THE CONTRACT TIME, C>
FOR INSPECTION AND APPROVAL BY THE OWNER PRIOR CD -
ACCEPTANCE OF WORK BY THE OWNER. COST OR QUALITY OF WORK- CN 4
TO INSTALLATION.THE CONTRACTOR SHALL PROVIDE D108'EXISTING REFRIGERATOR TO BE REMOVED AND d - 6
13.ALL WORK AND MATERIALS SHALL BE INSTALLED IN THE OWNER WITH A CERTIFICATE OF MATERIALS FROM RELOCATED IN PROJECT. :D 6 =
STRICT ACCORDANCE WITH MANUFACTURERS AND THE SUPPLIER,IF REQUESTED. < Z i--
D109.EXISTING RESIDENTIAL HOOD AND DUCTWORK TO BE L:j LLJ
INDUSTRY'S RECOMMENDATIONS OR SPECIFICATIONS. REMOVED AND SALVAGED FOR OWNERS RE-USE. In
SUBMIT SHOP DRAWINGS AS REQUIRED IN !;�i 0
CD
KEY NOTES:
A101.CENTER LINOLEUM FLOOR TILE LAYOUT AT
CENTERLINE OF MAIN ROOM AXISES,TYPICAL
A 102. LOCATE LINOLEUM FLOOR TILE PATTERN IN FIELD
TILE AS SHOWN
— — — — — —— — I — — — — — — — — — — — — — —— — — — — — — — A103.AUGN LINOLEUM FLOOR TILE JOINTS RUNNING IN THE
NORTH I SOUTH DIRECTION IN ROOM 105 WITH THE
EQ_r--\LE0_I, ELECTRICAL MEN'S TOILET WOMEN'S TOILET STORAGE AISLE STORAGE ENTRY VESTIBULE UNOLELIM FLOOR TILE JOINTS RUNNING IN THE NORTH
v 104
121 116 117 1-18 1 120 SOUTH DIRECTION IN ROOM 114.
TT TT
Al 04.EXISTING PODIUM TO REMAIN;EXTEND FLOOR
El c E�D COVERING UP SIDES AND ON TOP OF PODIUM.
PIE In
OFFICE OFFICE
102 103
RECEPTION WAITING
101 ------- ------
FFICE
AISLE 103 A101
108 ::::"z—— / I
SIOIZA3E/ CENTER TILE JOINTS
RUNNING IN THE
EAST-WEST
AISLE
107 DIRECTION ONLY; 0
SEE NOTE A103 !Q
W.H. STORAG OFFICE OFFICE >
Lu
112 110 109 T RAGE
106 MEETING ROOM
STORAGE 115
NI . 11 � ..
-4--t--4- -4- -4- 4- --4. -
In
F 51
4-1
rA
T �
F___j_] KITCHEN
>0
1>
A2-3 113
z 0
(Al 04 Lu
A A F-
C�4 LLj w
I I v �j 0 >
N L--------j o w
z 0
n W
41-0" 4'-0" 4'-0" FLOOR FINISH LEGEND u < i3f Z
4'-0" w <
ol �- I—
< � w
F-I uN-tA --i w 0
LN-lB
Lil uj
LN-ic
EM
CD
Z)
FLOOR PLAN < Z
m
1/811=11-01, C)
c:j >1 cn I
KEY NOTES:
A101.NEW PLASTIC LAMINATE OVERHEAD CABINETS
A102. NEW 34'H X 24"D PLASTIC LAMINATE BASE
3 3.1 3'-6* CABINETS WISOLID SURFACE COUNTERTOP&INTEGRAL
v L' BACKISIVE SPLASH
VERIFY 0 TRANCE
REC ED
A103.NEW COMMERCIAL GRADE RANGE BY OWNER
A104.NEW 34"H X 3(r D PLASTIC LAMINATE BASE
---fAl 05 CABINETS V41SOLID SURFACE COUNTERTOP&INTEGRAL
BACKISIDE SPLASH
Al 06.NEW INFILL INTERIOR WALL @ EXISTING
Al 03 _--CAl 0 6�
A105.NEW COMMERCIAL GRADE STAINLESS STEEL
EXHAUSTI VENTILATION HOOD
'oo" 20
'oo"
—A 10 1) PASS-THRU OPENING;SEE WALL TYPES.SHEETA2-5
Al 0 4� A107.NEW COMMERCIAL GRADE ICE MACHINE:BY
OWNER
_-�A�10 2 A108,EXISTING/RELOCATED REFRIGERATOR
A109.NEWFULL HEIGHT GWB PARTITION WALL:DELETE
1X CAP PIECE,SEE WALL TYPES,SHEET A2-5
Lli
> Al 10.NEW COMMERCIAL GRADE DROP-IN STAINLESS
_-�Al 08 STEEL SINK (Pi)
x-
2 Al 11.NEW COMMERCIAL GRADE DROP-IN STAINLESS
4; C, _r"'\ >
SIf A.FULL HT. --CAl 09) STEEL HANDWASH PREP SINK(P2) Lu
wk Irk ol T-0"
--(A 10 2)
�Jd
0
m
rl
ll'-10"VERIFY 20
e
0—
cn
FLOOR PLAN
ri LU W Co
1 > ZE <
1/4`=l'-0" Lu
a 0 CD
7) W UJ
c PLUMBING FIXTURE SCHEDULE
P, < <
MFR.&MODEL
<
NO. FIXTURE MANUFACTURER MODEL NO. MOUNTING TYPE MATERIAL SIZE NO.OF FAUCET DRAIN TRAP ACCESSORIES w v HW cw SUPPLIES NOTES __j w 0
AND VALVE
Lli
N. LLJ D
18 GA. 1-112 X 17 0
SELF-RIM, LENGTH X olf
Pi 3-COMPARTMENT ADVANCE TABCO DI-3-1612 COUNTER TYPE 304 251N. ADVANCETABCO INTEGRAL GALV., 1-1/2" 1-1/2" 1/2" 1/2" 1 F=: Q-
SINK TYPE STAINLESS WIDE X 12 K-58 CHROME
STEEL IN.DEEP PLATED
231N. C)
C14
SELF-RIM, TYPE 304 LENGTH X 1-1/2 X 17
P2 HAND WASH SINK ADVANCE TABCO DI-1-208 COUNTER STAINLESS 21 IN. ADVANCETABCO INTEGRAL GALV., 1-1/2" 1-1/2" 1/2" 1/2"
K-52 CHROME
TYPE STEEL WIDE X 12 Li
PLATED m Lij
IN,DEEP 0
36-0, VER177 KEY NO I ES-
lo 16-5 3/4"
A101.NEW FLOOR FINISHES,SEE SHEET A2
lo
=A102 A102. EXISTING UNIT WALL HEATER RELOCATED;
CENTERED BETWEEN RECEPTION DESK AND EXTERIOR
WALL
20 A103.NEW PLASTIC LAMINATE RECEPTION DESK
1036
HOLD WALL BACK AT '0'6 Sim
WINDOW HEAD AND Sil A104.NEW PARTIAL HEIGHT WALL;SEE WALL TYPES,
L ELECT. SHEET A2-5
20 INSTALLWOODTRIM 121
20 SURROUND AND STOP-IN A104A.NEW INFILL INTERIOR WALL:SEE WALL TYPES,
IN (KI O�_4
J/ 1/4"TEMPERED GLASS IN 2 SHEET A2-5
WOOD WITH GLAZING Sim A105.NEW INFILL EXTERIORWALL,SEEWALL TYPES,
TAPE. BUT TO WINDOW A 1=0-5 fn
L? RECEPTION WAITING OFFICE SHEET A2-5
Z.:' WITH GLAZING TAPE.
101 Al 07 102
VERIFY DETAIL WITH A106.NOT USED.
OWNER.
Al 07.NEW WOOD DOOR,FRAME AND HARDWARE:SEE
DOOR SCHEDULE,FRAME SCHEDULE AND
Al 07
Al 0 1 TYP. OFFICE SPECIFICATIONS.
103 A108.COORDINATE DESIGN-BUILD ELECTRICAL WITH
C14 CABINETRY AS INDICATED ON SHEET A9-3
64
LL �'Al 03 AISLE
= , 0
LLI 00
> i:z� 0 1 108
36 Al 04 TYP. UNO
00 LEGEND
CN (2) Lo
11 OV WALL OUTLET NOTE
756
C)
11OV, 4—PLUG, DEDICATED WALL
OUTLET. (PROVIDE DEDICATED 15A
T-5 I A" 4'-3 112" AISLE CIRCUIT AND ONE SPARE); 18" AFF,
------- 107 UNO.
90 111-91, 20 9'-4 3/4" 9'-5" 5-5 11 TELEPHONE WALL JACK, SEE
_7
SPECIFICATIONS; 18" AFF, UNO 0
co
/0 2i
20 COMPUTER / DATA WALL JACK, SEE
20
SPECIFICATIONS; 18" AFF, UNO
OFFICE OFFICE
110 109 $ WALL SWITCH, SEE SPECIFICATIONS;
STORAGE
106 1 18" AFF, UNO cn 2-1
A107 0
IF-
b
H. STORAGE STORAGE A NOTE:COORDINATION AND HOOK-UP OF TELEPHONES SHALL uj
112 ill BE THRU COUNTY IT DEPARTMENT. CONTACT TERESA uj Lu En
BIBLIER AT 360.417.2346. > :a �
U-1 -
777&/ z 0 U)
107A =) w Lu
20 20 NOTE:COMPUTER NETWORKING BY OWNER. COORDINATE 0 ia. d
0 7F (D
2X6 STUDS VERIFY 2X6 STUDS VERIFY THRU COUNTY IT DEPARTMENT. CONTACT GREG HELWICK r, z
AT 360.417-2598. 0 <
0 0 0 < w
36'-0"VERIFY _j U-1 0
I u v
I r A
FLOOR PLAN
1/4"=V-0"
C:)
C-4
:eff
F-
Ld
CID LJ
0 =
V)
.............................................I..................................I .....................
.......................... .............................................I............ .... .. ..: %.
........ ..... . .................................... .................
7Tle'VERIFY ......
. ..............
.......... ...............
...........
........................... . .... ..
.......... .................................. ............ ....................
4
.1.1.1.1.1.1.1.11=1.1.1.1.1.1.*.�=.,.,.*.,.*.,.,.*.,.*.I..........
.....................................
. ............. .....................
NOTE:THIS IS AN INFILL EXTERIOR ........... ...........
. ........ ..... ....................
. ....... ......
...................... ..
.......................................................
................
................ .......................... .... .......
. .. .......
............................... ................................................. .... .... ............ ...................
.......... ...........
WALL;CONTRACTOR WILL NEED TO ...........
WALL HEAD
WALL AND HEIGHT OF OPENING.
VERIFY THICKNESS OF EXISTING VARIES
5/8"PLYWD.SIDING;PAINTED E
8'-0" ALIGN WITH 1X MAPLE TRIM;STAIN TO
\4v EXISTING WALL TRIM
MATCH EXISTING WOOD
2X6 WOOD STUDS AT 16-INCHES
TRIM
O.C.:TYP.
lX2 MAPLE TRIM;STAIN TO
R-19 FIBERGLASS FOIL-FACED BATT MATCH EXISTING WOOD
in
INSULATION;TYP. TRIM;TYP.
30#BUILDING PAPER VAPOR
BARRIER
5/8"GWB;PAINTED;TYP.
NOTE:WALL AT POCKET DOOR:USE
518"GWB,PAINTED 2X4 STUDS SET PARALLEL TO DOOR
SLIDE,2X2 FLOOR PLATES AND 2X4 WOOD STUDS AT 16"
DOUBLE 2X HEADER TO MATCH O-C.-TYP_OR AS NOTED
WALL THICKNESS
WALL PLAN
co
FLOOR FINISH AND BASE;SEE
EXISTING PLYWD.SUBSTRATE TO
ROOM FINISH SCHEDULE;TYP. REMAIN; RENAIL OR SCREW AT
INTERVALS AS REQUIRED BY
FLOORING MANUFACTURER;TYP.
WALL BASE
............. ........... ............ ..........
.........................................
. . . ................................................. ...... ............... ..... ...................... ..............................
..... ......
... ....... ...... ........
% %
.................I...................................................I.........I................
......................I...............I...........I.............I...................................................................
........................................................................................................................................
V...................................
.............................. ......................�*.1.1=1.1.1.1.7.1....................................
...............
..........................................................
�. WALL TYPE WALL TYPE
.....................
%..........................................
............. .................................. I
.............. ...... .........=..............%.............. ......
................................................... .............. ..............%.............. ....
..........%..........
......................................................
..... . .. . .....................
...................... . ............................................... ...............
..........................
.......................................... ........................ .......................
1-1/2"=V-0" .........
.................................................................. ................................... ........
.............:....................................................................................................................I........................................................
................. ................... .. ...
....... ...................... ............................. ...................:..;..........
............. .... ............. m
. .............................. ....
.......................................
. ....................................
............................................... .... ..
............................................... ............................ ...
...............................:.
........... ....
.................... .......................................................
................... ..................................
co
WALL SUBSTRATE VARIES,SEE WALL SUBSTRATE VARIES,SEE 4" 7'
WALL TYPES WALLTYPES —lo
4"OR 6"RUBBER BASE(SEE FINISH cn
�!! 0
SCHEDULE),SET TIGHT TO WALL, METAL FLASH COVE CAP STRIP
AT LEVEL LINE,IN CONT.BED OF INSTALLED AT AREAS NOT ui i—
ADHESIVE COVERED BY CABINETRY U)
>
FLOOR FINISH,SEE FINISH GLAZING AS 0 co
MFG'S FLASH COVE STRIP,CONT. M a: uJ
SCHEDULE SCHEDULED lu
pf
FLOOR FINISH,SEE FINISH 0 Z
VERIFY FLOOR PREP SCHEDULE: EXTEND UP WALL OR cf) Lu <
REQUIREMENTS WITH CABINET TO 'DIMENSION INDICATED
--i uu 0
FLOORING MANUFACTURER
VERIFY FLOOR PREP TYPE B
DOOR .. Ld
N
REQUIREMENTS WITH FLOORING uJ
_j
B
MANUFACTURER 1/4"=l
< F-
CN .;t
DOOR TYPES ci
RUBBER BASE DETAIL ) COVE 13ASE DETAIL <
L:j
m
3"=V-0" 3"=1-01, C:>
cn
T-1 1" 4'-0" 3
01 7'-D"VERIFY T-0 3/4"
lo
Al 13
A9-2 C--CA,=109)
Fp.
T-6"V RI FY
7 EQ. EQ, EQ.
lo lo
Al 06
5'tO"VE FY I
11 11 1 11
N0Ffl1-11:k 4�- EAST� SOUTH
KITCHEN - NORTH 6-0'
oo
1/4"=V-0" 2 0
2 2 A9 3 A9-3 A9-3
I I Lu
A9-2 A9-2 Sim.
s1k.
T-0"
7ZI T-611 11-61,
Nff\74/71
6"RADIUS 6'RADIUS
CORNER
CORNER ca
T
6�
w ST C:ne
T RECEPTION - NORTH RECEPTION SOUTH WEST
EAQ (4)EQUAL EQ. 1/4"=V-0" 1/4"=1'-0" wi
;p`7 cn ->
KEY NOTES:
All 6.4-GANG ELECTRICAL BOXES AND CONDUIT
A108.EXISTING RELOCATED REFRIGERATOR MOUNTED IN CABINETRY FOR USE BY DESIGN-BUILD z 0 U)
A101.NEW PLASTIC LAMINATE OVERHEAD CABINETS ELECTRICAL CONTACTOR 'r =01 WL �!
WHERE SHOWN A109.NEW FULL HEIGHT GWB PARTITION WALL;DELETE "oj
1X CAP PIECE;SEE WALL TYPES,SHEET A2-5 i3f
A102.NEW W H X 24-0(OR W D AS SHOWN)PLASTIC w
LAMINATE BASE CABINETS W/SOLID SURFACE A110-NEW COMMERCIAL GRADE DROP-IN STAINLESS 0
COUNTERTOP&INTEGRAL BACK/SIDE SPLASH STEEL SINK. -i w 0
0 0 il-
A103-NEW COMMERCIAL GRADE RANGE,BY OWNER All 1.NEW COMMERCIAL GRADE DROP-IN STAINLESS
STEEL HANDWASH I PREP SINK. LLJ
LLJ
A104.NOT USED 0
A11Z STORAGE FOR EXISTING(6)24-LX 13-WX 9"H Of
A105.NEW COMMERCIAL GRADE STAINLESS STEEL STEAM TABLES. 0-
EXHAUST I VENTILATION HOOD W1 STAINLESS STEEL
RACKSPLASH AND DUCT COVER. Al 13.EXISTING GWB WALL,PATCH AND REPAIR AS
REQUIRED;RE-PAINT
C:)
A106.NEW INFILL INTERIOR WALL @ EXISTING
PASS-THRU OPENING;SEE WALL TYPES.SHEET A2-5 A114.10-INCH DIAMETER STAINLESS STEEL EXHAUST
DUCT WITH STAINLESS STEEL EXTERIOR WALL VENT ZD
A107 NEW COMMERCIAL GRADE ICE MACHINE,BY WITH DAMPER
LLJ Lu
OWNER. m LLJ
C> =
A115.NEW PLASTIC LAMINATE RECEPTION DESK V)
NOTE:TYPICAL CONSTRUCTION TO BE REVEAL NOTE:TYPICAL CONSTRUCTION TO BE REVEAL
OVERLAY USING 3/4"EXTERIOR GRADE PLYWD.WITH OVERLAY USING 3/4"EXTERIOR GRADE PLYWD.WITH
HIGH PRESSURE PLASTIC LAMINATE ON ALL EXPOSED HIGH PRESSURE PLASTIC LAMINATE ON ALL EXPOSED
%I AND SEMI-EXPOSED SURFACES AND SEMI-EXPOSED SURFACES
HOLES AT 3"O.C.FOR ADJUSTABLE SHELVING;TYP.
EXISTING WALL FINISH TO REMAIN;PATCH AND
PLAM-1.ALL EXPOSED AND SEMI-EXPOSED SURFACES REPAIR AS REQUIRED BY NEW DESIGN/BUILD
EXCEPT CABINET INTERIORS TO BE MELAMINE PLUMBING AND ELECTRICAL;RE-PAINT;TYP.
2"VALANCE FOR FUTURE
UNDERCABINET LIGHTING
BEVEL BACK SURFACES THAT CONTACT WALL FOR
SCRIBING OF CABINETRY TO WALL;TYP.
EXISTING WALL FINISH TO REMAIN-PATCH AND
REPAIR AS REQUIRED BY NEW DESIGN/BUILD
PLUMBING AND ELECTRICAL;RE-PAINT;TYP.
2--1 2-6" 3-COMPARTMENT WASH SINK;SIMILAR AT HANDWASH
INK
SIMULATED STONE COUNTERTOP,BACKSPLASH AND 21 SIMULATED STONE COUNTERTOP,BACKSPLASH AND cn
EDGE(SIDE SPLASH WHEN ALIGNING WITH GWB EDGE(SIDE SPLASH WHEN ALIGNING WITH GWB
WALL);ALL BACK/SIDE SPLASH AND COUNTERTOP WALL);ALL BACK I SIDE SPLASH AND COU NTERTOP
EDGES ARE TO HAVE A 45'CHAMPHER EDGES ARE TO HAVE A 45'CHAMPHER
HOLESATT'O.C.FOR ADJUSTABLE SHELVING,TYP.
PLAM-1 AT ALL EXPOSED VERTICAL SURFACES ON PLAM-1 AT ALL EXPOSED VERTICAL SURFACES ON 0 co
Z :3 W Lu
OUTSIDE OF CABINET-ALL INTERIOR SURFACES TO OUTSIDE OF CABINET:ALL INTERIOR SURFACES TO 2 o a- -,
E-- 0 M (9
cq BE MELAMINE,TYP. BE MELAMINE,TYP. -
UJ
F- F-
< = W
CABINET DOOR/DRAWER;SEE CASEWORK CABINET DOORlDRAWER;SEE CASEWORK -i w 0
ELEVATIONS FOR SPECIFIC CONFIGURATIONS;TYP. ELEVATIONS FOR SPECIFIC CONFIGURATIONS;TYP.
6"COVED BASE;TYP_ 6"COVED BASE;TYP_
FINISH SCHEDULE TYP.
0
SHEET FLOORING,SEE ROOM SHEET FLOORING,SEE ROOM CL
FINISH SCHEDULE TYP.
It
C3
SECTION AT CASEWORK SEC-flON AT CASEWORK cli
Ld
V)
PLAM-1 ON ALL WALL AND TRANSACTION PLAM-1 ON ALL WALL AND TRANSACTION
SURFACES;TYP. SURFACES;TYP.
Z:
2X4 WD.STUD WALL AT 16"O.C.WITH 2X4 WD.STUD WALL AT 16"O.C.WITH 0
16"0 C.WITH IP6 0 C.WITH
_CURE WALL To CURE WALL To
rl' , XP 0 S 1,_V 0 S
V-4.1 DOUBLE TOP PLATE-SECURE WALL TO - DOUBLE TOP PLATE-SECURE WALL TO
CONC.SOG WITH 5/�"EXP.ANCHORS AT 32" CONC.SOG WITH EXP.ANCHORS AT 32"
10 O.C. 10 O.C.
6'
9 GROMMETS AT EITHER END AND ATCENTER
PLAM-1 COUNTERTOP, PLAM-1 COUNTERTOP,
BACKSPLASH AND EDGE BACKSPLASH AND EDGE _J
ALIGNING WITH GWB
(SIDE SPLASH WHEN (SIDE SPLASH WHEN
ALIGNING WITH GWB
WALL);ALL BACK/SIDE L WALL);ALL BACK/SIDE
SPLASH AND SPLASH AND
COUNTERTOP EDGES ARE COUNTERTOP EDGES ARE
TO HAVE A 450 CHAMPHER TO HAVE A 45*CHAIM PH ER
SUPPORT BRACKET;
_ABINET DRAWER;SEE
RAAKS EH-1 824,FLUSH I
'-ASEWORK ELEVATIONS I—
w WZ
0 MOUNT;36"O.C.MAX. 0 =OR SPECIFIC > Z> <
0 0 "ONFIGURATIONS:TYP. �-_ W> i�:
INSTALL(3)1"0 CONDUIT AND(3)4-GANG a 0 cp
:� LU
ELECTRICAL BOXES IN CABINETRY FOR USE 0 0
BY DESIGN-BUILD ELECTRICAL CONTRACTOR RB-1 TYP.
Lu
4"HIGH RESILIENT BASE BOTH SIDES OF
CASEWORKWALL z Of
L" 0
7-11'
7
-8. Z_8" LLJ
SEC ION AT CASEWORK SEc-hON AT CASEWORK
111=11-01.
ION
CN 4
M cf)