HomeMy WebLinkAbout1502 PCC West E Lauridsen Blvd Technical Soccer Field - BuildingTECHNICAL
Permit 10
Address 5 Z PCC Wes A— Lek,v��dsea. Blvd
Project description r-- Fte,1d
IreVa V i n Wes. 1 k 10 &GK s�o p S NoVe 2—S io 3/4-c Sco
tAk
N S l3 b h25 I l
Date the permit was finaled 3 15-II
Number of technical pages i3 0
D sc Orl&A u
1
1
JA 10 _4 ctgiat'nq 4 5raiih�
\o- 432 i3.ci n Per`s,+
5 02_ PCC Cc E
<q
1
1
1
Fl7eFfI ED
APR 2 2 2010
CITY OF P ORT ANGELES
BUILDING DIVISION
PROJECT MANUAL
PENINSULA COLLEGE SYNTHETIC TURF
SOCCER FIELDS
Port Angeles, Washington
100% CD's q
CONTRACT DOCUMENTS
For
Peninsula College Synthetic Turf Soccer Fields
PORT ANGELES, WASHINGTON
Owner Peninsula College
Consultants Bruce Dees Associates
222 East 26 Street, Suite 202
Tacoma, WA 98421
Contact. Bruce Dees
(253) 627 -7947
Time of Completion
See Bid Proposal Form
RECEIVED
APR 2 2 2010
CITY OF PORT ANGELES
BUILDING DIVISION
CONTRACT DOCUMENTS
FOR
Peninsula College Synthetic Turf Soccer Fields
IN
PORT ANGELES, WASHINGTON
Approvals and Certifications
Approved for Construction
t6.1
a�.
STATE OF
WASHINGTON
REGISTERED
LANDSCAPE ARCHITECT
ALVIN B. DEES
CERTIFICATE No.
The portion of these Contract Documents pertaining to
Landscape Architecture was prepared by me or under my
direct supervisions.
PENINSULA COLLEGE SYNTHETIC TURF SOCCER FIELDS
DIVISION 1
Section 01110
Section 01230
Section 01300
Section 01310
Section 01330
Section 01400
Section 01420
Section 01500
Section 01600
Section 01630
Section 01770
DIVISION 2
Section 02050
Section 02060
Section 02100
Section 02230
Section 02232
Section 02276
Section 02300
Section 02510
Section 02620
Section 02630
Section 02742
Section 02751
Section 02790
Section 02791
Section 02792
Section 02810
Section 02820
Section 02870
Section 02920
DIVISION 16 ELECTRICAL
Section 16500 Site Electncal Work TO BE PROVIDED
APPENDIX
Boring Logs
SITE CONSTRUCTION
Temporary Dust Control
Demolition
Temporary Erosion Control
Site Clearing
Soils Mixes Placement
Modular Concrete Retaining Wall
Earthwork
Domestic Water
Subdrainage
Storm Drainage
Porous Asphalt Paving
Cement Concrete Pavement
Permeable Crushed Rock Base
Synthetic Turf
Plastic Lumber
Irrigation Systems
Chainlink Fencing
Site Furnishings
Lawns and Grasses
TABLE OF CONTENTS
GENERAL PROVISIONS
Summary of Work
Price and Payment Procedures
Administrative Procedures
Project Management Coordination
Submittal Procedures
Quality Requirements
References
Temporary Facilities and Controls
Product Requirements
Product Substitution Request
Closeout Procedures
INSTRUCTIONS TO BIDDERS
FOR WASHINGTON STATE FACILITIES CONSTRUCTION
PART 0 GENERAL CONDITIONS
0 01 EXPLANATION TO PROSPECTIVE BIDDERS
A. Any prospective bidder desiring an explanation or interpretation of the
solicitation, drawings, specifications, etc. must submit a request in writing to the
Architect/Engineer (A/E) 7 calendar days before the bid due date. Oral
explanations or instructions given before the award of a contract will not be
binding. Any information given a prospective bidder concerning a solicitation
will be furnished promptly to all other prospective bidders by addendum to the
solicitation, if that information is necessary in submitting bids or if the lack of it
would be prejudicial to other prospective bidders.
B In accordance with the legislative findings and policies set forth in Chapter 39 19
RCW the State of Washington encourages participation in all of its contracts by
MWBE firms certified by the Office of Minonty and Women's Business
Enterprises (OMWBE) Participation may be either on a direct basis in response
to this invitation or as a subcontractor to a bidder However, unless required by
federal statutes, regulations, grants, or contract terms referenced in the contract
documents, no preference will be included in the evaluation of bids, no minimum
level of MWBE participation shall be required as a condition for receiving an
award, and bids will not be rejected or considered non responsive on that basis.
Any affirmative action requirements set forth in federal regulations or statutes
included or referenced in the contract documents will apply
C. In accordance with RCW 39 04.320 the State of Washington requires 15%
Apprenticeship Participation for all projects estimated to cost one million dollars
or more. On applicable projects the bid advertisement and Bid Proposal form shall
establish a minimum required percentage of apprentice labor hours compared to
the total labor hours. Bidders may contact the Department of Labor and Industries,
Specialty Compliance Services Division, Apprenticeship Section, P 0 Box 44530
Olympia, WA 98504 -4530, by phone (360) 902 -5320, and e-mail at
thum235 @lni.wa.gov to obtain information on available apprenticeship programs.
0 02 PREPARATION OF BIDS CONSTRUCTION
A. Bids must be: (1) submitted on the bid proposal forms, or copies of forms, furnished
by the Owner or the Owner's agent, and (2) signed in ink. the person signing a bid
must initial each change appearing on any bid form. If the bid is made by a
corporation, it shall be signed by the corporation's authorized designee. The address
of the bidder shall be typed or printed on the bid form in the space provided.
Instructions to Bidders
Page 1— July, 2007
B The bid form may require bidders to submit bid pnces for one or more items on
various bases, including (1) lump sum base bid, (2) lump sum bid alternate
prices, (3) unit prices, or (4) any combination of items (1) through (3) above.
C. If the solicitation includes alternate bid items, failure to bid on the alternates may
disqualify the bid. If bidding on all items is not required, bidders should insert the
words `no bid" in the space provided for any item on which no price is submitted.
D Substitute bid proposals will not be considered unless this solicitation authorizes
their submission.
0 03 BID GUARANTEE
A. When the sum of the base bid plus all additive bid alternates is $35,000 00 or less,
bid security is not required.
When the sum of the base bid plus all additive alternates is greater than
$35,000 00, a bid guarantee in the amount of 5% of the base bid amount is
required. Failure of the bidder to provide bid guarantee when required shall
render the bid non responsive.
B Acceptable forms of bid guarantee are. A bid bond or postal money order, or
certified check or cashier's check made payable to the Washington State
Treasurer
The Owner will return bid guarantees (other than bid bond) to unsuccessful
bidders as soon as practicable, but not sooner than the execution of a contract with
the successful bidder The successful bidder's bid guarantee will be returned to
the successful bidder with its official notice to proceed with the work of the
contract.
C. The bidder will allow 60 days from bid opening date for acceptance of its bid by
the Owner
The bidder will return to the Owner a signed contract, insurance certificate and
bond or bond waiver within 15 days after receipt of the contract. If the apparent
successful bidder fails to sign all contractual documents or provide the bond and
insurance as required or return the documents within 15 days after receipt of the
contract, the Owner may terminate the award of the contract.
D In the event a bidder discovers an error in its bid following the bid opening, the
bidder may request to withdraw its bid under the following conditions.
1 Written notification is received by the Owner within 24 hours following
bid opening.
Instructions to Bidders
Page 2 July, 2007
2. The bidder provides written documentation of the claimed error to the
satisfaction of the Owner within 72 hours following the bid opening.
The Owner will approve or disapprove the request for withdrawal of the bid in
writing. If the bidder's request for withdrawal of its bid is approved, the bidder
will be released from further obligation to the Owner without penalty If it is
disapproved, the Owner may retain the bidder's bid guarantee.
0 04 ADDITIVE OR DEDUCTIVE BID ITEMS
The low bidder, for purposes of award, shall be the responsive bidder offering the low
aggregate amount for the base bid item, plus additive or deductive bid alternates selected
by the Owner and within funds available for the project.
The bidder agrees to hold all bid alternate prices for sixty (60) days from date of bid
opening.
0.05 ACKNOWLEDGEMENT OF ADDENDA
Bidders shall acknowledge receipt of all addenda to this solicitation by identifying the
addenda numbers in the space provided for this purpose on the bid proposal form.
Failure to do so may result in the bid being declared non responsive.
0 06 SITE INVESTIGATION AND CONDITIONS AFFECTING THE WORK
The bidder acknowledges that it has taken steps necessary to ascertain the nature and
location of the work, and that it has investigated and satisfied itself as to the general and
local conditions which can affect the work or its cost, including but not limited to (1)
conditions bearing upon transportation, disposal, handling, and storage of materials, (2)
the availability of labor, water, electric power, and road, (3) uncertainties of weather,
river stages, tides, or similar physical conditions at the site; (4) the conformation and
conditions of the ground, and (5) the character of equipment and facilities needed
preliminary to and during the work. The bidder also acknowledges that it has satisfied
itself as to character, quality, and quantity of surface and subsurface materials or
obstacles to be encountered insofar as this information is reasonably ascertainable from
an inspection of the site, including exploratory work done by the Owner, as well as from
the drawings and specifications made a part of this contract. Any failure of the bidder to
take the actions described and acknowledged in this paragraph will not relieve the bidder
from responsibility for estimating properly the difficulty and cost of successfully
performing the work.
0 07 BID AMOUNTS
A. The bid prices shown for each item on the bid proposal shall include all labor
material, equipment, overhead and compensation to complete all of the work for
that item.
Instructions to Bidders
Page 3 July, 2007
B The actual cost of building permit (only) and the public utility hookup fees will be
a direct reimbursement to the Contractor or paid directly to the permitting agency
by the Owner Fees for these permits should not be included by the Bidder in the
bid amount.
C. The Bidder agrees to hold the base bid prices for sixty (60) days from date of bid
opening.
0.08 TAXES
The bid amounts shall not include Washington State Sales Tax (WSST) All other taxes
imposed by law shall be included in the bid amount. The Owner will include WSST in
progress payments. The Contractor shall pay the WSST to the Department of Revenue
and shall furnish proof of payment to the Owner if requested.
[NOTE. Contractor must bond for contract amount plus the WSST
0 09 SUBMISSION OF BIDS
A. Bid Proposals must be submitted on or before the time specified in the
Advertisement for Bids.
B If the base bid and the sum of the additive alternates is one million dollars or
more, the Bid Proposal shall comply with the following requirements.
1 Pursuant to RCW 39.30 060, if the base bid and the sum of the additive
alternates is one million dollars or more, the Bidder shall provide names of
the Subcontractors with whom the Bidder will subcontract for
performance of heating, ventilation and air conditioning (HVAC),
plumbing, and electrical.
2. The Bidder can name itself for the performance of the work.
3 The Bidder shall not list more than one Subcontractor for each category of
work identified UNLESS Subcontractors vary with bid alternates, in
which case the Bidder must indicate which Subcontractor will be used for
which alternate.
4 Failure of the Bidder to submit as part of the bid the NAMES of such
Subcontractors or to name itself to perform such work shall render the
Bidder's bid nonresponsive and, therefore, void.
C. The Bid Proposal shall be submitted in a sealed envelope addressed to the office
specified in the Advertisement for Bids. The envelope shall have printed on the
outside
Instructions to Bidders
Page 4 July, 2007
D Prior to the bid opening, the Owner's representative will designate the official bid
clock. Any part of the bid proposal or bid modification not received prior to the
times specified, per the designated bid clock, will not be considered and the bid
will be returned to the bidder unopened.
E. A bid may be withdrawn in person by a bidder's authorized representative before
the opening of the bids. Bidder(s) representative will be required to show ID and
sign on bid summary sheet before it will be released.
F People with disabilities who wish to request special accommodation, (e.g., sign
language interpreters, Braille, etc.) need to contact the Owner ten (10) working
days prior to the scheduled bid opening.
0 10 BID RESULTS
1 The project number and description.
2. The name and address of the bidder
3 Identification as Bid Proposal.
After the Bid Opening, Bidders may obtain bid results from the office of E &AS by
calling (360) 902 -7272 or by logging on to E &AS' web site.
httns. fortress. wa. Rov /ea/inet/servlet/EASBidResSv Bid results may also be obtained
from the ME.
0 11 LOW RESPONSIBLE BIDDER
If applicable, it is the intent of the Owner to award a contract to the low responsible
bidder In determining the bidder's responsibility, the Owner shall consider an overall
accounting of the attached "DIVISION 00 RESPONSIBILITY CRITERIA"
Upon Owner's request, the apparent low bidder must supply the requested information
within two (2) business days of request by Owner Withholding information or failure to
submit all the information requested within the time provided shall render the bid non-
responsive.
If the Owner determines that the apparent low bidder is not responsible, the Owner will
notify the bidder of its preliminary determination in writing. Within three (3) days after
receipt of the preliminary determination, the bidder may withdraw its bid or request a
hearing. The Owner will schedule a hearing within three (3) working days of receipt of
the bidder's request. The hearing members will include the Client Agency
Representative, EAS Assistant Director, Deputy Assistant Director and Project Manager
The Owner will issue a Final Determination after reviewing information presented at the
hearing. The Owner's Final Determination is specific to this project, and will have no
effect on other or future projects.
"SUBCONTRACTOR RESPONSIBILITY CRITERIA" In accordance with SHB
2010 amending RCW 39 04 the Contractor shall include the language of this paragraph in
Instructions to Bidders
Page 5 July, 2007
each of its first tier subcontracts, and shall require each of its subcontractors to include
the same language of this section in each of their subcontracts, adjusting only as
necessary the terms used for the contracting parties. The requirements of this paragraph
apply to all subcontractors regardless of tier At the time of subcontract execution, the
Contractor shall verify that each of its first tier subcontractors meets the following bidder
responsibility criteria.
1 Have a current certificate of registration as a contractor in compliance with
chapter 18.27 RCW which must have been in effect at the time of subcontract bid
submittal,
2. Have a current Washington Unified Business Identifier (UBI) number; and if
applicable, have.
a. Have Industrial Insurance (workers compensation) coverage for the
subcontractor's employees working in Washington, as required in Title 51
RCW,
b A Washington Employment Security Department number, as required in
Title 50 RCW,
c. A Washington Department of Revenue state excise tax registration
number as required in Title 82 RCW
d. An electrical contractor license, if required by Chapter 19.28 RCW,
e. An elevator contractor license, if required by Chapter 70 87 RCW
f. Not be disqualified from bidding on any public works contract under
RCW 39 06.010 or 39 12.065 (3).
Instructions to Bidders
Page 6 July 2007
0 12 CONTRACT AWARD
A. The Owner will evaluate bids responsiveness and responsibility
1 A bid will be considered responsive if it meets the following requirements.
Instructions To Bidders/Reference Documents
a) It is received at the proper time and place.
b) It meets the stated requirements of the bid proposal.
c) It is submitted by a licensed/registered contractor within the State of
Washington at the time of bid opening and is not banned from bidding by
the Department of Labor and Industries.
d) It is accompanied by a bid guarantee, if required.
2. A bid will be considered responsible if it meets the following requirements.
a) It meets an overall accounting of the responsibility critena established for
the project.
B The Owner reserves the right to accept or reject any or all bid proposals and to
waive informalities.
C. The Owner may negotiate bid price adjustments with the low responsive bidder,
including changes in the contract documents, to bring the bid within the available
funding per RCW 39 04 015
D The apparent low bidder, for purpose of award, shall be the responsive bidder
offering the low aggregate amount for the base bid plus selected additive or
deductive bid alternates and meeting all other bid submittal requirements.
E. The Contract will only become effective when signed by the Owner Pnor to the
Owner's signature, any and all costs incurred shall be the sole responsibility of the
bidder
0 13 DOCUMENTS (ATTACHED)
A. Advertisement for Bids
B Responsibility Criteria (if applicable)
C. Bid Proposal
D Washington State Prevailing Wage Rates
E. Certificate of Insurance form
Note: ALA Payment Bond and Performance Bond forms (A312) are required. These
forms will not be provided by the Owner
Instructions to Bidders
Page 7 July 2007
Project Name. Project No
Name of Firm.
STATE OF WASHINGTON
t DEPARTMENT OF GENERAL ADMINISTRATION
DIVISION OF FACILITIES, ENGINEERING ARCHITECTURAL SERVICES
206 GENERAL ADMINISTRATION BUILDING
OLYMPIA, WASHINGTON, 98504
BID PROPOSAL I
In compliance with the contract documents, the following bid proposal is submitted.
1) BASE BID (Including Trench Excavation Safety Provisions)
(Please print dollar amount in space above) (do not include Washington State Sales Tax)
TRENCH EXCAVATION SAFETY PROVISIONS
(Included also in Base Bid)
If the bid amount contains any work which requires trenching exceeding a depth of four feet, all costs for trench safety shall be included in
the Base Bid and indicated above for adequate trench safety systems in compliance with Chapter 39.04 RCW 49 17 RCW and WAC 296-
155 -650. Bidder must include a lump sum dollar amount in blank above (even if the value is $0.00) to be responsive.
2) BID ALTERNATES (Specify whether additive or deductive)
(1)
(3)
(4)
1 (5)
(6)
Do not include Washington State Sales Tax in alternate amounts.
The Owner reserves the right to accept or reject any or all bid pnces within sixty (60) days of the bid
date.
Time for Completion
The undersigned hereby agrees to complete all the work under the Base Bid (and accepted alternates)
within calendar days after the date of Notice to Proceed.
Page 1 of 3 July 2007
Project Name Project No
Name of Firm.
UNIT PRICES (Where applicable) (Do not include Washington State Sales Tax)
Unit Estimated Additive Deductive Unit Per
Item No. Description Ouantities Unit Pnce Price Measurement
1
2.
3
4
5
The above unit pnces shall be for any additive and deductive work within 15% of the above estimated quantities.
The unit pnce shall include full compensation for the cost of labor materials, equipment, overhead, profit and
any additional costs associated with the unit bid.
The Owner reserves the nght to accept or reject any or all unit prices within sixty (60) days of the bid date.
Subcontractor Listing RCW 39.30.060
If the base bid and the sum of the additive alternates is one million dollars or more the bidder shall provide names
of the subcontractors with whom the bidder will directly subcontract for performance of the following work. If
the bidder intends to perform the work, the bidder must enter its name for that category of work.
The bidder shall not list more than one subcontractor for each category of work identified UNLESS
subcontractors vary with bid alternates, in which case the bidder must indicate which subcontractor will
be used for which alternate.
Failure of the bidder to submit the NAMES of such subcontractors or to name itself to uerform such work
shall render the bidder's bid nonresponsive and. therefore. void.
1 HVAC
Designated Work Firm Name
l.a. HVAC Alternate Bid
(if applicable)
2. Plumbing
2.a. Plumbing Alternate Bid
(if applicable)
3 Electncal
3.a. Electncal Alternate Bid
(if applicable)
Bidder may attach a separate sheet for additional alternate bid subcontractors.
Page 2 of 3 July 2007
Project Name:
Name of Firm.
Apprenticeship Reauirements
Liauidated Damaees
Receipt of Addenda
Signed by
Print Name
Address
City
Date
Addendum No.
Addendum No.
Addendum No.
Project No.
The apprentice labor hours required for this project are of the total labor hours. The undersigned agrees
to utilize this level of apprentice participation.
The undersigned agrees to pay the Owner as liquidated damages the sum of for each consecutive
calendar day that is in default after the Contract Time. Liquidated damages shall be deducted from the contract
by change order
Receipt of the following addenda is acknowledged.
Name of Firm
NOTE. If bidder is a corporation, write State of Incorporation, if a partnership, give full names and addresses of all parties below
Telephone
State
State of Washington Contractor's License No.
Federal Tax ID
Employment Security Department No
Addendum No
Addendum No.
Addendum No.
Official Capacity
e -mail address.
Zip Code
FAX
Page 3 of 3 July 2007
ADVERTISEMENT FOR BIDS
Sealed bid proposals will be accepted for the following project:
PROJECT NO
TITLE.
AGENCY E &AS for
PROJECT MANAGER.
ESTIMATED BASE BID COST RANGE. to
SUBMITTAL TIME/DATE/LOCATION Prior to 3:00 P.M., Day/Date
Engineering Architectural Services
GA Building, 2 Floor, Room 206
210 11 Avenue, Olympia, WA 98504
Public Bid Opening will commence at approximately
3 P.M. at the same location.
BY Department of General Administration
Division of Facilities, Engineering Architectural Services'
PRE -BID WALK- THROUGH.
time /date. For directions to the site of the pre -bid
walk through, please contact the Consultant listed
below (WP• delete if there is no walk- through)
Contractors may obtain plans and specifications from the Consultant, (WP- insert consultant name,
address), telephone fax upon the deposit of (if Reprographics issues bid docs, use. Please
make checks payable to agency Plans must be returned in good condition within seven (7) days
following bid date to obtain a refund of deposit. After seven days no refunds will be made. To view
drawings and specifications on the internet, go to httns. fortress. wa. gov /ga/anps/BidCal /default.asox.
Plans may also be viewed through Builders Exchange of Washington, Inc. at htto. /www.bxwa.com.
(Bidders are encouraged to "Register as a Bidder" in order to receive automatic e-mail notification of
addenda and to be placed on the `Bidders List' Plans and specifications may also be viewed at the
following plan centers. (WP• insert plan centers)
Please direct questions regarding this project to the office of the Consultant. (WP• insert consultant name,
address, phone /fax if different from above only) Within 24 hours following the bid opening, results will'
be available on E &A Services' web site at httns. fortress. wa. gov/ ga /aoos/BidResults /default.asnx, or by
calling E &A Services at (360) 902 -7272 to receive a fax copy
(WP• this paragraph is only needed for jobs over $1,000,000.00.) Mandatory 15% apprentice labor
hours of the total labor hours are a requirement of the construction contract. Voluntary workforce
diversity goals for this apprentice participation are identified in the Instructions to Bidders and
Supplemental Conditions. Bidders may contact the Department of Labor Industries, Apprenticeship
Section, to obtain information on available apprenticeship programs
(WP• this paragraph is only needed for jobs over $1,000,000.00 or if request by the PM.) Bidder
Responsibility will be evaluated for this project. In determining bidder responsibility, the Owner shall
consider an over all accounting of the criteria set forth in `DIVISION 00 RESPONSIBILITY
CRITERIA Please direct questions regarding this subject to the office of the Consultant. (WP• insert
consultant name, address, phone /fax if different from above only
Voluntary numerical MWBE goals of 10% MBE and 6% WBE (WP: on GA Projects use 12% MBE
and 8% WBE) have been established for this project. Achievement of the goals is encouraged. Bidders
may contact the Office of Minority and Women's Business Enterprise to obtain information on certified
firms.
The State reserves the right to accept or reject any or all proposals and to waive informalities.
STATE OF WASHINGTON
DEPARTMENT OF GENERAL ADMINISTRATION
DIVISION OF FACILITIES, ENGINEERING ARCHITECTURAL SERVICES
adcon
Low Resoonsible Bidder
It is the intent of the Owner to award a contract to the low responsible bidder In
determining the bidder's responsibility, the Owner shall consider an overall accounting
of the items listed below The bidder must submit the following information,
demonstrating that they meet the listed criteria.
1. Capacity
Category
O Current Workload
2. Previous Experience
Category
List of Completed Projects
O Contractor's Experience on
Projects of Similar Size and
Complexity
Division 00
Responsibility Criteria
Required Information Criteria
Provide a list of all construction contracts and
above [the PM may adjust this amount as it relates to
the project value] your firm has in progress and those
projected to commence during the next 6 months, giving
the name of project; name, address, and phone number of
owner and architect; contract amount; percentage
complete, and scheduled completion date. Failure to list
all projects shall render the bid non responsive.
List the current and projected workload for the next 12
months including this Contract, expressed in total contract
value.
List actual contracted workload for the previous 12
months, expressed in total contract value.
The bidder's current and projected workload during the life
of this contract, shall not exceed 150% of the actual
contracted workload over the previous 12 months unless
the bidder can demonstrate to the Owner's satisfaction that
it has the capacity to assume the additional work of this
project, provide adequate staffing, and meet project
demands.
Required Information Criteria
Provide a list of all the construction contracts and
above [the PM may adjust this amount as it relates to
the project value] your firm has completed m each of the
past three (3) years, giving the name of project; name,
address, and phone number of owner and architect;
contract amount; date of completion, and percentage of the
cost of the work performed with your own forces. This
information will be used for references.
[Insert Project specific information here]
Example: General Contractor- Minimum (5) years
09/15/03
D Expenence of Superintendent
0 Experience of Project Manager
3. Ability to Perform Within Time Specified
4. References
Division 00
Responsibility Criteria
expenence managing similar projects.
Example: Lighting Subcontractor- Minimum (5) years
experience in theater applications.
Submit resume and references of the person proposed by
the bidder to superintend the work. This person shall have
managed projects of similar complexity and similar size,
and successfully completed the project(s) within the last
five (5) years.
Submit resume and references of the person proposed by
the bidder to manage the project. This person shall have
managed projects of similar complexity and similar size,
and successfully completed the project(s) within the last
five (5) years.
Category Required Information Criteria
in Contractor's Ability to Meet the Provide a list of construction contracts and
Project Schedule above by title, original contract time, and change order
time extensions completed within the past five (5) years.
Bidder shall document that it achieved substantial
completion of these projects of similar size and scope
within no more than 105% of the final contracted time for
completion (including change ordered adjustments)
Category Required Information Criteria
17 References from Owners of Owner may check references by contacting owners and
Previous Projects architects of previous projects on bidder's performance
over the past three (3) years. On average, such references
shall be satisfactory or better on a five- category scale with
satisfactory' at mid scale. A reference score sheet will be
utilized for rating completed projects of similar scope and
value.
D Public Agency Debarment Bidder shall not have been debarred by any Public agency
within the past two (2) years.
The apparent low bidder must provide the above required information within two (2) working
days of receiving Owner request. Failure to submit such information to the satisfaction of the
Owner within the time provided may render the bid non responsive
09/15/03
Instructions to Bidders/
General Conditions/
Supplemental Conditions
For State Facility Construction
Effective March 20, 2003
Approved By
John W Lynch, Assistant Director
Mary Ellen Combo, Assistant Attorney General
v
�V
Washington State Department of
General Administration
Division of Engineenng and Architectural Services
PO Box 41012
Olympia, WA 98504 -1012
Part
PART 1
1 01
1 02
1.03
PART 2
2.01
2.02
2.03
2.04
2.05
2.06
GENERAL CONDITIONS FOR WASHINGTON STATE FACILITY CONSTRUCTION
GENERAL PROVISIONS
Definitions
Order of Precedence
Execution and Intent
INSURANCE AND BONDS
Contractor's Liability Insurance
Coverage Limits
Insurance Coverage Certificates
Payment and Performance Bonds
Additional Bond Security
Builder's Risk
PART 3 TIME AND SCHEDULE
3.01 Progress and Completion
3 02 Construction Schedule
3 03 Owner's Right to Suspend the Work for
Convenience
3.04 Owner's Right to Stop the Work for Cause
3.05 Delay
3 06 Notice to Owner of Labor Disputes
3.07 Damages for Failure to Achieve Timely
Completion
Pane
2
3
3
5
5
5
5
6
6
7
7
7
8
8
8
9
PART 4 SPECIFICATIONS, DRAWINGS, AND
OTHER DOCUMENTS
4 01 Discrepancies and Contract Document
Review 10
4.02 Project Record 10
4 03 Shop Drawings 10
4.04 Organization of Specifications 11
4.05 Ownership and Use of Drawings,
Specifications, and Other Documents 11
PART 5 PERFORMANCE
5 01 Contractor Control and Supervision 13
5.02 Permits, Fees and Notices 13
5 03 Patents and Royalties 13
5.04 Prevailing Wages 13
5.05 Hours of Labor 14
5.06 Nondiscrimination 14
5.07 Safety Precautions 15
5.08 Operations, Material Handling, and Storage
Areas 16
5 09 Prior Notice of Excavation 17
5 10 Unforeseen Physical Conditions 17
5 11 Protection of Existing Structures, Equipment,
Vegetation, Utilities, and Improvements 17
5 12 Layout of Work 17
5 13 Material and Equipment 18
March 20, 2003 00700 page 1
Part
5 14 Availability and Use of Utility
Services
5 15 Tests and Inspection
5 16 Correction of Nonconforming Work
5 17 Clean Up
5 18 Access to Work
5 19 Other Contracts
5.20 Subcontractors and Suppliers
5.21 Warranty of Construction
5.22 Indemnification
PART 6
6.01
6.02
6.03
6.04
6.05
6.06
6.07
6.08
6.09
PART 7 CHANGES
7.01
7.02
7.03
10.03
10.04
10.05
10.06
10.07
10.08
10.09
PAYMENTS AND COMPLETION
Contract Sum
Schedule of Values
Application for Payment
Progress Payments
Payments Withheld
Retainage and Bond Claim Rights
Substantial Completion
Prior Occupancy
Final Completion, Acceptance,
and Payment
Changes in the Work
Change in the Contract Sum
Change in the Contract Time
PART 8 CLAIMS AND DISPUTE RESOLUTION
8.01 Claims Procedure
8.02 Arbitration
8.03 Claims Audits
PART 10 MISCELLANEOUS PROVISIONS
10.01 Governing Law
10.02 Successors and Assigns
Meaning of Words
Rights and Remedies
Contractor Registration
Time Computations
Records Retention
Third -Party Agreements
Antitrust Assignment
Part 1
Page
18
18
19
20
20
20
20
21
21
22
22
22
22
23
23
23
23
24
25
25
31
33
34
34
PART 9 TERMINATION OF THE WORK
9.01 Termination by Owner for Cause 36
9.02 Termination by Owner for
Convenience 36
38
38
38
38
38
38
38
38
38
GENERAL CONDITIONS FOR WASHINGTON STATE FACILITY CONSTRUCTION
PART 1 GENERAL PROVISIONS
1.01 DEFINITIONS
A. Application for Payment' means a written
request submitted by Contractor to A/E for
payment of Work completed in accordance with
the Contract Documents and approved Schedule
of Values, supported by such substantiating data
as Owner or A/E may require.
B Architect, 'Engineer, or A/E' means a
person or entity lawfully entitled to practice
architecture or engineering, representing Owner
within the limits of its delegated authority
C. 'Change Order' means a written instrument
signed by Owner and Contractor stating their
agreement upon all of the following: (1) a
change in the Work; (2) the amount of the
adjustment in the Contract Sum, if any and (3)
the extent of the adjustment in the Contract
Time, if any
D 'Claim means Contractor's exclusive remedy for
resolving disputes with Owner regarding the
terms of a Change Order or a request for
equitable adjustment, as more fully set forth in
part 8.
E.
F
`Contract Award Amount' is the sum of the Base
Bid and any accepted Alternates.
'Contract Documents' means the Advertisement
for Bids, Instructions for Bidders, completed
Form of Proposal, General Conditions,
Modifications to the General Conditions,
Supplemental Conditions, Public Works
Contract, other Special Forms, Drawings and
Specifications, and all addenda and
modifications thereof.
G 'Contract Sum is the total amount payable by
Owner to Contractor for performance of the
Work in accordance with the Contract
Documents.
H. 'Contract Time is the number of calendar days
allotted in the. Contract Documents for achieving
Substantial Completion of the Work.
March 20, 2003 00700 page 2
Part 1
I. 'Contractor' means the person or entity who has
agreed with Owner to perform the Work in
accordance with the Contract Documents.
J 'Drawings' are the graphic and pictorial portions
of the Contract Documents showing the design,
location, and dimensions of the Work, and may
include plans, elevations, sections, details,
schedules, and diagrams.
K. 'Final Acceptance means the written acceptance
issued to Contractor by Owner after Contractor
has completed the requirements of the Contract
Documents.
L. 'Final Completion means that the Work is fully
and finally completed in accordance with the
Contract Documents.
M. 'Force Majeure means those acts entitling
Contractor to request an equitable adjustment in
the Contract Time, as more fully set forth in
paragraph 3.05A.
N 'Notice means a written notice which has been
delivered in person to the individual or a member
of the firm or entity or to an officer of the
corporation for which it was intended or if
delivered or sent by registered or certified mail,
to the last business address known to the party
giving notice.
O 'Notice to Proceed means a notice from Owner
to Contractor that defines the date on which the
Contract Time begins to run.
P 'Owner' means the state agency institution, or
its authorized representative with the authority to
enter into, administer and/or terminate the Work
in accordance with the Contract Documents and
make related determinations and findings.
Q 'Person means a corporation, partnership,
business association of any kind, trust, company
or individual.
R. 'Prior Occupancy' means Owner's use of all or
parts of the Project before Substantial
Completion.
GENERAL CONDITIONS FOR WASHINGTON STATE FACILITY CONSTRUCTION
S. 'Progress Schedule means a schedule of the
Work, in a form satisfactory to Owner, as further
set forth in section 3.02.
T 'Project' means the total construction of which the
Work performed in accordance with the Contract
Documents may be the whole or a part and which
may include construction by Owner or by separate
contractors.
U 'Project Manual means the volume usually
assembled for the Work which may include the
bidding requirements, sample forms, and other
Contract Documents.
'Project Record' means the separate set of
Drawings and Specifications as further set forth in
paragraph 4 02A.
W Schedule of Values' means a written breakdown
allocating the total Contract Sum to each principle
category of Work, in such detail as requested by
Owner
X. Specifications are that portion of the Contract
Documents consisting of the written requirements
for materials, equipment, construction systems,
standards and workmanship for the Work, and
performance of related services.
Y Subcontract' means a contract entered into by
Subcontractor for the purpose of obtaining
supplies, materials, equipment, or services of any
kind for or in connection with the Work.
Z. Subcontractor' means any person, other than
Contractor who agrees to furnish or furnishes any
supplies, materials, equipment, or services of any
kind in connection with the Work.
AA. Substantial Completion means that stage in the
progress of the Work where Owner has full and
unrestricted use and benefit of the facilities for the
purposes intended, as more fully set forth in section
6.07
AB 'Work' means the construction and services
required by the Contract Documents, and includes,
but is not limited to, labor materials, supplies,
equipment, services, permits, and the manufacture
and fabrication of components, performed,
furnished, or provided in accordance with the
Contract Documents.
March 20, 2003 00700 page 3
1.02 ORDER OF PRECEDENCE
Any conflict or inconsistency in the Contract Documents
shall be resolved by giving the documents precedence in
the following order
1 Signed Public Works Contract, including any
Change Orders, and any Special Forms.
Part 1
2. Supplemental Conditions.
3 Modifications to the General Conditions.
4 General Conditions.
5 Specifications provisions in Division 1 shall take
precedence over provisions of any other Division.
6. Drawings -in case of conflict within the
Drawings, large scale drawings shall take
precedence over small scale drawings.
7 Signed and Completed Form of Proposal.
8. Instructions to Bidders.
9 Advertisement for Bids.
1.03 EXECUTION AND INTENT
Contractor makes the following representations to Owner
1 The Contract Sum is reasonable compensation for
the Work and the Contract Time is adequate for the
performance of the Work, as represented by the
Contract Documents;
2. Contractor has carefully reviewed the Contract
Documents, visited and examined the Project site,
become familiar with the local conditions in which
the Work is to be performed, and satisfied itself as
to the nature, location, character quality and
quantity of the Work, the labor materials,
equipment, goods, supplies, work, services and
other items to be furnished and all other
requirements of the Contract Documents, as well as
the surface and subsurface conditions and other
matters that may be encountered at the Project site
or affect performance of the Work or the cost or
difficulty thereof;
GENERAL CONDITIONS FOR WASHINGTON STATE FACILITY CONSTRUCTION
3 Contractor is financially solvent, able to pay its
debts as they mature, and possesses sufficient
working capital to complete the Work and perform
Contractor's obligations required by the Contract
Documents, and
4 Contractor is able to furnish the plant, tools,
materials, supplies, equipment and labor required
to complete the Work and perform the obligations
required by the Contract Documents and has
sufficient experience and competence to do so.
March 20, 2003 00700 page 4
GENERAL CONDITIONS FOR WASHINGTON STATE FACILITY CONSTRUCTION
PART 2 INSURANCE AND BONDS
2.01 CONTRACTOR'S LIABILITY INSURANCE
Prior to commencement of the Work, Contractor shall
obtain all the insurance required by the Contract
Documents and provide evidence satisfactory to Owner
that such insurance has been procured. Review of the
Contractor's insurance by Owner shall not relieve or
decrease the liability of Contractor Companies writing
the insurance to be obtained by this part shall be licensed
to do business under Chapter 48 RCW or comply with the
Surplus Lines Law of the State of Washington. Contractor
shall include in its bid the cost of all insurance and bond
costs required to complete the base bid work and accepted
alternates. Insurance carriers providing insurance in
accordance with the Contract Documents shall be
acceptable to Owner, and its A. M. Best rating shall be
indicated on the insurance certificates.
A. Contractor shall maintain the following insurance
coverage during the Work and for one year after
Final Acceptance. Contractor shall also maintain
the following insurance coverage during the
performance of any corrective Work required by
section 5 17
1 General liability on the ISO 1986 New
Occurrence Form or its equivalent which will
include.
a. Completed operations /products liability
b. Explosion, collapse, and underground;
and
c Employer's liability coverage.
2. Automobile liability
B Contractor shall comply with the Washington State
Industrial Insurance Act and, if applicable, the
Federal Longshoremen's and Harbor Workers' Act
and the Jones Act.
C. All insurance coverages shall protect against claims
for damages for personal and bodily injury or
death, as well as claims for property damage, which
may arise from operations in connection with the
Work whether such operations are by Contractor or
any Subcontractor
Part 2
March 20, 2003 00700 page 5
D All insurance coverages shall be endorsed to
include Owner as an additional named insured for
Work performed in accordance with the Contract
Documents, and all insurance certificates shall
evidence the Owner as an additional insured.
2.02 COVERAGE LIMITS
The coverage limits shall be as follows:
A. Limits of Liability shall not be less than $1,000,000
Combined Single Limit for Bodily Injury and
Property Damage (other than Automobile liability)
Each Occurrence; Personal Injury and Advertising
Liability Each Occurrence.
B $2,000,000 Combined Single Limit Annual
General Aggregate.
C. $2,000,000 Annual Aggregate for Products and
Completed Operations Liability
D $1,000,000 Combined Single Limit for Automobile
Bodily Injury and Property Damage Liability Each
Accident or Loss.
2.03 INSURANCE COVERAGE CERTIFICATES
A. Prior to commencement of the Work, Contractor
shall furnish to Owner a completed certificate of
insurance coverage.
B All insurance certificates shall name Owner's
Project number and Project title.
C. All insurance certificates shall specifically require
45 days prior notice to Owner of cancellation or
any material change, except 30 days for surplus line
insurance.
2.04 PAYMENT AND PERFORMANCE BONDS
Payment and performance bonds for 100% of the Contract
Sum, including all Change Orders and state sales tax, shall
be furnished for the Work, and shall be in a form
acceptable to the Owner No payment or performance
bond is required if the Contract Sum is $25,000 or less
and Contractor agrees that Owner may in lieu of the
bond, retain 50% of the Contract Sum for the period
allowed by RCW 39.08.010.
2.05 ADDITIONAL BOND SECURITY
Contractor shall promptly furnish additional security
required to protect Owner and persons supplying labor or
materials required by the Contract Documents if:
A. Owner has a reasonable objection to the surety or
B Any surety fails to furnish reports on its financial
condition if requested by Owner
2.06 BUILDER'S RISK
GENERAL CONDITIONS FOR WASHINGTON STATE FACILITY CONSTRUCTION
A. Contractor shall purchase and maintain property
insurance in the amount of the Contract Sum
including all Change Orders for the Work on a
replacement cost basis until Substantial
Completion. The insurance shall cover the interest
of Owner, Contractor and any Subcontractors, as
their interests may appear
B Contractor property insurance shall be placed on an
all risk' basis and insure against the perils of fire
and extended coverage and physical loss or damage
including theft, vandalism, malicious mischief,
collapse, false work, temporary buildings, debris
removal including demolition occasioned by
enforcement of any applicable legal requirements,
and shall cover reasonable compensation for A/E's
services and expenses required as a result of an
insured loss.
C. Owner and Contractor waive all subrogation rights
against each other any Subcontractors, A/E, A/E's
subconsultants; separate contractors described in
section 5.20, if any and any of their subcontractors,
for damages caused by fire or other perils to the
extent covered by property insurance obtained
pursuant to this section or other property insurance
applicable to the Work, except such rights as they
have to proceeds of such insurance held by Owner
as fiduciary The policies shall provide such
waivers of subrogation by endorsement or
otherwise. A waiver of subrogation shall be
effective to a person or entity even though that
person or entity would otherwise have a duty of
indemnification, contractual or otherwise, did not
pay the insurance premium directly or indirectly
and whether or not the person or entity had an
insurable interest in the property damaged.
Part 2
March 20, 2003 00700 page 6
GENERAL CONDITIONS FOR WASHINGTON STATE FACILITY CONSTRUCTION
PART 3 TIME AND SCHEDULE
3.01 PROGRESS AND COMPLETION
Contractor shall diligently prosecute the Work, with
adequate forces, achieve Substantial Completion within
the Contract Time, and achieve Final Completion within a
reasonable period thereafter
3.02 CONSTRUCTION SCHEDULE
A. Unless otherwise provided in Division 1
Contractor shall, within 14 days after issuance of
the Notice to Proceed, submit a preliminary
Progress Schedule. The Progress Schedule shall
show the sequence in which Contractor proposes to
perform the Work, and the dates on which
Contractor plans to start and finish major portions
of the Work, including dates for shop drawings and
other submittals, and for acquiring materials and
equipment.
B Unless otherwise provided in Division 1
The Progress Schedule shall be in the form of a bar
chart, or a critical path method analysis, as
specified by Owner The preliminary Progress
Schedule may be general, showing the major
portions of the Work, with a more detailed Progress
Schedule submitted as directed by Owner
C. Owner shall return comments on the preliminary
Progress Schedule to Contractor within 14 days of
receipt. Review by Owner of Contractor's schedule
does not constitute an approval or acceptance of
Contractor's construction means, methods, or
sequencing, or its ability to complete the Work
within the Contract Time. Contractor shall revise
and resubmit its schedule, as necessary Owner
may withhold a portion of progress payments until
a Progress Schedule has been submitted which
meets the requirements of this section.
D Contractor shall utilize and comply with the
Progress Schedule. On a monthly basis, or as
otherwise directed by Owner Contractor shall
submit an updated Progress Schedule at its own
expense to Owner indicating actual progress. If, in
the opinion of Owner Contractor is not in
conformance with the Progress Schedule for
reasons other than acts of Force Majeure as
Part 3
March 20, 2003 00700 page 7
identified in section 3.05 Contractor shall take
such steps as are necessary to bring the actual
completion dates of its work activities into
conformance with the Progress Schedule, or revise
the Progress Schedule to reconcile with the actual
progress of the Work.
E. Contractor shall promptly notify Owner in writing
of any actual or anticipated event which is delaying
or could delay achievement of any milestone or
performance of any critical path activity of the
Work. Contractor shall indicate the expected
duration of the delay the anticipated effect of the
delay on the Progress Schedule, and the action
being or to be taken to correct the problem.
Provision of such notice does not relieve
Contractor of its obligation to complete the Work
within the Contract Time.
3 03 OWNER'S RIGHT TO SUSPEND THE WORK
FOR CONVENIENCE
A. Owner may at its sole discretion, order Contractor
in writing, to suspend all or any part of the Work
for up to 90 days, or for such longer period as
mutually agreed.
B Upon receipt of a written notice suspending the
Work, Contractor shall immediately comply with
its terms and take all reasonable steps to minimize
the incurrence of cost of performance directly
attributable to such suspension. Within a period up
to 90 days after the notice is delivered to
Contractor or within any extension of that period
to which the parties shall have agreed, Owner shall
either
1 Cancel the written notice suspending the
Work; or
2. Terminate the Work covered by the notice as
provided in the termination provisions of part
9
C. If a written notice suspending the Work is
cancelled or the period of the notice or any
extension thereof expires, Contractor shall resume
Work.
D Contractor shall be entitled to an equitable
adjustment in the Contract Time, or Contract
GENERAL CONDITIONS FOR WASHINGTON STATE FACILITY CONSTRUCTION
Sum, or both, for increases in the time or cost of
performance directly attributable to such suspension,
provided Contractor complies with all requirements set
forth in part 7
3.04 OWNER'S RIGHT TO STOP THE WORK FOR
CAUSE
A. If Contractor fails or refuses to perform its
obligations in accordance with the Contract
Documents, Owner may order Contractor, in
writing, to stop the Work, or any portion thereof,
until satisfactory corrective action has been taken.
B Contractor shall not be entitled to an equitable
adjustment in the Contract Time or Contract Sum
for any increased cost or time of performance
attributable to Contractor's failure or refusal to
perform or from any reasonable remedial action
taken by Owner based upon such failure.
3.05 DELAY
A. Any delay in or failure of performance by Owner or
Contractor other than the payment of money shall
not constitute a default hereunder if and to the
extent the cause for such delay or failure of
performance was unforeseeable and beyond the
control of the party "Force Majeure'). Acts of
Force Majeure include, but are not limited to
1 Acts of God or the public enemy
2. Acts or omissions of any government entity.
3 Fire or other casualty for which Contractor is
not responsible;
4 Quarantine or epidemic;
5 Strike or defensive lockout;
6. Unusually severe weather conditions which
could not have been reasonably anticipated,
and
7 Unusual delay in receipt of supplies or
products which were ordered and expedited
and for which no substitute reasonably
acceptable to Owner was available.
B Contractor shall be entitled to an equitable
adjustment in the Contract Time for changes in the
time of performance directly attributable to an
March 20, 2003 00700 page 8
Part 3
act of Force Majeure, provided it makes a request
for equitable adjustment according to section 7.03
Contractor shall not be entitled to an adjustment in
the Contract Sum resulting from an act of Force
Majeure.
C. Contractor shall be entitled to an equitable
adjustment in Contract Time, and may be entitled
to an equitable adjustment in Contract Sum, if the
cost or time of Contractor's performance is changed
due to the fault or negligence of Owner provided
the Contractor makes a request according to
sections 7.02 and 7.03
D Contractor shall not be entitled to an adjustment in
Contract Time or in the Contract Sum for any delay
or failure of performance to the extent such delay
or failure was caused by Contractor or anyone for
whose acts Contractor is responsible.
E. To the extent any delay or failure of performance
was concurrently caused by the Owner and
Contractor Contractor shall be entitled to an
adjustment in the Contract Time for that portion of
the delay or failure of performance that was
concurrently caused, provided it makes a request
for equitable adjustment according to section 7 03,
but shall not be entitled to an adjustment in
Contract Sum.
F Contractor shall make all reasonable efforts to
prevent and mitigate the effects of any delay
whether occasioned by an act of Force Majeure or
otherwise.
3.06 NOTICE TO OWNER OF LABOR DISPUTES
A. If Contractor has knowledge that any actual or
potential labor dispute is delaying or threatens to
delay timely performance in accordance with the
Contract Documents, Contractor shall immediately
give notice, including all relevant information, to
Owner
B Contractor agrees to insert a provision in its
Subcontracts and to require insertion in all sub
subcontracts, that in the event timely performance
of any such contract is delayed or threatened by
delay by any actual or potential labor dispute, the
Subcontractor or Sub subcontractor shall
immediately notify the next higher tier
GENERAL CONDITIONS FOR WASHINGTON STATE FACILITY CONSTRUCTION
Subcontractor or Contractor, as the case may be, of
all relevant information concerning the dispute.
3.07 DAMAGES FOR FAILURE TO ACHIEVE
TIMELY COMPLETION
A. Liquidated Damages
1 Timely performance and completion of the
Work is essential to Owner and time limits
stated in the Contract Documents are of the
essence. Owner will incur serious and
substantial damages if Substantial Completion
of the Work does not occur within the Contract
Time. However it would be difficult if not
impossible to determine the exact amount of
such damages. Consequently provisions for
liquidated damages are included in the
Contract Documents.
2. The liquidated damage amounts set forth in the
Contract Documents will be assessed not as a
penalty but as liquidated damages for breach
of the Contract Documents. This amount is
fixed and agreed upon by and between the
Contractor and Owner because of the
impracticability and extreme difficulty of
fixing and ascertaining the actual damages the
Owner would in such event sustain. This
amount shall be construed as the actual amount
of damages sustained by the Owner and may
be retained by the Owner and deducted from
periodic payments to the Contractor
3 Assessment of liquidated damages shall not
release Contractor from any further obligations
or liabilities pursuant to the Contract
Documents.
B Actual Damages
Actual damages will be assessed for failure to
achieve Final Completion within the time provided.
Actual damages will be calculated on the basis of
direct architectural, administrative, and other
related costs attributable to the Project from the
date when Final Completion should have been
achieved, based on the date Substantial Completion
is actually achieved, to the date Final Completion is
actually achieved. Owner may offset these costs
against any payment due Contractor
Part 3
March 20, 2003 00700 page 9
GENERAL CONDITIONS FOR WASHINGTON STATE FACILITY CONSTRUCTION
PART 4 SPECIFICATIONS, DRAWINGS, AND
OTHER DOCUMENTS
4.01 DISCREPANCIES AND CONTRACT
DOCUMENT REVIEW
A. The intent of the Specifications and Drawings is to
describe a complete Project to be constructed in
accordance with the Contract Documents.
Contractor shall furnish all labor materials,
equipment, tools, transportation, permits, and
supplies, and perform the Work required in
accordance with the Drawings, Specifications, and
other provisions of the Contract Documents.
B The Contract Documents are complementary
What is required by one part of the Contract
Documents shall be binding as if required by all.
Anything mentioned in the Specifications and not
shown on the Drawings, or shown on the Drawings
and not mentioned in the Specifications, shall be of
like effect as if shown or mentioned in both.
C. Contractor shall carefully study and compare the
Contract Documents with each other and with
information furnished by Owner If, during the
performance of the Work, Contractor finds a
conflict, error inconsistency or omission in the
Contract Documents, it shall promptly and before
proceeding with the Work affected thereby report
such conflict, error inconsistency or omission to
A/E in writing.
D Contractor shall do no Work without applicable
Drawings, Specifications, or written modifications,
or Shop Drawings where required, unless
instructed to do so in writing by Owner If
Contractor performs any construction activity and
it knows or reasonably should have known that any
of the Contract Documents contain a conflict, error,
inconsistency or omission, Contractor shall be
responsible for the performance and shall bear the
cost for its correction.
E. Contractor shall provide any work or materials the
provision of which is clearly implied and is within
the scope of the Contract Documents even if the
Contract Documents do not mention them
specifically
Part 4
March 20, 2003 00700 page 10
F Questions regarding interpretation of the
requirements of the Contract Documents shall be
referred to the A/E.
4.02 PROJECT RECORD
A. Contractor shall legibly mark in ink on a separate
set of the Drawings and Specifications all actual
construction, including depths of foundations,
horizontal and vertical locations of internal and
underground utilities and appurtenances referenced
to permanent visible and accessible surface
improvements, field changes of dimensions and
details, actual suppliers, manufacturers and trade
names, models of installed equipment, and Change
Order proposals. This separate set of Drawings and
Specifications shall be the 'Project Record.
B The Project Record shall be maintained on the
project site throughout the construction and shall be
clearly labeled 'PROJECT RECORD' The
Project Record shall be updated at least weekly
noting all changes and shall be available to Owner
at all times.
C. Contractor shall submit the completed and finalized
Project Record to A/E prior to Final Acceptance.
4.03 SHOP DRAWINGS
A. Shop Drawings means documents and other
information required to be submitted to A/E by
Contractor pursuant to the Contract Documents,
showing in detail. the proposed fabrication and
assembly of structural elements; and the installation
(i.e. form, fit, and attachment details) of materials
and equipment. Shop Drawings include, but are
not limited to, drawings, diagrams, layouts,
schematics, descriptive literature, illustrations,
schedules, performance and test data, samples, and
similar materials furnished by Contractor to explain
in detail specific portions of the Work required by
the Contract Documents. For materials and
equipment to be incorporated into the Work,
Contractor submittal shall include the name of the
manufacturer the model number and other
information concerning the performance, capacity
nature, and rating of the item. When directed,
Contractor shall submit all samples at its own
expense. Owner may duplicate, use, and disclose
GENERAL CONDITIONS FOR WASHINGTON STATE FACILITY CONSTRUCTION
Shop Drawings provided in accordance with the
Contract Documents.
B Contractor shall coordinate all Shop Drawings, and
review them for accuracy completeness, and
compliance with the Contract Documents and shall
indicate its approval thereon as evidence of such
coordination and review Where required by law
Shop Drawings shall be stamped by an
professional licensed by the state of Washington.
Shop Drawings submitted to A/E without evidence
of Contractor's approval shall be returned for
resubmission. Contractor shall review approve,
and submit Shop Drawings with reasonable
promptness and in such sequence as to cause no
delay in the Work or in the activities of Owner or
separate contractors. Contractor's submittal
schedule shall allow a reasonable time for A/E
review A/E will review approve, or take other
appropriate action on the Shop Drawings.
Contractor shall perform no portion of the Work
requiring submittal and review of Shop Drawings
until the respective submittal has been reviewed
and the A/E has approved or taken other
appropriate action. Owner and A/E shall respond
to Shop Drawing submittals with reasonable
promptness. Any Work by Contractor shall be in
accordance with reviewed Shop Drawings.
Submittals made by Contractor which are not
required by the Contract Documents may be
returned without action.
C. Approval, or other appropriate action with regard
to Shop Drawings, by Owner or A/E shall not
relieve Contractor of responsibility for any errors
or omissions in such Shop Drawings, nor from
responsibility for compliance with the requirements
of the Contract Documents. Unless specified in the
Contract Documents, review by Owner or A/E shall
not constitute an approval of the safety precautions
employed by Contractor during construction, or
constitute an approval of Contractor's means or
methods of construction. If Contractor fails to
obtain approval before installation, and the item or
work is subsequently rejected, Contractor shall be
responsible for all costs of correction.
D If Shop Drawings show variations from the
requirements of the Contract Documents,
Part 4
Contractor shall describe such variations in writing,
separate from the Shop Drawings, at the time it
March 20, 2003 00700 page 11
submits the Shop Drawings containing such
variations. If A/E approves any such variation, an
appropriate Change Order will be issued. If the
variation is minor and does not involve an
adjustment in the Contract Sum or Contract Time, a
Change Order need not be issued; however the
modification shall be recorded upon the Project
Record.
E. Unless otherwise provided in Division I, Contractor
shall submit to A/E for approval 5 copies of all
Shop Drawings. Unless otherwise indicated, 3 sets
of all Shop Drawings shall be retained by A/E and
2 sets shall be returned to Contractor
4 04 ORGANIZATION OF SPECIFICATIONS
Specifications are prepared in sections which conform
generally with trade practices. These sections are for
Owner and Contractor convenience and shall not control
Contractor in dividing the Work among the
Subcontractors or in establishing the extent of the Work to
be performed by any trade.
4.05 OWNERSHIP AND USE OF DRAWINGS,
SPECIFICATIONS, AND OTHER DOCUMENTS
A. The Drawings, Specifications, and other documents
prepared by A/E are instruments of A/E's service
through which the Work to be executed by
Contractor is described. Neither Contractor nor any
Subcontractor shall own or claim a copyright in the
Drawings, Specifications, and other documents
prepared by A/E, and A/E shall be deemed the
author of them and will, along with any rights of
Owner retain all common law statutory and other
reserved rights, in addition to the copyright. All
copies of these documents, except Contractor's set,
shall be returned or suitably accounted for to A/E,
on request, upon completion of the Work.
B The Drawings, Specifications, and other documents
prepared by the A/E, and copies thereof furnished
to Contractor, are for use solely with respect to this
Project. They are not to be used by Contractor or
any Subcontractor on other projects or for additions
to this Project outside the scope of the Work
without the specific written consent of Owner and
A/E. Contractor and Subcontractors are granted a
limited license to use and reproduce applicable
portions of the Drawings, Specifications, and other
documents prepared by A/E appropriate to and for
use in the execution of their Work.
GENERAL CONDITIONS FOR WASHINGTON STATE FACILITY CONSTRUCTION
C. Contractor and all Subcontractors grant a non-
exclusive license to Owner without additional cost
or royalty to use for its own purposes (including
reproduction) all Shop Drawings, together with the
information and diagrams contained therein,
prepared by Contractor or any Subcontractor In
providing Shop Drawings, Contractor and all
Subcontractors warrant that they have authority to
grant to Owner a license to use the Shop Drawings,
and that such license is not in violation of any
copyright or other intellectual property right.
Contractor agrees to defend and indemnify Owner
pursuant to the indemnity provisions in section 5.23
from any violations of copyright or other
intellectual property rights arising out of Owner's
use of the Shop Drawings hereunder or to secure
for Owner, at Contractor's own cost, licenses in
conformity with this section.
D The Shop Drawings and other submittals prepared
by Contractor Subcontractors of any tier, or its or
their equipment or material suppliers, and copies
thereof furnished to Contractor are for use solely
with respect to this Project. They are not to be
used by Contractor or any Subcontractor of any
tier or material or equipment supplier on other
projects or for additions to this Project outside the
scope of the Work without the specific written
consent of Owner The Contractor, Subcontractors
of any tier and material or equipment suppliers are
granted a limited license to use and reproduce
applicable portions of the Shop Drawings and other
submittals appropriate to and for use in the
execution of their Work under the Contract
Documents.
Part 4
March 20, 2003 00700 page 12
PART 5 PERFORMANCE
GENERAL CONDITIONS FOR WASHINGTON STATE FACILITY CONSTRUCTION
5.01 CONTRACTOR CONTROL AND
SUPERVISION
A. Contractor shall supervise and direct the Work,
using its best skill and attention, and shall perform
the Work in a skillful manner Contractor shall be
solely responsible for and have control over
construction means, methods, techniques,
sequences, and procedures and for coordinating all
portions of the Work, unless the Contract
Documents give other specific instructions
concerning these matters. Contractor shall disclose
its means and methods of construction when
requested by Owner
B Performance of the Work shall be directly
supervised by a competent superintendent who is
satisfactory to Owner and has authority to act for
Contractor The superintendent shall not be
changed without the prior written consent of
Owner
C. Contractor shall be responsible to Owner for acts
and omissions of Contractor Subcontractors, and
their employees and agents.
D Contractor shall enforce strict discipline and good
order among Contractor's employees and other
persons performing the Work. Contractor shall not
permit employment of persons not skilled in tasks
assigned to them. Contractor's employees shall at
all times conduct business in a manner which
assures fair equal, and nondiscriminatory treatment
of all persons. Owner may by written notice,
request Contractor to remove from the Work or
Project site any employee Owner reasonably deems
incompetent, careless, or otherwise objectionable.
E. Contractor shall keep on the Project site a copy of
the Drawings, Specifications, addenda, reviewed
Shop Drawings, and permits and permit drawings.
F Contractor shall ensure that its owner(s) and
employees, and those of its Subcontractors, comply
with the Ethics in Public Service Act RCW 42.52,
which, among other things, prohibits state
employees from having an economic interest in any
public
Part 5
March 20, 2003 00700 page 13
works contract that was made by or supervised by
that employee. Contractor shall remove, at its sole
cost and expense, any of its, or its Subcontractors'
employees, if they are in violation of this act.
5 02 PERMITS, FEES, AND NOTICES
A. Unless otherwise provided in the Contract
Documents, Contractor shall pay for and obtain all
permits, licenses, and inspections necessary for
proper execution and completion of the Work.
Prior to Final Acceptance, the approved, signed
permits shall be delivered to Owner
B If allowances for permits or utility fees are called
for in the Contract Documents and set forth in
Contractor's bid, and the actual costs of those
permits or fees differ from the allowances in the
Contract Documents, the difference shall be
adjusted by Change Order
C. Contractor shall comply with and give notices
required by all federal, state, and local laws,
ordinances, rules, regulations, and lawful orders of
public authorities applicable to performance of the
Work.
5.03 PATENTS AND ROYALTIES
Contractor is responsible for and shall pay all royalties
and license fees. Contractor shall defend, indemnify and
hold Owner harmless from any costs, expenses, and
liabilities arising out of the infringement by Contractor of
any patent, copyright, or other intellectual property right
used in the Work; however provided that Contractor
gives prompt notice, Contractor shall not be responsible
for such defense or indemnity when a particular design,
process, or product of a particular manufacturer or
manufacturers is required by the Contract Documents. If
Contractor has reason to believe that use of the required
design, process, or product constitutes an infringement of
a patent or copyright, it shall promptly notify Owner of
such potential infringement.
5.04 PREVAILING WAGES
A. Contractor shall pay the prevailing rate of wages to
all workers, laborers, or mechanics employed in the
performance of any part of the Work in accordance
with RCW 39 12 and the rules and regulations of
the Department of Labor and Industries. The
schedule of prevailing wage rates
GENERAL CONDITIONS FOR WASHINGTON STATE FACILITY CONSTRUCTION
for the locality or localities of the Work, is
determined by the Industrial Statistician of the
Department of Labor and Industries. It is the
Contractor's responsibility to verify the applicable
prevailing wage rate.
B Before commencing the Work, Contractor shall file
a statement under oath with Owner and with the
Director of Labor and Industries certifying the rate
of hourly wage paid and to be paid each
classification of laborers, workers, or mechanics
employed upon the Work by Contractor and
Subcontractors. Such rates of hourly wage shall
not be less than the prevailing wage rate.
C. Disputes regarding prevailing wage rates shall be
referred for arbitration to the Director of the
Department of Labor and Industries. The
arbitration decision shall be final and conclusive
and binding on all parties involved in the dispute as
provided for by RCW 39 12.060.
D Each Application for Payment submitted by
Contractor shall state that prevailing wages have
been paid in accordance with the prefiled
statement(s) of intent, as approved. Copies of the
approved intent statement(s) shall be posted on the
job site with the address and telephone number of
the Industrial Statistician of the Department of
Labor and Industries where a complaint or inquiry
concerning prevailing wages may be made.
E. In compliance with chapter 296 -127 WAC,
Contractor shall pay to the Department of Labor
and Industries the currently established fee(s) for
each statement of intent and/or affidavit of wages
paid submitted to the Department of Labor and
Industries for certification.
5.05 HOURS OF LABOR
A. Contractor shall comply with all applicable
provisions of RCW 49.28 and they are incorporated
herein by reference. Pursuant to that statute, no
laborer worker, or mechanic employed by
Contractor any Subcontractor, or any other person
performing or contracting to do the whole or any
part of the Work, shall be permitted or required to
work more than eight hours in any one calendar
day provided, that in cases of
Part 5
March 20, 2003 00700 page 14
extraordinary emergency such as danger to life or
property the hours of work may be extended, but in
such cases the rate of pay for time employed in
excess of eight hours of each calendar day shall be
not less than one and one -half times the rate
allowed for this same amount of time during eight
hours' service.
B Notwithstanding the preceding paragraph, RCW
49.28 permits a contractor or subcontractor in any
public works contract subject to those provisions,
to enter into an agreement with its employees in
which the employees work up to ten hours in a
calendar day No such agreement may provide that
the employees work ten -hour days for more than
four calendar days a week. Any such agreement is
subject to approval by the employees. The overtime
provisions of RCW 49.28 shall not apply to the
hours, up to forty hours per week, worked pursuant
to any such agreement.
5.06 NONDISCRIMINATION
A. Discrimination in all phases of employment is
prohibited by among other laws and regulations,
Title VII of the Civil Rights Act of 1964 the
Vietnam Era Veterans Readjustment Act of 1974
sections 503 and 504 of the Vocational
Rehabilitation Act of 1973, the Equal Employment
Act of 1972, the Age Discrimination Act of 1967
the Americans with Disabilities Act of 1990, the
Civil Rights Act of 1991 Presidential Executive
Order 11246, Executive Order 11375 the
Washington State Law Against Discrimination,
RCW 49.60, and Gubernatorial Executive Order
85 -09 These laws and regulations establish
minimum requirements for affirmative action and
fair employment practices which Contractor must
meet.
B During performance of the Work:
1 Contractor shall not discriminate against any
employee or applicant for employment because
of race, creed, color national origin, sex, age,
marital status, or the presence of any physical,
sensory or mental disability Vietnam era
veteran status, or disabled veteran status, nor
commit any other unfair practices as defined in
RCW 49 60
GENERAL CONDITIONS FOR WASHINGTON STATE FACILITY CONSTRUCTION
2. Contractor shall, in all solicitations or
advertisements for employees placed by or for
it, state that all qualified applicants will be
considered for employment, without regard to
race, creed, color national origin, sex, age,
marital status, or the presence of any physical,
sensory or mental disability
3 Contractor shall send to each labor union,
employment agency or representative of
workers with which it has a collective
bargaining agreement or other contract or
understanding, a notice advising the labor
union, employment agency or workers'
representative of Contractor's obligations
according to the Contract Documents and
RCW 49 60.
4 Contractor shall permit access to its books,
records, and accounts, and to its premises by
Owner, and by the Washington State Human
Rights Commission, for the purpose of
investigation to ascertain compliance with this
section of the Contract Documents.
5 Contractor shall include the provisions of this
section in every Subcontract.
5.07 SAFETY PRECAUTIONS
A. Contractor shall be responsible for initiating,
maintaining, and supervising all safety precautions
and programs in connection with the performance
of the Work.
B In carrying out its responsibilities according to the
Contract Documents, Contractor shall protect the
lives and health of employees performing the Work
and other persons who may be affected by the
Work; prevent damage to materials, supplies, and
equipment whether on site or stored off -site; and
prevent damage to other property at the site or
adjacent thereto. Contractor shall comply with all
applicable laws, ordinances, rules, regulations, and
orders of any public body having jurisdiction for
the safety of persons or property or to protect them
from damage, injury or loss; shall erect and
maintain all necessary safeguards for such safety
and protection, and shall notify owners of adjacent
property and utilities when prosecution of the Work
may affect them.
Part 5
March 20, 2003 00700 page 15
C. Contractor shall maintain an accurate record of
exposure data on all incidents relating to the Work
resulting in death, traumatic injury occupational
disease, or damage to property materials, supplies,
or equipment. Contractor shall immediately report
any such incident to Owner Owner shall, at all
times, have a right of access to all records of
exposure.
D Contractor shall provide all persons working on the
Project site with information and training on
hazardous chemicals in their work at the time of
their initial assignment, and whenever a new hazard
is introduced into their work area.
1 Information. At a minimum, Contractor shall
inform persons working on the Project site of:
a. The requirements of chapter 296 -62
WAC, General Occupational Health
Standards;
b. Any operations in their work area where
hazardous chemicals are present; and
c. The location and availability of written
hazard communication programs,
including the required list(s) of hazardous
chemicals and material safety data sheets
required by chapter 296 -62 WAC.
2. Training. At a minimum, Contractor shall
provide training for persons working on the
Project site which includes.
a. Methods and observations that may be
used to detect the presence or release of a
hazardous chemical in the work area (such
as monitoring conducted by the employer
continuous monitoring devices, visual
appearance or odor of hazardous
chemicals when being released, etc.);
b. The physical and health hazards of the
chemicals in the work area,
c. The measures such persons can take to
protect themselves from these hazards,
including specific procedures Contractor
or its Subcontractors, or others have
implemented to protect those on the
Project site from exposure to hazardous
GENERAL CONDITIONS FOR WASHINGTON STATE FACILITY CONSTRUCTION
chemicals, such as appropriate work
practices, emergency procedures, and
personal protective equipment to be used,
and
d. The details of the hazard communications
program developed by Contractor, or its
Subcontractors, including an explanation
of the labeling system and the material
safety data sheet, and how employees can
obtain and use the appropriate hazard
information.
E. Contractor's responsibility for hazardous, toxic, or
harmful substances shall include the following
duties:
1 Contractor shall not keep, use, dispose,
transport, generate, or sell on or about the
Project site, any substances now or hereafter
designated as, or which are subject to
regulation as, hazardous, toxic, dangerous, or
harmful by any federal, state or local law
regulation, statute or ordinance (hereinafter
collectively referred to as 'hazardous
substances' in violation of any such law
regulation, statute, or ordinance, but in no case
shall any such hazardous substance be stored
more than 90 days on the Project site.
2. Contractor shall promptly notify Owner of all
spills or releases of any hazardous substances
which are otherwise required to be reported to
any regulatory agency and pay the cost of
cleanup. Contractor shall promptly notify
Owner of all failures to comply with any
federal, state, or local law regulation, or
ordinance; all inspections of the Project site by
any regulatory entity concerning the same; all
regulatory orders or fines; and all responses or
interim cleanup actions taken by or proposed
to be taken by any government entity or private
party on the Project site.
F All Work shall be performed with due regard for
the safety of the public. Contractor shall perform
the Work so as to cause a minimum of interruption
of vehicular traffic or inconvenience to
pedestrians. All arrangements to care for such
traffic shall be Contractor's responsibilities. All
expenses involved in the maintenance of traffic by
way of detours shall be borne by Contractor
Part 5
March 20, 2003 00700 page 16
G. In an emergency affecting the safety of life or the
Work or of adjoining property Contractor is
permitted to act, at its discretion, to prevent such
threatened loss or injury and Contractor shall so
act if so authorized or instructed.
H. Nothing provided in this section shall be
construed as imposing any duty upon Owner or
A/E with regard to, or as constituting any express
or implied assumption of control or responsibility
over Project site safety or over any other safety
conditions relating to employees or agents of
Contractor or any of its Subcontractors, or the
public.
5.08 OPERATIONS, MATERIAL HANDLING, AND
STORAGE AREAS
A.
B
Contractor shall confine all operations, including
storage of materials, to Owner approved areas.
Temporary buildings (e.g. storage sheds, shops,
offices) and utilities may be provided by
Contractor only with the consent of Owner and
without expense to Owner The temporary
buildings and utilities shall remain the property of
Contractor and shall be removed by Contractor at
its expense upon completion of the Work.
C. Contractor shall use only established roadways or
temporary roadways authorized by Owner When
materials are transported in prosecuting the Work,
vehicles shall not be loaded beyond the loading
capacity recommended by the manufacturer of the
vehicle or prescribed by federal, state, or local law
or regulation.
D Ownership and control of all materials or facility
components to be demolished or removed from
the Project site by Contractor shall immediately
vest in Contractor upon severance of the
component from the facility or severance of the
material from the Project site. Contractor shall be
responsible for compliance with all laws
governing the storage and ultimate disposal.
Contractor shall provide Owner with a copy of all
manifests and receipts evidencing proper disposal
when required by Owner or applicable law
E. Contractor shall be responsible for the proper care
and protection of its materials and
GENERAL CONDITIONS FOR WASHINGTON STATE FACILITY CONSTRUCTION
equipment delivered to the Project site. Materials
and equipment may be stored on the premises
subject to approval of Owner When Contractor
uses any portion of the Project site as a shop,
Contractor shall be responsible for any repairs,
patching, or cleaning arising from such use.
F Contractor shall protect and be responsible for any
damage or loss to the Work, or to the materials or
equipment until the date of Substantial
Completion, and shall repair or replace without
cost to Owner any damage or loss that may occur,
except damages or loss caused by the acts or
omissions of Owner Contractor shall also protect
and be responsible for any damage or loss to the
Work, or to the materials or equipment, after the
date of Substantial Completion, and shall repair or
replace without cost to Owner any such damage or
loss that might occur, to the extent such damages
or loss are caused by the acts or omissions of
Contractor or any Subcontractor
5.09 PRIOR NOTICE OF EXCAVATION
A. 'Excavation means an operation in which earth,
rock, or other material on or below the ground is
moved or otherwise displaced by any means,
except the tilling of soil less than 12 inches in depth
for agricultural purposes, or road ditch maintenance
that does not change the original road grade or
ditch flow line. Before commencing any
excavation, Contractor shall provide notice of the
scheduled commencement of excavation to all
owners of underground facilities or utilities,
through locator services.
5 10 UNFORESEEN PHYSICAL CONDITIONS
A. If Contractor encounters conditions at the site
which are subsurface or otherwise concealed
physical conditions which differ materially from
those indicated in the Contract Documents, or
unknown physical conditions of an unusual nature
which differ materially from those ordinarily found
to exist and generally recognized as inherent m
construction activities of the character provided for
in the Contract Documents, then Contractor shall
give written notice to Owner promptly and in no
event later than 7 days after the first observance of
Part 5
March 20, 2003 00700 page 17
the conditions. Conditions shall not be disturbed
prior to such notice.
B If such conditions differ materially and cause a
change in Contractor's cost of, or time required for
performance of any part of the Work, the
Contractor may be entitled to an equitable
adjustment in the Contract Time or Contract Sum,
or both, provided it makes a request therefor as
provided in part 7
5 11 PROTECTION OF EXISTING STRUCTURES,
EQUIPMENT VEGETATION, UTILITIES, AND
IMPROVEMENTS
A. Contractor shall protect from damage all existing
structures, equipment, improvements, utilities, and
vegetation: at or near the Project site; and on
adjacent property of a third party the locations of
which are made known to or should be known by
Contractor Contractor shall repair any damage,
including that to the property of a third party
resulting from failure to comply with the
requirements of the Contract Documents or failure
to exercise reasonable care in performing the
Work. If Contractor fails or refuses to repair the
damage promptly Owner may have the necessary
work performed and charge the cost to Contractor
B Contractor shall only remove trees when
specifically authorized to do so, and shall protect
vegetation that will remain in place.
5 12 LAYOUT OF WORK
A. Contractor shall plan and lay out the Work in
advance of operations so as to coordinate all work
without delay or revision.
B Contractor shall lay out the Work from Owner
established baselines and bench marks indicated on
the Drawings, and shall be responsible for all field
measurements in connection with the layout.
Contractor shall furnish, at its own expense, all
stakes, templates, platforms, equipment, tools,
materials, and labor required to lay out any part of
the Work. Contractor shall be responsible for
executing the Work to the lines and grades that may
be established. Contractor shall be responsible for
maintaining or restoring all stakes and other marks
established.
GENERAL CONDITIONS FOR WASHINGTON STATE FACILITY CONSTRUCTION
5 13 MATERIAL AND EQUIPMENT
A. All equipment, material, and articles incorporated
into the Work shall be new and of the most suitable
grade for the purpose intended, unless otherwise
specifically provided in the Contract Documents.
References in the Specifications to equipment,
material, articles, or patented processes by trade
name, make, or catalog number, shall be regarded
as establishing a standard quality and shall not be
construed as limiting competition. Contractor may
at its option, use any equipment, material, article,
or process that, in the judgment of A/E, is equal to
that named in the specifications, unless otherwise
specifically provided in the Contract Documents.
B Contractor shall do all cutting, fitting, or patching
that may be required to make its several parts fit
together properly or receive or be received by
work of others set forth in, or reasonably implied
by the Contract Documents. Contractor shall not
endanger any work by cutting, excavating, or
otherwise altering the Work and shall not cut or
alter the work of any other contractor unless
approved in advance by Owner
C. Should any of the Work be found defective, or in
any way not in accordance with the Contract
Documents, this work, in whatever stage of
completion, may be rejected by Owner
5 14 AVAILABILITY AND USE OF UTILITY
SERVICES
A. Owner shall make all reasonable utilities available
to Contractor from existing outlets and supplies, as
specified in the Contract Documents. Unless
otherwise provided in the Contract Documents, the
utility service consumed shall be charged to or paid
for by Contractor at prevailing rates charged to
Owner or where the utility is produced by Owner
at reasonable rates determined by Owner.
Contractor will carefully conserve any utilities
furnished.
B Contractor shall, at its expense and in a skillful
manner satisfactory to Owner install and maintain
all necessary temporary connections and
distribution lines, together with appropriate
protective devices, and all meters required to
Part 5
March 20, 2003 00700 page 18
measure the amount of each utility used for the
purpose of determining charges. Prior to the date
of Final Acceptance, Contractor shall remove all
temporary connections, distribution lines, meters,
and associated equipment and materials.
5 15 TESTS AND INSPECTION
A. Contractor shall maintain an adequate testing and
inspection program and perform such tests and
inspections as are necessary or required to ensure
that the Work conforms to the requirements of the
Contract Documents. Contractor shall be
responsible for inspection and quality surveillance
of all its Work and all Work performed by any
Subcontractor Unless otherwise provided,
Contractor shall make arrangements for such tests,
inspections, and approvals with an independent
testing laboratory or entity acceptable to Owner, or
with the appropriate public authority and shall bear
all related costs of tests, inspections, and approvals.
Contractor shall give Owner timely notice of when
and where tests and inspections are to be made.
Contractor shall maintain complete inspection
records and make them available to Owner
B Owner may at any reasonable time, conduct such
inspections and tests as it deems necessary to
ensure that the Work is in accordance with the
Contract Documents. Owner shall promptly notify
Contractor if an inspection or test reveals that the
Work is not in accordance with the Contract
Documents. Unless the subject items are expressly
accepted by Owner such Owner inspection and
tests are for the sole benefit of Owner and do not:
1 Constitute or imply acceptance;
2. Relieve Contractor of responsibility for
providing adequate quality control measures;
3 Relieve Contractor of responsibility for risk of
loss or damage to the Work, materials, or
equipment;
4 Relieve Contractor of its responsibility to
comply with the requirements of the Contract
Documents; or
5 Impair Owner's right to reject defective or
nonconforming items, or to avail itself of any
other remedy to which it may be entitled.
GENERAL CONDITIONS FOR WASHINGTON STATE FACILITY CONSTRUCTION
C. Neither observations by an inspector retained by
Owner the presence or absence of such inspector
on the site, nor inspections, tests, or approvals by
others, shall relieve Contractor from any
requirement of the Contract Documents, nor is any
such inspector authorized to change any term or
condition of the Contract Documents.
D Contractor shall promptly furnish, without
additional charge, all facilities, labor material and
equipment reasonably needed for performing such
safe and convenient inspections and tests as may be
required by Owner Owner may charge Contractor
any additional cost of inspection or testing when
Work is not ready at the time specified by
Contractor for inspection or testing, or when prior
rejection makes reinspection or retest necessary
Owner shall perform its inspections and tests in a
manner that will cause no undue delay in the Work.
5 16 CORRECTION OF NONCONFORMING WORK
A. If a portion of the Work is covered contrary to the
requirements in the Contract Documents, it must, if
required in writing by Owner, be uncovered for
Owner's observation and be replaced at the
Contractor's expense and without change in the
Contract Time.
B If, at any time prior to Final Completion, Owner
desires to examine the Work, or any portion of it,
which has been covered, Owner may request to see
such Work and it shall be uncovered by Contractor
If such Work is in accordance with the Contract
Documents, the Contractor shall be entitled to an
adjustment in the Contract Sum for the costs of
uncovering and replacement, and, if completion of
the Work is thereby delayed, an adjustment in the
Contract Time, provided it makes a request therefor
as provided in part 7 If such Work is not in
accordance with the Contract Documents, the
Contractor shall pay the costs of examination and
reconstruction.
C. Contractor shall promptly correct Work found by
Owner not to conform to the requirements of the
Contract Documents, whether observed before or
after Substantial Completion and whether or not
fabricated, installed, or completed. Contractor
Part 5
March 20, 2003 00700 page 19
shall bear all costs of correcting such
nonconforming Work, including additional testing
and inspections.
D If, within one year after the date of Substantial
Completion of the Work or designated portion
thereof, or within one year after the date for
commencement of any system warranties
established under section 6.08, or within the terms
of any applicable special warranty required by the
Contract Documents, any of the Work is found to
be not in accordance with the requirements of the
Contract Documents, Contractor shall correct it
promptly after receipt of written notice from Owner
to do so. Owner shall give such notice promptly
after discovery of the condition. This period of one
year shall be extended, with respect to portions of
Work first performed after Substantial Completion,
by the period of time between Substantial
Completion and the actual performance of the
Work. Contractor's duty to correct with respect to
Work repaired or replaced shall run for one year
from the date of repair or replacement. Obligations
under this paragraph shall survive Final
Acceptance.
E. Contractor shall remove from the Project site
portions of the Work which are not in accordance
with the requirements of the Contract Documents
and are neither corrected by Contractor nor
accepted by Owner.
F If Contractor fails to correct nonconforming Work
within a reasonable time after written notice to do
so, Owner may replace, correct, or remove the
nonconforming Work and charge the cost thereof to
the Contractor
G Contractor shall bear the cost of correcting
destroyed or damaged Work, whether completed or
partially completed, caused by Contractor's
correction or removal of Work which is not in
accordance with the requirements of the Contract
Documents.
H. Nothing contained in this section shall be construed
to establish a period of limitation with respect to
other obligations which Contractor might have
according to the Contract Documents.
Establishment of the time period of one year as
described in paragraph 5 16D relates only to the
specific obligation of Contractor to correct the
Work, and has no relationship to the time within
which the Contractor's obligation to comply with
GENERAL CONDITIONS FOR WASHINGTON STATE FACILITY CONSTRUCTION
the Contract Documents may be sought to be
enforced, including the time within which such
proceedings may be commenced.
If Owner prefers to accept Work which is not in
accordance with the requirements of the Contract
Documents, Owner may do so instead of requiring
its removal and correction, in which case the
Contract Sum may be reduced as appropriate and
equitable.
5 17 CLEAN UP
Contractor shall at all times keep the Project site,
including hauling routes, infrastructures, utilities, and
storage areas, free from accumulations of waste materials.
Before completing the Work, Contractor shall remove
from the premises its rubbish, tools, scaffolding,
equipment, and materials. Upon completing the Work,
Contractor shall leave the Project site in a clean, neat, and
orderly condition satisfactory to Owner If Contractor
fails to clean up as provided herein, and after reasonable
notice from Owner, Owner may do so and the cost thereof
shall be charged to Contractor
5 18 ACCESS TO WORK
Contractor shall provide Owner and A/E access to the
Work in progress wherever located.
5 19 OTHER CONTRACTS
Owner may undertake or award other contracts for
additional work at or near the Project site. Contractor
shall reasonably cooperate with the other contractors and
with Owner's employees and shall carefully adapt
scheduling and perform the Work in accordance with
these Contract Documents to reasonably accommodate the
other work.
5.20 SUBCONTRACTORS AND SUPPLIERS
A. Before submitting the first Application for
Payment, Contractor shall furnish in writing to
Owner the names, addresses, and telephone
numbers of all Subcontractors, as well as suppliers
providing materials in excess of $2,500.
Contractor shall utilize Subcontractors and
suppliers which are experienced and qualified, and
Part 5
March 20, 2003 00700 page 20
meet the requirements of the Contract Documents,
if any Contractor shall not utilize any
Subcontractor or supplier to whom the Owner has a
reasonable objection, and shall obtain Owner's
written consent before making any substitutions or
additions.
B All Subcontracts must be in writing. By
appropriate written agreement, Contractor shall
require each Subcontractor so far as applicable to
the Work to be performed by the Subcontractor to
be bound to Contractor by terms of the Contract
Documents, and to assume toward Contractor all
the obligations and responsibilities which
Contractor assumes toward Owner in accordance
with the Contract Documents. Each Subcontract
shall preserve and protect the rights of Owner in
accordance with the Contract Documents with
respect to the Work to be performed by the
Subcontractor so that subcontracting thereof will
not prejudice such rights. Where appropriate,
Contractor shall require each Subcontractor to enter
into similar agreements with Sub subcontractors.
However nothing in this paragraph shall be
construed to alter the contractual relations between
Contractor and its Subcontractors with respect to
insurance or bonds.
C. Contractor shall schedule, supervise, and
coordinate the operations of all Subcontractors. No
Subcontracting of any of the Work shall relieve
Contractor from its responsibility for the
performance of the Work in accordance with the
Contract Documents or any other obligations of the
Contract Documents.
D Each subcontract agreement for a portion of the
Work is hereby assigned by Contractor to Owner
provided that:
1 The assignment is effective only after
termination by Owner for cause pursuant to
section 9.01 and only for those Subcontracts
which Owner accepts by notifying the
Subcontractor in writing; and
2. After the assignment is effective, Owner will
assume all future duties and obligations toward
the Subcontractor which Contractor assumed
in the Subcontract.
3 The assignment is subject to the prior rights of
the surety if any obligated under any bond
5.22 INDEMNIFICATION
GENERAL CONDITIONS FOR WASHINGTON STATE FACILITY CONSTRUCTION
provided in accordance with the Contract
Documents.
5.21 WARRANTY OF CONSTRUCTION
A. In addition to any special warranties provided
elsewhere in the Contract Documents, Contractor
warrants that all Work conforms to the
requirements of the Contract Documents and is free
of any defect in equipment, material, or design
furnished, or workmanship performed, by
Contractor
B With respect to all warranties, express or implied,
for Work performed or materials furnished
according to the Contract Documents, Contractor
shall.
1 Obtain all warranties that would be given in
normal commercial practice;
2. Require all warranties to be executed, in
writing, for the benefit of Owner
3 Enforce all warranties for the benefit of
Owner if directed by Owner and
4 Be responsible to enforce any subcontractor's,
manufacturer's, or supplier's warranty should
they extend beyond the period specified in the
Contract Documents.
C. The obligations under this section shall survive
Final Acceptance.
A. Contractor shall defend, indemnify and hold
Owner and A/E harmless from and against all
claims, demands, losses, damages, or costs,
including but not limited to damages arising out of
bodily injury or death to persons and damage to
property caused by or resulting from:
1 The sole negligence of Contractor or any of its
Subcontractors;
2. The concurrent negligence of Contractor or
any Subcontractor but only to the extent of the
negligence of Contractor or such
Subcontractor and
Part 5
March 20, 2003 00700 page 21
3 The use of any design, process, or equipment
which constitutes an infringement of any
United States patent presently issued, or
violates any other proprietary interest,
including copyright, trademark, and trade
secret.
B In any action against Owner and any other entity
indemnified in accordance with this section, by any
employee of Contractor its Subcontractors, Sub
subcontractors, agents, or anyone directly or
indirectly employed by any of them, the
indemnification obligation of this section shall not
be limited by a limit on the amount or type of
damages, compensation, or benefits payable by or
for Contractor or any Subcontractor under RCW
Title 51 the Industrial Insurance Act, or any other
employee benefit acts. In addition, Contractor
waives immunity as to Owner and A/E only in
accordance with RCW Title 51
GENERAL CONDITIONS FOR WASHINGTON STATE FACILITY CONSTRUCTION
PART 6 PAYMENTS AND COMPLETION
6.01 CONTRACT SUM
Owner shall pay Contractor the Contract Sum for
performance of the Work, in accordance with the Contract
Documents. The Contract Sum shall include all taxes
imposed by law and properly chargeable to the Project,
including sales tax.
6.02 SCHEDULE OF VALUES
Before submitting its first Application for Payment,
Contractor shall submit to Owner for approval a
breakdown allocating the total Contract Sum to each
principle category of work, in such detail as requested by
Owner Schedule of Values The approved Schedule of
Values shall include appropriate amounts for
demobilization, record drawings, O &M manuals, and any
other requirements for Project closeout, and shall be used
by Owner as the basis for progress payments. Payment
for Work shall be made only for and in accordance with
those items included in the Schedule of Values.
6.03 APPLICATION FOR PAYMENT
A. At monthly intervals, unless determined otherwise
by Owner Contractor shall submit to Owner an
itemized Application for Payment for Work
completed in accordance with the Contract
Documents and the approved Schedule of Values.
Each application shall be supported by such
substantiating data as Owner may require.
B By submitting an Application for Payment,
Contractor is certifying that all Subcontractors have
been paid, less earned retainage in accordance with
RCW 60.28.010, as their interests appeared in the
last preceding certificate of payment. By
submitting an Application for Payment, Contractor
is recertifying that the representations set forth in
section 1 03 are true and correct, to the best of
Contractor's knowledge, as of the date of the
Application for Payment.
C. At the time it submits an Application for Payment,
Contractor shall analyze and reconcile, to the
satisfaction of Owner the actual progress of the
Work with the Progress Schedule.
Part 6
March 20, 2003 00700 page 22
D If authorized by Owner the Application for
Payment may include request for payment for
material delivered to the Project site and suitably
stored, or for completed preparatory work.
Payment may similarly be requested for material
stored off the Project site, provided Contractor
complies with or furnishes satisfactory evidence of
the following:
1 The material will be placed in a warehouse that
is structurally sound, dry lighted and suitable
for the matenals to be stored,
2. The warehouse is located within a 10 -mile
radius of the Project. Other locations may be
utilized, if approved in writing, by Owner
3 Only materials for the Project are stored within
the warehouse (or a secure portion of a
warehouse set aside for the Project);
4 Contractor furnishes Owner a certificate of
insurance extending Contractor's insurance
coverage for damage, fire, and theft to cover
the full value of all materials stored, or in
transit;
5 The warehouse (or secure portion thereof) is
continuously under lock and key and only
Contractor's authorized personnel shall have
access;
6. Owner shall at all times have the right of
access in company of Contractor•
7 Contractor and its surety assume total
responsibility for the stored materials; and
8. Contractor furnishes to Owner certified lists of
materials stored, bills of lading, invoices, and
other information as may be required, and shall
also furnish notice to Owner when materials
are moved from storage to the Project site.
6.04 PROGRESS PAYMENTS
A. Owner shall make progress payments, in such
amounts as Owner determines are properly due,
within 30 days after receipt of .a properly executed
Application for Payment. Owner shall notify
Contractor in accordance with RCW 39 76 if the
GENERAL CONDITIONS FOR WASHINGTON STATE FACILITY CONSTRUCTION
Application for Payment does not comply with the
requirements of the Contract Documents.
B Owner shall retain 5% of the amount of each
progress payment until 45 days after Final
Acceptance and receipt of all documents required
by law or the Contract Documents, including, at
Owner's request, consent of surety to release of the
retainage. In accordance with RCW 60.28,
Contractor may request that monies reserved be
retained in a fund by Owner deposited by Owner
in a bank or savings and loan, or placed in escrow
with a bank or trust company to be converted into
bonds and securities to be held in escrow with
interest to be paid to Contractor Owner may
permit Contractor to provide an appropriate bond
in lieu of the retained funds.
C. Title to all Work and materials covered by a
progress payment shall pass to Owner at the time of
such payment free and clear of all liens, claims,
security interests, and encumbrances. Passage of
title shall not, however relieve Contractor from any
of its duties and responsibilities for the Work or
materials, or waive any rights of Owner to insist on
full compliance by Contractor with the Contract
Documents.
D Payments due and unpaid in accordance with the
Contract Documents shall bear interest as
specified in RCW 39 76.
6.05 PAYMENTS WITHHELD
A. Owner may withhold or on account of
subsequently discovered evidence, nullify the
whole or part of any payment to such extent as
may be necessary to protect Owner from loss or
damage for reasons including but not limited to
1 Work not in accordance with the Contract
Documents;
2. Reasonable evidence that the Work required
by the Contract Documents cannot be
completed for the unpaid balance of the
Contract Sum;
3 Work by Owner to correct defective Work or
complete the Work in accordance with section
5 17
Part 6
March 20, 2003 00700 page 23
4 Failure to perform in accordance with the
Contract Documents; or
5 Cost or liability that may occur to Owner as
the result of Contractor's fault or negligent acts
or omissions.
B In any case where part or all of a payment is going
to be withheld for unsatisfactory performance,
Owner shall notify Contractor in accordance with
RCW 39 76.
6.06 RETAINAGE AND BOND CLAIM RIGHTS
RCW chapters 39 08 and 60.28, concerning the rights and
responsibilities of Contractor and Owner with regard to
the performance and payment bonds and retainage, are
made a part of the Contract Documents by reference as
though fully set forth herein.
6.07 SUBSTANTIAL COMPLETION
Substantial Completion is the stage in the progress of the
Work (or portion thereof designated and approved by
Owner) when the construction is sufficiently complete, in
accordance with the Contract Documents, so Owner can
fully occupy the Work (or the designated portion thereof)
for the use for which it is intended. All Work other than
incidental corrective or punch list work shall be
completed. Substantial Completion shall not have been
achieved if all systems and parts are not functional, if
utilities are not connected and operating normally if all
required occupancy permits have not been issued, or if the
Work is not accessible by normal vehicular and pedestrian
traffic routes. The date Substantial Completion is
achieved shall be established in writing by Owner
Contractor may request an early date of Substantial
Completion which must be approved by Change Order
Owner's occupancy of the Work or designated portion
thereof does not necessarily indicate that Substantial
Completion has been achieved.
6.08 PRIOR OCCUPANCY
A. Owner may upon written notice thereof to
Contractor take possession of or use any
completed or partially completed portion of the
Work "Prior Occupancy at any time prior to
Substantial Completion. Unless otherwise agreed
in writing, Prior Occupancy shall not: be deemed
an acceptance of any portion of the Work;
accelerate the time for any payment to Contractor
GENERAL CONDITIONS FOR WASHINGTON STATE FACILITY CONSTRUCTION
prejudice any rights of Owner provided by any
insurance, bond, guaranty or the Contract
Documents; relieve Contractor of the risk of loss or
any of the obligations established by the Contract
Documents; establish a date for termination or
partial termination of the assessment of liquidated
damages; or constitute a waiver of claims.
B Notwithstanding anything in the preceding
paragraph, Owner shall be responsible for loss of or
damage to the Work resulting from Prior
Occupancy Contractor's one year duty to repair
and any system warranties shall begin on building
systems activated and used by Owner as agreed in
writing by Owner and Contractor
6.09 FINAL COMPLETION ACCEPTANCE, AND
PAYMENT
A. Final Completion shall be achieved when the
Work is fully and finally complete in accordance
with the Contract Documents. The date Final
Completion is achieved shall be established by
Owner in writing.
B Final Acceptance is the formal action of Owner
acknowledging Final Completion. Prior to Final
Acceptance, Contractor shall, in addition to all
other requirements in the Contract Documents,
submit to Owner a written notice of any
outstanding disputes or claims between Contractor
and any of its Subcontractors, including the
amounts and other details thereof. Neither Final
Acceptance, nor final payment, shall release
Contractor or its sureties from any obligations of
these Contract Documents or the Public Works
Bond, or constitute a waiver of any claims by
Owner arising from Contractor's failure to perform
the Work in accordance with the Contract
Documents.
C. Acceptance of final payment by Contractor or any
Subcontractor shall constitute a waiver and
release to Owner of all claims by Contractor or
any such Subcontractor for an increase in the
Contract Sum or the Contract Time, and for every
act or omission of Owner relating to or arising out
of the Work, except for those Claims made in
accordance with the procedures, including the
time limits, set forth in part 8.
Part 6
March 20, 2003 00700 page 24
PART 7 CHANGES
GENERAL CONDITIONS FOR WASHINGTON STATE FACILITY CONSTRUCTION
7.01 CHANGE IN THE WORK
A. Owner may at any time and without notice to
Contractor's surety order additions, deletions,
revisions, or other changes in the Work. These
changes in the Work shall be incorporated into the
Contract Documents through the execution of
Change Orders. If any change in the Work ordered
by Owner causes an increase or decrease in the
Contract Sum or the Contract Time, an equitable
adjustment shall be made as provided in section
7.02 or 7.03, respectively and such adjustments)
shall be incorporated into a Change Order
B If Owner desires to order a change in the Work, it
may request a written Change Order proposal from
Contractor Contractor shall submit a Change Order
proposal within 14 days of the request from Owner
or within such other period as mutually agreed.
Contractor's Change Order proposal shall be full
compensation for implementing the proposed
change in the Work, including any adjustment in
the Contract Sum or Contract Time, and including
compensation for all delays in connection with such
change in the Work and for any expense or
inconvenience, disruption of schedule, or loss of
efficiency or productivity occasioned by the change
in the Work.
C. Upon receipt of the Change Order proposal, or a
request for equitable adjustment in the Contract
Sum or Contract Time, or both, as provided in
sections 7 02 and 7.03, Owner may accept or
reject the proposal, request further documentation,
or negotiate acceptable terms with Contractor
Pending agreement on the terms of the Change
Order Owner may direct Contractor to proceed
immediately with the Change Order Work.
Contractor shall not proceed with any change in
the Work until it has obtained Owner's approval.
All Work done pursuant to any Owner directed
change in the Work shall be executed in
accordance with the Contract Documents.
D If Owner and Contractor reach agreement on the
terms of any change in the Work, including any
adjustment in the Contract Sum or Contract Time,
such agreement shall be incorporated in a
Part 7
March 20, 2003 00700 page 25
Change Order The Change Order shall constitute
full payment and final settlement of all claims for
time and for direct, indirect, and consequential
costs, including costs of delays, inconvenience,
disruption of schedule, or loss of efficiency or
productivity related to any Work either covered
or affected by the Change Order or related to the
events giving rise to the request for equitable
adjustment.
E. If Owner and Contractor are unable to reach
agreement on the terms of any change in the
Work, including any adjustment in the Contract
Sum or Contract Time, Contractor may at any
time in writing, request a final offer from Owner
Owner shall provide Contractor with its written
response within 30 days of Contractor's request.
Owner may also provide Contractor with a final
offer at any time. If Contractor rejects Owner's
final offer, or the parties are otherwise unable to
reach agreement, Contractor's only remedy shall
be to file a Claim as provided in part 8.
7.02 CHANGE IN THE CONTRACT SUM
A. General Application
1 The Contract Sum shall only be changed by a
Change Order Contractor shall include any
request for a change in the Contract Sum in its
Change Order proposal.
2. If the cost of Contractor's performance is
changed due to the fault or negligence of
Owner or anyone for whose acts Owner is
responsible, Contractor shall be entitled to
make a request for an equitable adjustment in
the Contract Sum in accordance with the
following procedure. No change in the
Contract Sum shall be allowed to the extent:
Contractor's changed cost of performance is
due to the fault or negligence of Contractor or
anyone for whose acts Contractor is
responsible; the change is concurrently caused
by Contractor and Owner or the change is
caused by an act of Force Majeure as defined
in Section 3 05
a. A request for an equitable adjustment in
the Contract Sum shall be based on
written notice delivered to Owner within
7 days of the occurrence of the event
GENERAL CONDITIONS FOR WASHINGTON STATE FACILITY CONSTRUCTION
giving rise to the request. For purposes
of this part, occurrence means when
Contractor knew or in its diligent
prosecution of the Work should have
known, of the event giving rise to the
request. If Contractor believes it is
entitled to an adjustment in the Contract
Sum, Contractor shall immediately notify
Owner and begin to keep and maintain
complete, accurate, and specific daily
records. Contractor shall give Owner
access to any such records and, if
requested shall promptly furnish copies
of such records to Owner
b. Contractor shall not be entitled to any
adjustment in the Contract Sum for any
occurrence of events or costs that
occurred more than 7 days before
Contractor's written notice to Owner
The written notice shall set forth, at a
minimum, a description of: the event
giving rise to the request for an equitable
adjustment in the Contract Sum, the
nature of the impacts to Contractor and
its Subcontractors of any tier if any and
to the extent possible the amount of the
adjustment in Contract Sum requested.
Failure to properly give such written
notice shall, to the extent Owner's
interests are prejudiced, constitute a
waiver of Contractor's right to an
equitable adjustment.
c. Within 30 days of the occurrence of the
event giving rise to the request, unless
Owner agrees in writing to allow an
additional period of time to ascertain
more accurate data, Contractor shall
supplement the written notice provided in
accordance with subparagraph a. above
with additional supporting data. Such
additional data shall include, at a
minimum: the amount of compensation
requested, itemized in accordance with
the procedure set forth herein; specific
facts, circumstances, and analysis that
confirms not only that Contractor
suffered the damages claimed, but that
the damages claimed were actually a
result of the act, event, or condition
complained of and that the Contract
Part 7
March 20, 2003 00700 page 26
Documents provide entitlement to an
equitable adjustment to Contractor for
such act, event, or condition, and
documentation sufficiently detailed to
permit an informed analysis of the
request by Owner When the request for
compensation relates to a delay or other
change in Contract Time, Contractor
shall demonstrate the impact on the
critical path, in accordance with section
7.03C. Failure to provide such
additional information and
documentation within the time allowed or
within the format required shall, to the
extent Owner's interests are- prejudiced,
constitute a waiver of Contractor's right
to an equitable adjustment.
d. Pending final resolution of any request
made in accordance with this paragraph,
unless otherwise agreed in writing,
Contractor shall proceed diligently with
performance of the Work.
e. Any requests by Contractor for an
equitable adjustment in the Contract Sum
and in the Contract Time that arise out of
the same event(s) shall be submitted
together
3 The value of any Work covered by a
Change Order or of any request for an
equitable adjustment in the Contract
Sum, shall be determined by one of the
following methods:
a. On the basis of a fixed price as
determined in paragraph 7.02B
b. By application of unit prices to the
quantities of the items involved as
determined in paragraph 7 02C.
c. On the basis of time and material as
determined in paragraph 7 02D
4 When Owner has requested Contractor to
submit a Change Order proposal, Owner may
direct Contractor as to which method in
subparagraph 3 above to use when submitting
GENERAL CONDITIONS FOR WASHINGTON STATE FACILITY CONSTRUCTION
its proposal. Otherwise, Contractor shall
determine the value of the Work, or of a
request for an equitable adjustment, on the
basis of the fixed price method.
B Change Order Pricing Fixed Price
When the fixed price method is used to determine
the value of any Work covered by a Change Order
or of a request for an equitable adjustment in the
Contract Sum, the following procedures shall
apply
1 Contractor's Change Order proposal, or request
for adjustment in the Contract Sum, shall be
accompanied by a complete itemization of the
costs, including labor material, subcontractor
costs, and overhead and profit. The costs shall
be itemized in the manner set forth below and
shall be submitted on breakdown sheets in a
form approved by Owner
2. All costs shall be calculated based upon
appropriate industry standard methods of
calculating labor material quantities, and
equipment costs.
3 If any of Contractor's pricing assumptions are
contingent upon anticipated actions of Owner
Contractor shall clearly state them in the
proposal or request for an equitable
adjustment.
4 The cost of any additive or deductive changes
in the Work shall be calculated as set forth
below except that overhead and profit shall
not be included on deductive changes in the
Work. Where a change in the Work involves
additive and deductive work by the same
Contractor or Subcontractor, small tools,
overhead, profit, bond and insurance markups
will apply to the net difference.
5 If the total cost of the change in the Work or
request for equitable adjustment does not
exceed $1,000, Contractor shall not be
required to submit a breakdown if the
description of the change in the Work or
request for equitable adjustment is sufficiently
definitive for Owner to determine fair value.
Part 7
March 20, 2003 00700 page 27
6. If the total cost of the change in the Work or
request for equitable adjustment is between
$1,000 and $2,500, Contractor may submit a
breakdown in the following level of detail if
the description of the change in the Work or if
the request for equitable adjustment is
sufficiently definitive to permit the Owner to
determine fair value:
a. lump sum labor
b. lump sum material,
c. lump sum equipment usage;
d. overhead and profit as set forth below and
e. insurance and bond costs as set forth
below
7 Any request for adjustment of Contract Sum
based upon the fixed price method shall
include only the following items.
a. Craft labor costs: These are the labor
costs determined by multiplying the
estimated or actual additional number of
craft hours needed to perform the change
in the Work by the hourly labor costs.
Craft hours should cover direct labor as
well as indirect labor due to trade
inefficiencies. The hourly costs shall be
based on the following:
(1) Basic wages and benefits:
Hourly rates and benefits as
stated on the Department of
Labor and Industries approved
statement of intent to pay
prevailing wages. Direct
supervision shall be a reasonable
percentage not to exceed 15% of
the cost of direct labor No
supervision markup shall be
allowed for a working
supervisor's hours.
(2) Worker's insurance: Direct
contributions to the state of
Washington for industrial
insurance; medical aid, and
supplemental pension, by the
GENERAL CONDITIONS FOR WASHINGTON STATE FACILITY CONSTRUCTION
(3) Federal insurance: Direct
contributions required by the
Federal Insurance Compensation
Act; Federal Unemployment Tax
Act; and the State Unemployment
Compensation Act.
(4) Travel allowance Travel
allowance and/or subsistence, if
applicable, not exceeding those
allowances established by
regional labor union agreements,
which are itemized and identified
separately
(5)
class and rates established by the
Department of Labor and
Industries.
Safety Cost incurred due to the
Washington Industrial Safety and
Health Act, which shall be a
reasonable percentage not to
exceed 2% of the sum of the
amounts calculated in (1), (2),
and (3) above.
b. Material costs: This is an itemization of
the quantity and cost of materials needed
to perform the change in the Work.
Material costs shall be developed first
from actual known costs, second from
supplier quotations or if these are not
available, from standard industry pricing
guides. Material costs shall consider all
available discounts. Freight costs, express
charges, or special delivery charges, shall
be itemized.
c. Equipment costs: This is an itemization of
the type of equipment and the estimated or
actual length of time the construction
equipment appropriate for the Work is or
will be used on the change in the Work.
Costs will be allowed for construction
equipment only if used solely for the
changed Work, or for additional rental
costs actually incurred by the Contractor
Equipment charges shall be
Part 7
e.
March 20, 2003 00700 page 28
computed on the basis of actual invoice
costs or if owned, from the current edition
of one of the following sources:
(1) Associated General Contractors
Washington State Department of
Transportation (AGC WSDOT)
Equipment Rental Agreement;
1987 edition.
(2) The state of Washington Utilities
and Transportation Commission
for trucks used on highways.
(3) The National Electrical
Contractors Association for
equipment used on electrical
work.
(4) The Mechanical Contractors
Association of America for
equipment used on mechanical
work.
The Data Quest Rental Rate (Blue Book)
shall be used as a basis for establishing
rental rates of equipment not listed in the
above sources. The maximum rate for
standby equipment shall not exceed that
shown in the AGC WSDOT Equipment
Rental Agreement, 1987 edition.
d. Allowance for small tools, expendables
consumable supplies Small tools consist
of tools which cost $250 or less and are
normally furnished by the performing
contractor The maximum rate for small
tools shall not exceed the following:
(1) For Contractor 3% of direct
labor costs.
(2) For Subcontractors, 5% of direct
labor costs.
Expendables and consumable supplies directly
associated with the change in Work must be
itemized.
Subcontractor costs: This is defined as
payments Contractor makes to Subcontractors
for changed Work performed by
Subcontractors of any tier The
Subcontractors' cost of Work shall be
f.
GENERAL CONDITIONS FOR WASHINGTON STATE FACILITY CONSTRUCTION
calculated and itemized in the same manner as
prescribed herein for Contractor
Allowance for overhead. This is defined as
costs of any kind attributable to direct and
indirect delay acceleration, or impact, added
to the total cost to Owner of any change in the
Contract Sum but not to the cost of any change
in the Contract Time for which contractor has
been compensated pursuant to the conditions
set forth in Section 7 03 This allowance shall
compensate Contractor for all noncraft labor
temporary construction facilities, field
engineering, schedule updating, as -built
drawings, home office cost, B &O taxes, office
engineering, estimating costs, additional
overhead because of extended time, and any
other cost incidental to the change in the
Work. It shall be strictly limited in all cases to
a reasonable amount, mutually acceptable, or if
none can be agreed upon to an amount not to
exceed the rates below
(1). For projects where the Contract Award
Amount is under $3 million, the following
shall apply.
(a) For Contractor for any Work
actually performed by
Contractor's own forces, 16% of
the first $50,000 of the cost, and
4% of the remaining cost, if any
(b) For each Subcontractor
(including lower tier
subcontractors), for any Work
actually performed by its own
forces, 16% of the first $50,000
of the cost, and 4% of the
remaining cost, if any
(c) For Contractor for any work
performed by its
Subcontractor(s), 6% of the first
$50,000 of the amount due each
Subcontractor, and 4% of the
remaining amount if any
Part 7
(2).
March 20, 2003 00700 page 29
(d) For each Subcontractor for any
Work performed by its
Subcontractor(s) of any lower
tier 4% of the first $50,000 of
the amount due the sub
Subcontractor and 2% of the
remaining amount if any
(e) The cost to which overhead is to
be applied shall be determined in
accordance with subparagraphs
a. -e. above.
For projects where the Contract Award
Amount is equal to or exceeds $3
million, the following shall apply.
(a) For Contractor for any Work
actually performed by
Contractor's own forces,12% of
the first $50,000 of the cost, and
4% of the remaining cost, if any
(b) For each Subcontractor
(including lower tier
subcontractors), for any Work
actually performed by its own
forces, 12% of the fast $50,000
of the cost, and 4% of the
remaining cost, if any
(c) For Contractor, for any Work
performed by its
Subcontractor(s), 4% of the first
$50,000 of the amount due each
Subcontractor and 2% of the
remaining amount if any
(d) For each Subcontractor for any
Work performed by its
Subcontractor(s) of any lower
tier 4% of the first $50,000 of
the amount due the sub
Subcontractor and 2% of the
remaining amount if any
(e) The cost to which overhead is to
be apphed shall be determined in
accordance with subparagraphs
a. e. above.
g. Allowance for profit: This is an amount
to be added to the cost of any change in
GENERAL CONDITIONS FOR WASHINGTON STATE FACILITY CONSTRUCTION
contract sum, but not to the cost of
change in Contract Time for which
contractor has been compensated
pursuant to the conditions set forth in
section 7.03 It shall be limited to a
reasonable amount, mutually acceptable,
or if none can be agreed upon, to an
amount not to exceed the rates below
(1) For Contractor or Subcontractor
of any tier for work performed by
their forces, 6% of the cost
developed in accordance with
7 02 b. 7a. e. above.
(2) For Contractor or Subcontractor
of any tier for work performed by
a subcontractor of a lower tier
4% of the Subcontractor cost
developed in accordance with
7.02 b. 7a. h.
h. Cost of change in insurance or bond
premium: This is defined as:
(1) Contractor's liability insurance:
The cost of any changes in
Contractor's liability insurance
arising directly from execution of
the Change Order and
(2) Public works bond. The cost of
the additional premium for
Contractor's bond arising directly
from the changed Work.
The costs of any change in insurance or bond premium
shall be added after overhead and allowance for profit are
calculated in accordance with subparagraph f. and g.
above.
C. Change Order Pricing Unit Prices
1 Whenever Owner authorizes Contractor to perform
Work on a unit -price basis, Owner's authorization
shall clearly state:
a. Scope of work to be performed,
b. Type of reimbursement including pre
agreed rates for material quantities; and
Part 7
March 20, 2003 00700 page 30
c. Cost limit of reimbursement.
2. Contractor shall.
a. Cooperate with Owner and assist in
monitoring the Work being performed.
As requested by Owner Contractor shall
identify workers assigned to the Change
Order Work and areas in which they are
working;
b. Leave access as appropriate for quantity
measurement; and
c. Not exceed any cost limit(s) without
Owner's prior written approval.
3 Contractor shall submit costs in accordance
with paragraph 7.02B and satisfy the
following requirements:
a. Unit prices shall include reimbursement
for all direct and indirect costs of the
Work, including overhead and profit, and
bond and insurance costs; and
b. Quantities must be supported by field
measurement statements signed by Owner
D Change Order Pricing Time and Material Prices
1 Whenever Owner authorizes Contractor to
perform Work on a time and material basis,
Owner's authorization shall clearly state:
a. Scope of Work to be performed,
b. Type of reimbursement including pre
agreed rates, if any for material quantities
or labor and
c. Cost limit of reimbursement.
2. Contractor shall.
a. Cooperate with Owner and assist in
monitoring the Work being performed.
As requested by Owner identify workers
assigned to the Change Order Work and
areas in which they are working;
b. Identify on daily time sheets all labor
performed in accordance with this
authorization. Submit copies of daily time
GENERAL CONDITIONS FOR WASHINGTON STATE FACILITY CONSTRUCTION
sheets within 2 working days for Owner's
review
c. Leave access as appropriate for quantity
measurement;
d. Perform all Work in accordance with this
section as efficiently as possible; and
e. Not exceed any cost limit(s) without
Owner's prior written approval.
3 Contractor shall submit costs in accordance
with paragraph 7.02B and additional
verification supported by
a. Labor detailed on daily time sheets; and
b. Invoices for material.
7.03 CHANGE IN THE CONTRACT TIME
A. The Contract Time shall only be changed by a
Change Order Contractor shall include any request
for a change in the Contract Time in its Change
Order proposal.
B If the time of Contractor's performance is changed
due to an act of Force Majeure, or due to the fault
or negligence of Owner or anyone for whose acts
Owner is responsible, Contractor shall be entitled
to make a request for an equitable adjustment in the
Contract Time in accordance with the following
procedure. No adjustment in the Contract Time
shall be allowed to the extent Contractor's changed
time of performance is due to the fault or
negligence of Contractor or anyone for whose acts
Contractor is responsible.
1 A request for an equitable adjustment in the
Contract Time shall be based on written notice
delivered within 7 days of the occurrence of
the event giving rise to the request. If
Contractor believes it is entitled to adjustment
of Contract Time, Contractor shall
immediately notify Owner and begin to keep
and maintain complete, accurate, and specific
daily records. Contractor shall give Owner
access to any such record and if requested,
Part 7
March 20, 2003 00700 page 31
shall promptly furnish copies of such record to
Owner
2. Contractor shall not be entitled to an
adjustment in the Contract Time for any events
that occurred more than 7 days before
Contractor's written notice to Owner The
written notice shall set forth, at a minimum, a
description of: the event giving rise to the
request for an equitable adjustment in the
Contract Time; the nature of the impacts to
Contractor and its Subcontractors of any tier if
any and to the extent possible the amount of
the adjustment in Contract Time requested.
Failure to properly give such written notice
shall, to the extent Owner's interests are
prejudiced, constitute a waiver of Contractor's
right to an equitable adjustment.
3 Within 30 days of the occurrence of the event
giving rise to the request, unless Owner agrees
in writing to allow an additional period of time
to ascertain more accurate data, Contractor
shall supplement the written notice provided in
accordance with subparagraph 7.03B.2 with
additional supporting data. Such additional
data shall include, at a minimum: the amount
of delay claimed, itemized in accordance with
the procedure set forth herein, specific facts,
circumstances, and analysis that confirms not
only that Contractor suffered the delay
claimed, but that the delay claimed was
actually a result of the act, event, or condition
complained of, and that the Contract
Documents provide entitlement to an equitable
adjustment in Contract Time for such act,
event, or condition; and supporting
documentation sufficiently detailed to permit
an informed analysis of the request by Owner
Failure to provide such additional information
and documentation within the time allowed or
within the format required shall, to the extent
Owner's interests are prejudiced, constitute a
waiver of Contractor's right to an equitable
adjustment.
4 Pending final resolution of any request in
accordance with this paragraph, unless
otherwise agreed in writing, Contractor shall
proceed diligently with performance of the
Work.
C. Any change in the Contract Time covered by a
Change Order or based on a request for an
GENERAL CONDITIONS FOR WASHINGTON STATE FACILITY CONSTRUCTION
equitable adjustment in the Contract Time, shall be
limited to the change in the critical path of
Contractor's schedule attributable to the change of
Work or event(s) giving rise to the request for
equitable adjustment. Any Change Order proposal
or request for an adjustment in the Contract Time
shall demonstrate the impact on the critical path of
the schedule. Contractor shall be responsible for
showing clearly on the Progress Schedule that the
change or event: had a specific impact on the
critical path, and except in case of concurrent
delay was the sole cause of such impact; and could
not have been avoided by resequencing of the
Work or other reasonable alternatives.
D Contractor may request compensation for the cost
of a change in Contract Time in accordance with
this paragraph, 7 03D subject to the following
conditions:
1 The change in Contract Time shall solely be
caused by the fault or negligence of Owner or
A/E,
2. Compensation under this paragraph is limited
to changes in Contract Time for which
Contractor is not entitled to be compensated
under section 7.02,
3 Contractor shall follow the procedure set forth
in paragraph 7.03B
4 Contractor shall establish the extent of the
change in Contract Time in accordance with
paragraph 7.03C; and
5 The daily cost of any change in Contract Time
shall be limited to the items below less funds
that may have been paid pursuant to a change
in the Contract Sum that contributed to this
change in Contract Time:
a. cost of nonproductive field supervision or
labor extended because of the delay
b. cost of weekly meetings or similar
indirect activities extended because of the
c. cost of temporary facilities or equipment
rental extended because of the delay
Part 7
March 20, 2003 00700 page 32
delay
d. cost of insurance extended because of the
delay
e. general and administrative overhead in
an amount to be agreed upon, but not to
exceed 3% of Contract Sum divided by
the Contract Time for each day of the
delay
GENERAL CONDITIONS FOR WASHINGTON STATE FACILITY CONSTRUCTION
PART 8 CLAIMS AND DISPUTE RESOLUTION
8.01 CLAIMS PROCEDURE
A. If the parties fail to reach agreement on the terms of
any Change Order for Owner directed Work as
provided in section 7.01 or on the resolution of
any request for an equitable adjustment in the
Contract Sum as provided in section 7.02 or the
Contract Time as provided in section 7.03
Contractor's only remedy shall be to file a Claim
with Owner as provided in this section.
B Contractor shall file its Claim within the earlier of:
120 days from Owner's final offer in accordance
with either paragraph 7 OlE or the date of Final
Acceptance.
C. The Claim shall be deemed to cover all changes in
cost and time (including direct, indirect, impact,
and consequential) to which Contractor may be
entitled. It shall be fully substantiated and
documented. At a minimum, the Claim shall
contain the following information:
1 A detailed factual statement of the Claim for
additional compensation and time, if any
providing all necessary dates, locations, and
items of Work affected by the Claim;
2. The date on which facts arose which gave rise
to the Claim
3 The name of each employee of Owner or A/E
knowledgeable about the Claim;
4 The specific provisions of the Contract
Documents which support the Claim;
5 The identification of any documents and the
substance of any oral communications that
support the Claim,
6. Copies of any identified documents, other than
the Contract Documents, that support the
Claim;
7 If an adjustment in the Contract Time is
sought: the specific days and dates for which it
is sought; the specific reasons Contractor
believes an extension in the Contract Time
March 20, 2003 00700 page 33
Schedule to demonstrate the reason for the
extension in Contract Time;
Part 8
should be granted, and Contractor's analysis of
its Progress
8. If an adjustment in the Contract Sum is sought,
the exact amount sought and a breakdown of
that amount into the categories set forth in, and
in the detail required by section 7.02, and
9 A statement certifying, under penalty of
perjury that the Claim is made in good faith,
that the supporting cost and pricing data are
true and accurate to the best of Contractor's
knowledge and belief, that the Claim is fully
supported by the accompanying data, and that
the amount requested accurately reflects the
adjustment in the Contract Sum or Contract
Time for which Contractor believes Owner is
liable.
D After Contractor has submitted a fully documented
Claim that complies with all applicable provisions
of parts 7 and 8, Owner shall respond, in writing, to
Contractor as follows:
1 If the Claim amount is less than $50,000, with
a decision within 60 days from the date the
Claim is received, or
2. If the Claim amount is $50,000 or more, with a
decision within 60 days from the date the
Claim is received, or with notice to Contractor
of the date by which it will render its decision.
Owner will then respond with a written
decision in such additional time.
E. To assist in the review of Contractor's Claim,
Owner may visit the Project site, or request
additional information, in order to fully evaluate
the issues raised by the Claim. Contractor shall
proceed with performance of the Work pending
final resolution of any Claim. Owner's written
decision as set forth above shall be final and
conclusive as to all matters set forth in the Claim,
unless Contractor follows the procedure set forth in
section 8.02.
F Any Claim of the Contractor against the Owner for
damages, additional compensation, or additional
time, shall be conclusively deemed to have been
8.02 ARBITRATION
GENERAL CONDITIONS FOR WASHINGTON STATE FACILITY CONSTRUCTION
waived by the Contractor unless timely made in
accordance with the requirements of this section.
A. If Contractor disagrees with Owner's decision
rendered in accordance with paragraph 8.01D
Contractor shall provide Owner with a written
demand for arbitration. No demand for arbitration
of any such Claim shall be made later than 30 days
after the date of Owner's decision on such Claim;
failure to demand arbitration within said 30 day
period shall result in Owner's decision being final
and binding upon Contractor and its
Subcontractors.
B Notice of the demand for arbitration shall be filed
with the American Arbitration Association (AAA),
with a copy provided to Owner The parties shall
negotiate or mediate under the Voluntary
Construction Mediation Rules of the AAA, or
mutually acceptable service, before seeking
arbitration in accordance with the Construction
Industry Arbitration Rules of AAA as follows.
1 Disputes involving $30,000 or less shall be
conducted in accordance with the Northwest
Region Expedited Commercial Arbitration
Rules; or
2. Disputes over $30,000 shall be conducted in
accordance with the Construction Industry
Arbitration Rules of the AAA, unless the
parties agree to use the expedited rules.
C. All Claims arising out of the Work shall be
resolved by arbitration. The judgment upon the
arbitration award may be entered, or review of the
award may occur in the superior court having
jurisdiction thereof. No independent legal action
relating to or arising from the Work shall be
maintained.
D Claims between Owner and Contractor Contractor
and its Subcontractors, Contractor and A/E, and
Owner and A/E shall, upon demand by Owner be
submitted in the same arbitration or mediation.
E. If the parties resolve the Claim prior to arbitration
judgment, the terms of the resolution shall be
incorporated in a Change Order The Change
Part 8
March 20, 2003 00700 page 34
Order shall constitute full payment and final
settlement of the Claim, including all claims for
time and for direct, indirect, or consequential costs,
including costs of delays, inconvenience, disruption
of schedule, or loss of efficiency or productivity
8.03 CLAIMS AUDITS
A. All Claims filed against Owner shall be subject to
audit at any time following the filing of the Claim
Failure of Contractor, or Subcontractors of any tier
to maintain and retain sufficient records to allow
Owner to verify all or a portion of the Claim or to
permit Owner access to the books and records of
Contractor or Subcontractors of any tier, shall
constitute a waiver of the Claim and shall bar any
recovery
B In support of Owner audit of any Claim, Contractor
shall, upon request, promptly make available to
Owner the following documents.
1 Daily time sheets and supervisor's daily
reports;
2. Collective bargaining agreements;
3 Insurance, welfare, and benefits records,
4 Payroll registers;
5 Earnings records,
6. Payroll tax forms;
7 Material invoices, requisitions, and delivery
confirmations;
8 Material cost distribution worksheet;
9 Equipment records (list of company
equipment, rates, etc.);
10. Vendors' rental agencies' Subcontractors' and
agents' invoices;
11 Contracts between Contractor and each of its
Subcontractors, and all lower -tier
Subcontractor contracts and supplier contracts,
12. Subcontractors' and agents' payment
certificates;
13 Cancelled checks (payroll and vendors);
C.
GENERAL CONDITIONS FOR WASHINGTON STATE FACILITY CONSTRUCTION
shall make a good faith effort to cooperate
14 Job cost report, including monthly totals; with Owner's auditors.
15 Job payroll ledger
16. Planned resource loading schedules and
summaries;
17 General ledger
18. Cash disbursements journal,
19 Financial statements for all years reflecting the
operations on the Work. In addition, the
Owner may require, if it deems it appropriate,
additional financial statements for 3 years
preceding execution of the Work;
20. Depreciation records on all company
equipment whether these records are
maintained by the company involved, its
accountant, or others;
21 If a source other than depreciation records is
used to develop costs for Contractor's internal
purposes in establishing the actual cost of
owning and operating equipment, all such
other source documents;
22. All nonprivileged documents which relate to
each and every Claim together with all
documents which support the amount of any
adjustment in Contract Sum or Contract Time
sought by each Claim;
23 Work sheets or software used to prepare the
Claim establishing the cost components for
items of the Claim including but not limited to
labor benefits and insurance, materials,
equipment, Subcontractors, all documents
which establish the time periods, individuals
involved, the hours for the individuals, and the
rates for the individuals; and
24 Work sheets, software, and all other
documents used by Contractor to prepare its
bid.
The audit may be performed by employees of
Owner or a representative of Owner
Contractor, and its Subcontractors, shall
provide adequate facilities acceptable to
Owner for the audit during normal business
hours. Contractor, and all Subcontractors,
March 20, 2003 00700 page 35
Part 8
GENERAL CONDITIONS FOR WASHINGTON STATE FACILITY CONSTRUCTION
PART 9 TERMINATION OF THE WORK
9.01 TERMINATION BY OWNER FOR CAUSE
A. Owner may upon 7 days written notice to
Contractor and to its surety terminate (without
prejudice to any right or remedy of Owner) the
Work, or any part of it, for cause upon the
occurrence of any one or more of the following
events:
1 Contractor fails to prosecute the Work or any
portion thereof with sufficient diligence to
ensure Substantial Completion of the Work
within the Contract Time;
2. Contractor is adjudged bankrupt, makes a
general assignment for the benefit of its
creditors, or a receiver is appointed on account
of its insolvency
3 Contractor fails in a material way to replace or
correct Work not in conformance with the
Contract Documents,
4 Contractor repeatedly fails to supply skilled
workers or proper materials or equipment;
5 Contractor repeatedly fails to make prompt
payment due to Subcontractors or for labor
6. Contractor materially disregards or fails to
comply with laws, ordinances, rules,
regulations, or orders of any public authority
having jurisdiction, or
7 Contractor is otherwise in material breach of
any provision of the Contract Documents.
B Upon termination, Owner may at its option.
1 Take possession of the Project site and take
possession of or use all materials, equipment,
tools, and construction equipment and
machinery thereon owned by Contractor to
maintain the orderly progress of, and to finish,
the Work;
2. Accept assignment of subcontracts pursuant to
section 5.21 and
March 20, 2003 00700 page 36
Part 9
3 Finish the Work by whatever other reasonable
method it deems expedient.
C. Owner's rights and duties upon termination are
subject to the prior rights and duties of the surety if
any obligated under any bond provided in
accordance with the Contract Documents.
D When Owner terminates the Work in accordance
with this section, Contractor shall take the actions
set forth in paragraph 9.02B and shall not be
entitled to receive further payment until the Work
is accepted.
E. If the unpaid balance of the Contract Sum exceeds
the cost of finishing the Work, including
compensation for A/E's services and expenses
made necessary thereby and any other extra costs
or damages incurred by Owner in completing the
Work, or as a result of Contractor's actions, such
excess shall be paid to Contractor If such costs
exceed the unpaid balance, Contractor shall pay the
difference to Owner These obligations for
payment shall survive termination.
F Termination of the Work in accordance with this
section shall not relieve Contractor or its surety of
any responsibilities for Work performed.
G. If Owner terminates Contractor for cause, and it is
later determined that none of the circumstances set
forth in paragraph 9 O1A exist, then such
termination shall be deemed a termination for
convenience pursuant to section 9.02.
9 02 TERMINATION BY OWNER FOR
CONVENIENCE
A. Owner may upon written notice, terminate (without
prejudice to any right or remedy of Owner) the
Work, or any part of it, for the convenience of
Owner
B Unless Owner directs otherwise, after receipt of a
written notice of termination for either cause or
convenience, Contractor shall promptly
1 Stop performing Work on the date and as
specified in the notice of termination;
2. Place no further orders or subcontracts for
materials, equipment, services or facilities,
GENERAL CONDITIONS FOR WASHINGTON STATE FACILITY CONSTRUCTION
except as may be necessary for completion of
such portion of the Work as is not terminated,
3 Cancel all orders and subcontracts, upon terms
acceptable to Owner to the extent that they
relate to the performance of Work terminated,
4 Assign to Owner all of the right, title, and
interest of Contractor in all orders and
subcontracts;
5 Take such action as may be necessary or as
directed by Owner to preserve and protect the
Work, Project site, and any other property
related to this Project in the possession of
Contractor in which Owner has an interest; and
6. Continue performance only to the extent not
terminated.
C. If Owner terminates the Work or any portion
thereof for convenience, Contractor shall be
entitled to make a request for an equitable
adjustment for its reasonable direct costs incurred
prior to the effective date of the termination, plus a
reasonable allowance for overhead and profit on
Work performed prior to termination, plus the
reasonable administrative costs of the termination,
but shall not be entitled to any other costs or
damages, whatsoever provided however, the total
sum payable upon termination shall not exceed the
Contract Sum reduced by prior payments.
Contractor shall be required to make its request in
accordance with the provisions of part 7
D If Owner terminates the Work or any portion
thereof for convenience, the Contract Time shall be
adjusted as determined by Owner
Part 9
March 20, 2003 00700 page 37
PART 10 MISCELLANEOUS PROVISIONS
10.01 GOVERNING LAW
GENERAL CONDITIONS FOR WASHINGTON STATE FACILITY CONSTRUCTION
The Contract Documents and the rights of the parties
herein shall be governed by the laws of the state of
Washington. Venue shall be in the county in which
Owner's principal place of business is located, unless
otherwise specified.
10.02 SUCCESSORS AND ASSIGNS
Owner and Contractor respectively bind themselves, their
partners, successors, assigns, and legal representatives to
the other party hereto and to partners, successors, assigns,
and legal representatives of such other party in respect to
covenants, agreements, and obligations contained in the
Contract Documents. Neither party shall assign the Work
without written consent of the other except that
Contractor may assign the Work for security purposes, to
a bank or lending institution authorized to do business in
the state of Washington. If either party attempts to make
such an assignment without such consent, that party shall
nevertheless remain legally responsible for all obligations
set forth in the Contract Documents.
10.03 MEANING OF WORDS
Unless otherwise stated in the Contract Documents, words
which have well -known technical or construction industry
meanings are used in the Contract Documents in
accordance with such recognized meanings. Reference to
standard specifications, manuals, or codes of any technical
society organization, or association, or to the code of any
governmental authority whether such reference be
specific or by implication, shall be to the latest standard
specification, manual, or code in effect on the date for
submission of bids, except as may be otherwise
specifically stated. Wherever in these Drawings and
Specifications an article, device, or piece of equipment is
referred to in the singular manner such reference shall
apply to as many such articles as are shown on the
drawings, or required to complete the installation.
10.04 RIGHTS AND REMEDIES
No action or failure to act by Owner or A/E shall
constitute a waiver of a right or duty afforded them under
the Contract Documents, nor shall such action or failure
Part 10
March 20, 2003 00700 page 38
to act constitute approval of an acquiescence in a breach
therein, except as may be specifically agreed in writing.
10.05 CONTRACTOR REGISTRATION
Pursuant to RCW 39.06, Contractor shall be registered or
licensed as required by the laws of the State of
Washington, including but not limited to RCW 18.27
10.06 TIME COMPUTATIONS
When computing any period of time, the day of the event
from which the period of time begins shall not be counted.
The last day is counted unless it falls on a weekend or
legal holiday in which event the period runs until the end
of the next day that is not a weekend or holiday When
the period of time allowed is less than 7 days,
intermediate Saturdays, Sundays, and legal holidays are
excluded from the computation.
10.07 RECORDS RETENTION
The wage, payroll, and cost records of Contractor, and its
Subcontractors, and all records subject to audit in
accordance with section 8.03, shall be retained for a
period of not less than 6 years after the date of Final
Acceptance.
10.08 THIRD -PARTY AGREEMENTS
The Contract Documents shall not be construed to create a
contractual relationship of any kind between: A/E and
Contractor. Owner and any Subcontractor• or any persons
other than Owner and Contractor
10.09 ANTITRUST ASSIGNMENT
Owner and Contractor recognize that in actual economic
practice, overcharges resulting from antitrust violations
are in fact usually borne by the purchaser Therefore,
Contractor hereby assigns to Owner any and all claims for
such overcharges as to goods, materials, and equipment
purchased in connection with the Work performed in
accordance with the Contract Documents, except as to
overcharges which result from antitrust violations
commencing after the Contract Sum is established and
which are not passed on to Owner under a Change Order
Contractor shall put a similar clause in its Subcontracts,
and require a similar clause in its sub Subcontracts, such
that all claims for such overcharges on the Work are
passed to Owner by Contractor
SUPPLEMENTAL CONDITIONS
FOR WASHINGTON STATE FACILITIES CONSTRUCTION
(Paragraphs keyed to the State's General Conditions)
2.02 Replaces Section 2.02 COVERAGE LIMITS INSURANCE COVERAGE CERTIFICATES
A. Insurance Coverage Certificates
The Contractor shall furnish acceptable proof of insurance coverage on the State of Washington
Certificate of Insurance form SF500A, dated 07/02/92.
B Required Coverages
1 For a contract less than $100,000.00, the coverage required is.
a. Public Liability Insurance The Contractor shall at all times during the term of this
contract, at its cost and expense, carry and maintain general public liability insurance,
including contractual liability, against claims for bodily injury personal injury, death or
property damage occurring or arising out of services provided under this contract. This
insurance shall cover claims caused by any act, omission, or negligence of the Contractor or
its officers, agents, representatives, assigns or servants. The limits of liability insurance,
which may be increased as deemed necessary by the contracting parties, shall be.
Each Occurrence
General Aggregate Limits
(other than products commercial operations)
Products Commercial Operations Limit
Personal and Advertising Injury Limit
Fire Damage Limit (any one fire)
Medical Expense Limit (any one person)
1 000,000 00
$1,000,000 00
$1,000,000 00
$1,000,000 00
$50,000 00
$5,000 00
b If the contract is for underground utility work, then the Contractor shall provide proof of
insurance for that above in the form of Explosion, Collapse and Underground (XCU)
coverage.
c. Employers Liability on an occurrence basis in an amount not less than $1,000,000.00 per
occurrence.
2. For contracts over $100,000 00 but less than $5,000,000.00 the contractor shall obtain the
coverage limits as listed for contracts below $100,000 00 and General Aggregate and Products
Commercial Operations Limit of not less than $2,000 000 00
3 Coverage for Comprehensive General Bodily Injury Liability Insurance for a contract over
$5,000,000 00 is.
Each Occurrence
General Aggregate Limits
(other than products commercial operations)
Supplemental Conditions
Page 1 of 9 March 20, 2003
$2,500,000 00
$5,000,000 00
Products Commercial Operations limit
Personal and Advertising Injury Limit
Fire Damage Limit (any one fire)
Medical Expense Limit (any one Person)
4 For all Contracts Automobile Liability: in the event that services delivered pursuant to this
contract involve the use of vehicles or the transportation of clients, automobile liability
insurance shall be required. If Contractor -owned personal vehicles are used, a Business
Automobile Policy covering at a minimum Code 2 "owned autos only" must be secured. If
Contractor employee's vehicles are used, the Contractor must also include under the Business
Automobile Policy Code 9 coverage for non -owned autos. The minimum limits for automobile
liability is. $1,000,000 00 per occurrence, using a combined single limit for bodily injury and
property damage.
5 For Contracts for Hazardous Substance Removal (Asbestos Abatement, PCB Abatement, etc
a. In addition to providing insurance coverage for the project as outlined above, the Contractor
shall provide Environmental Impairment Liability insurance for the hazardous substance
removal as follows.
EACH OCCURRENCE AGGREGATE
$500,000 00 $1,000,000 00
$5,000,000.00
$2,500,000 00
$50,000 00
$5,000 00
or $1,000 000 00 each occurrence /aggregate bodily injury and property damage combined
single limit
1) Insurance certificate must state that the insurer is covering hazardous substance
removal.
2) Should this insurance be secured on a "claims made" basis, the coverage must be
continuously maintained for one year following the project's "final completion through
official completion of the project, plus one year following.
b For Contracts where hazardous substance removal is a subcomponent of contracted work,
the general contractor shall provide to the Owner a certificate of insurance for coverage as
defined in 5a. above. The State of Washington must be listed as an additional insured. This
certificate of insurance must be provided to the Owner prior to commencing work.
2.04 AIA Payment Bond and Performance Bond forms A312 are required by the Owner for the work of this
contract. These forms must be obtained from the Contractor's bonding company The Payment Bond
shall cover payment to laborers and mechanics, including payments to Employee Benefit Funds, and
payments to subcontractors, material suppliers, and persons who shall supply such person or persons,
or subcontractors with materials and supplies.
2.06 Builder's Risk Add the following at the end of paragraph 2.06 A. "For projects not involving New
Building Construction, `Installation Floater' is an acceptable substitute for the Builder's Risk
Insurance
Supplemental Conditions
Page 2 of 9 March 20, 2003
SUPPLEMENTAL CONDITIONS
FOR WASHINGTON STATE FACILITIES CONSTRUCTION
(Paragraphs keyed to the State's General Conditions)
2.01 CONTRACTORS LIABILITY INSURANCE Replaces Section 2.01 A.1
1 General liability on the CGL 00 01 10 01 form or its equivalent which will include.
a. Completed operations /products liability;
b Explosion, collapse, and underground, and
c. Employer's liability coverage.
2.02 Replaces Section 2.02 COVERAGE LIMITS INSURANCE COVERAGE CERTIFICATES
A. Insurance Coverage Certificates
The Contractor shall furnish acceptable proof of insurance coverage on the State of
Washington Certificate of Insurance form SF500A, dated 07/02/92 or ACORD form.
B Required Coverages
1 For a contract less than $100,000.00 the coverage required is.
a. Comprehensive General Liability Insurance The Contractor shall at all times
during the term of this contract, at its cost and expense, carry and maintain general
public liability insurance, including contractual liability against claims for bodily
injury personal injury, death or property damage occurring or arising out of
services provided under this contract. This insurance shall cover claims caused by
any act, omission, or negligence of the Contractor or its officers, agents,
representatives, assigns or servants. The limits of liability insurance, which may
be increased as deemed necessary by the contracting parties, shall be-
Each Occurrence
General Aggregate Limits
(other than products commercial operations)
Products Commercial Operations Limit
Personal and Advertising Injury Limit
Fire Damage Limit (any one fire)
Medical Expense Limit (any one person)
$1,000,000 00
$1,000,000 00
$1,000,000 00
$1,000,000 00
$50,000 00
$5,000 00
b If the contract is for underground utility work, then the Contractor shall provide
proof of insurance for that above in the form of Explosion, Collapse and
Underground (XCU) coverage.
Supplemental Conditions
Page 1 of 9 November 9, 2005
c. Emnlovers Liability on an occurrence basis in an amount not less than
$1,000,000 00 per occurrence.
2. For contracts over $100,000 00 but less than $5,000,000.00 the contractor shall obtain
the coverage limits as listed for contracts below $100,000 00 and General Aggregate
and Products Commercial Operations Limit of not less than $2,000,000 00
3 Coverage for Comprehensive General Bodily Injury Liability Insurance for a contract
over $5,000,000 00 is.
Each Occurrence
General Aggregate Limits
(other than products commercial operations)
Products Commercial Operations limit
Personal and Advertising Injury Limit
Fire Damage Limit (any one fire)
Medical Expense Limit (any one Person)
4 For all Contracts Automobile Liability: in the event that services delivered pursuant
to this contract involve the use of vehicles or the transportation of clients, automobile
liability insurance shall be required. If Contractor -owned personal vehicles are used, a
Business Automobile Policy covering at a minimum Code 2 "owned autos only" must
be secured. If Contractor employee's vehicles are used, the Contractor must also
include under the Business Automobile Policy Code 9, coverage for non -owned autos.
The minimum limits for automobile liability is. $1,000,000 00 per occurrence, using a
combined single limit for bodily injury and property damage.
5 For Contracts for Hazardous Substance Removal (Asbestos Abatement, PCB
Abatement, etc.)
a. In addition to providing insurance coverage for the project as outlined above, the
Contractor shall provide Pollution Liability insurance for the hazardous substance
removal as follows.
EACH OCCURRENCE AGGREGATE
$500,000 00 $1 000,000 00
$2,000,000 00
$4,000,000 00
$4,000,000 00
$2,000,000.00
$50,000 00
$5,000 00
or $1,000,000 00 each occurrence /aggregate bodily injury and property damage
combined single limit.
1) Insurance certificate must state that the insurer is covering hazardous substance
removal.
2) Should this insurance be secured on a "claims made basis, the coverage must
be continuously maintained for one year following the project's "final
completion" through official completion of the project, plus one year
following.
Supplemental Conditions
Page 2 of 9 November 9, 2005
b For Contracts where hazardous substance removal is a subcomponent of contracted
work, the general contractor shall provide to the Owner a certificate of insurance
for coverage as defined in 5a. above. The State of Washington must be listed as an
additional insured. This certificate of insurance must be provided to the Owner
prior to commencing work.
2.04 AIA Payment Bond and Performance Bond forms A312 are required by the Owner for the
work of this contract. These forms must be obtained from the Contractor's bonding company
The Payment Bond shall cover payment to laborers and mechanics, including payments to
Employee Benefit Funds, and payments to subcontractors, material suppliers, and persons
who shall supply such person or persons, or subcontractors with matenals and supplies.
2.05 Add New Paragraph C. ADDITIONAL BOND SECURITY "Contractor shall promptly
furnish proof of additional security (bond rider) to protect Owner and persons supplying labor
or materials required by the Contract Documents if:"
C. The contract amount is increased by 15% or more.
2.06 Builder's Risk Add the following at the end of paragraph 2.06 A. "For projects not
involving New Building Construction, `Installation Floater' is an acceptable substitute for the
Builder's Risk Insurance."
3 02 Replaces Section 3 02 B CONSTRUCTION SCHEDULE
B The Progress Schedule shall be in the form of a Critical Path Method (CPM) logic
network or with the approval of the Owner a bar chart schedule may be submitted. The
scheduling of construction is the responsibility of the Contractor and is included in the
contract to assure adequate planning and execution of the work. The schedule will be
used to evaluate progress of the work for payment based on the Schedule of Values. The
schedule shall show the Contractor's planned order and interdependence of activities, and
sequence of work. As a mmimum the schedule shall include.
Date of Notice to Proceed,
Activities (resources, durations, individual responsible for activity early starts, late
starts, early finishes, late finishes, etc
Utility Shutdowns,
Interrelationships and dependence of activities,
Planned vs. actual status for each activity
Substantial completion,
Punch list;
Final inspection,
Final completion, and
Float time
Supplemental Conditions
Page 3 of 9 November 9, 2005
The Schedule Duration shall be based on the Contract Time of Completion listed on the
Bid Proposal form. The Owner shall not be obligated to accept any Early Completion
Schedule suggested by the Contractor The Contract Time for Completion shall establish
the Schedule Completion Date.
If the Contractor feels that the work can be completed in less than the Specified Contract
Time, then the Surplus Time shall be considered Project Float. This Float time shall be
shown on the Project Schedule. It shall be available to accommodate changes in the work
and unforeseen conditions.
Neither the Contractor nor the Owner have exclusive right to this Float Time. It belongs
to the project.
3 06 Replaces Section 3 05 A.6 DELAY
Unusually severe weather, in excess of weather conditions experienced within the area any
time in the preceding ten years.
A. Monthly rainfall in excess of the highest monthly rainfall experienced for the same month.
B Annual rainfall in excess of the highest annual rainfall experienced.
C. Monthly snowfall in excess of the highest monthly snowfall experienced for the same
month.
D Annual snowfall in excess of the highest annual snowfall experienced.
E. Average high temperatures, for the summer months, in excess of the highest temperatures
experienced.
F Average low temperatures for the winter months, lower than the lowest average
temperatures experienced.
5 02 Replace Section 5 02 B PERMITS. FEES AND NOTICES
B The actual cost of the general building permit (only) and the public utility hook -up fees
will be a direct reimbursement to the Contractor or paid directly to the permitting agency
by the Owner Fees for these permits should not be included by the Contractor in his
bid amount
Add New Section 5 02 D PERMITS. FEES. AND NOTICES
D The General Contractor Shall submit copies of each valid permit required on the project to
the Owner's representative. Nothing in this part shall be construed as imposing a duty
upon the Owner or A/E to secure permits.
5 04 Add New Paragraph F PREVAILING WAGES
Copies of approved Intents to Pay Prevailing Wages for the Contractor and all subcontractors
shall be submitted with the Contractor's first application for payment. As additional
Supplemental Conditions
Page 4 of 9 November 9 2005
5 07 Replaces 5.07 Section A SAFETY PRECAUTIONS
Supplemental Conditions
Page 5 of 9 November 9, 2005
subcontractors perform work on the project, their approved Intent forms shall be submitted
with the Contractor's next application for payment.
The Contractor and all subcontractors shall promptly submit to the Owner certified payroll
copies if requested.
A. In performing this contract, the Contractor shall provide for protecting the lives and health
of employees and other persons, preventing damage to property, materials, supplies, and
equipment; and avoid work interruptions. For these purposes, the Contractor shall.
1 Follow Washington Industrial Safety and Health Act (WISHA) regional directives and
provide a site specific safety program that will require an accident prevention and
hazard analysis plan for the contractor and each subcontractor on the work site. The
Contractor shall submit a site specific safety plan to the Owner's representative prior
to the initial scheduled construction meeting.
2. Provide adequate safety devices and measures including, but not limited to, the
appropriate safety literature, notice, training, permits, placement and use of barricades,
signs, signal fights, ladders, scaffolding, staging, runways, hoist, construction
elevators, shoring, temporary lighting, grounded outlets, wiring, hazardous materials,
vehicles, construction processes, and equipment required by Chapter 19.27 RCW
State Building Code (Uniform Building, Electrical, Mechanical, Fire, and Plumbing
Codes); Chapter 212 -12 WAC, Fire Marshal Standards, Chapter 49 17 RCW, WISHA,
Chapter 296 -155 WAC, Safety Standards for Construction Work; Chapter 296 -65
WAC; WISHA Asbestos Standard, WAC 296 -62 -071, Respirator Standard, WAC
296 -62, General Occupation Health Standards, WAC 296 -24 General Safety and
Health Standards, WAC 296 -24, General Safety and Health Standards, Chapter 49 70
RCW, and Right to Know Act.
3 Comply with the State Environmental Policy Act (SEPA), Clean Air Act, Shoreline
Management Act, and other applicable federal, state, and local statutes and regulations
dealing with the prevention of environmental pollution and the preservation of public
natural resources.
4 Post all permits, notices, and/or approvals in a conspicuous location at the construction
site.
5 Provide any additional measures that the Owner determines to be reasonable and
necessary for ensuring a safe environment in areas open to the public Nothing in this
part shall be construed as imposing a duty upon the Owner or A/E to prescribe safety
conditions relating to employees, public, or agents of the Contractors.
5.20 Replace Paragraph A SUBCONTRACTORS AND SUPPLIERS
A. Prior to submitting the third Application for Payment, Contractor shall furnish in writing
to Owner on Owner provided form(s) the names, addresses, telephone numbers, and Tax
Identification Numbers (TIN) of all subcontractors, as well as suppliers providing
matenals in excess of $2,500 00 The Contractor shall designate all subcontractor and
supplier participants which they believe to be MBE or WBE owned businesses, or have
identified themselves to the Contractor as MBE or WBE, or are Washington State
OMWBE certified. The Contractor shall indicate the anticipated dollar value of each
MWBE subcontract. Contractor shall utilize subcontractors and suppliers, which are
experienced and qualified, and meet the requirements of the Contract Documents, if any
Contractor shall not utilize any subcontractor or supplier to whom the Owner has a
reasonable objection, and shall obtain Owner's- written consent before making any
substitutions or additions.
7 01 Add Paragraph F CHANGE IN THE WORK
F 1 The Field Authonzation (FA) is executed as a directive to proceed with work when the
processing time for an approved change order would impact the project.
2. A scope of work must be defined, a maximum not to exceed cost agreed upon, and any
estimated modification to the contract completion time determined. The method of
final cost verification must be noted and supporting cost data must be submitted in
accordance with the requirements of Part 7 of the General Conditions. Upon
satisfactory submittal and approval of supporting cost data, the completed FA will be
processed into a change order No payment will be made to the Contractor for FA
work until that FA is converted to a Change Order
10 10 Add Part 10 10 MINORITY AND WOMEN'S BUSINESS ENTERPRISES (MWBEI
PARTICIPATION
In Accordance with the legislative findings and policies set forth in Chapter 39 19 RCW the
State of Washington encourages participation in all of its contracts by MWBE firms certified by
the Office of Minority and Women's Business Enterprises (OMWBE) Participation may be
either on a direct basis in response to this solicitation or as a subcontractor to a Bidder Any
affirmative action requirements set forth in federal regulations or statutes included or referenced
in the contract documents will apply Bidders may contact OMWBE to obtain information on
certified firms for potential subcontractors /suppliers.
A. When referred to in this Contract, the terms Minority Business Enterprise (MBE) and
Women's Business Enterprise (WBE) will be as defined by OMWBE, WAC 326 -02 -030.
B The OMWBE has compiled a directory of certified firms. Copies of this directory may be
obtained through the OMWBE. For information regarding the certification process or the
certification status of a particular firm, contact:
Supplemental Conditions
Page 6 of 9 November 9, 2005
The OMWBE, 406 South Water P 0 Box 41160 Olympia, Washington 98504 -1160,
telephone (360) 753 -9693
C. Eligible MWBEs or M/W firms
MWBE firms utilized for this project for voluntary MWBE goals may be certified by
Washington State OMWBE or self identified as minority or women owned (M/W firm)
D MWBE Voluntary Goals
The Owner has established voluntary goals for MWBE participation for this project. The
voluntary goals are set forth in the Advertisement for Bids.
E. If any part of the contract, including the supply of materials and equipment, is anticipated to
be subcontracted, then prior to receipt of the first payment, Contractor shall submit, pursuant
to Section 5.20 A, a list of all subcontractors /suppliers it intends to use, designate whether
any of the subcontractors /suppliers are MWBE firms, indicate the anticipated dollar value of
each MWBE subcontract, and provide Tax Identification Number (TIN)
F If any part of the contract, including the supply of materials and equipment is actually
subcontracted during completion of the work, then prior to final acceptance or completion of
the contract or as otherwise indicated in the contract documents, the Contractor shall submit
a statement of participation indicating what MWBEs were used and the dollar value of their
subcontracts.
G The provisions of this section are not intended to replace or otherwise change the
requirements of RCW 39.30 060 If said statute is applicable to this contract then the failure
to comply with RCW 39.30 060 will still render a bid non responsive.
H. The Contractor shall maintain, for at least three years after completion of this contract,
relevant records and information necessary to document the level of utilization of MWBEs
and other businesses as subcontractors and suppliers in this contract, as well as any efforts
the Contractor makes to increase the participation of MWBEs as listed in section I below
The Contractor shall also maintain, for at least three years after completion of this contract, a
record of all quotes, bids, estimates, or proposals submitted to the Contractor by all
businesses seeking to participate as subcontractors or suppliers in this contract. The state
shall have the right to inspect and copy such records. If this contract involves federal funds,
Contractor shall comply with all record keeping requirements set forth in any federal rules,
regulations or statutes included or referenced in the contract documents.
I. Bidders shall advertise opportunities for subcontractors or suppliers in a manner reasonably
designed to provide MWBEs capable of performing the work with timely notice of such
opportunities, and all advertisements shall include a provision encouraging participation by
MWBE firms. Advertising may be done through general advertisements (e.g. newspapers,
journals, etc) or by soliciting bids directly from MWBEs. Bidders shall provide MWBEs
Supplemental Conditions
Page 7 of 9 November 9, 2005
that express interest with adequate and timely information about plans, specifications, and
requirements of the contract.
J Contractors shall not create barriers to open and fair opportunities for all businesses
including MWBEs to participate in all State contracts and to obtain or compete for contracts
and subcontracts as sources of supplies, equipment, construction and services. In considering
offers from and doing business with subcontractors and suppliers, the Contractor shall not
discriminate on the basis of race, color, creed, religion, sex, age, nationality marital status, or
the presence of any mental or physical disability in an otherwise qualified disabled person.
K. Any violation of the mandatory requirements of this part of the contract shall be a material
breach of contract for which the Contractor may be subject to a requirement of specific
performance, or damages and sanctions provided by contract, by RCW 39 19 090 or by other
applicable laws.
10 11 MINIMUM LEVELS OF APPRENTICESHIP .PARTICIPATION
In accordance with RCW 39 04.320 the State of Washington requires 15% apprenticeship
participation for projects estimated to cost one million dollars or more.
A. Apprentice participation, under this contract, may be counted towards the required
percentage only if the apprentices are from an apprenticeship program registered and
approved by the Washington State Apprenticeship and Training Council (RCW 49 04 and
WAC 296 -04)
B Bidders may contact the Department of Labor and Industries, Specialty Compliance
Services Division, Apprenticeship Section, P 0 Box 44530, Olympia, WA 98504 -4530
by phone at (360) 902 -5320 and e-mail at thum235@lni.wa.gov to obtain information on
available apprenticeship programs.
C. For each project that has apprentice requirements, the contractor shall submit a
"Statement of Apprentice/Journeyman Participation" on forms provided by the
Department of General Administration, with every request for progress payment. The
Contractor shall submit consolidated and cumulative data collected by the Contractor and
collected from all subcontractors by the Contractor The data to be collected and
submitted includes the following:
1 Contractor name and address
2. Contract number
3 Project name
4 Contract value
5 Reporting penod "Notice to Proceed" through "Invoicing Date"
6 Name and registration number of each apprentice
7 Total number of apprentices and labor hours worked by them, categorized
by trade or craft.
Supplemental Conditions
Page 8 of 9 November 9, 2005
8. Total number of journeymen and labor hours worked by them, categorized
by trade or craft.
9 Cumulative combined total of apprentice and journeymen labor hours.
10 Total percentage of apprentice hours worked
D No changes to the required percentage of apprentice participation shall be allowed
without written approval of the Owner In any request for the change the Contractor shall
clearly demonstrate a good faith effort to comply with the requirements for apprentice
participation.
E. Any substantive violation of the mandatory requirements of this part of the contract may
be a material breach of the contract by. the Contractor The Owner may withhold payment
pursuant to Part 6.05, stop the work for cause pursuant to Part 3 04, and terminate the
contract for cause pursuant to Part 9 01
Supplemental Conditions/Reference Documents
Supplemental Conditions
Page 9 of 9 November 9, 2005
Form
S.F 500 A
(7/2/92)
CO
LTR
OTHER
B
C
D
E
TYPE OF INSURANCE
GENERAL LIABILITY
Commercial General Liability
Claims Made El Occurrence
Owner's Contractors Protection
Deductible
AUTOMOBILE LIABILITY
Any Auto
All Owned Autos
Scheduled Autos
Hired Autos
Non -Owned Autos
Garage Liability
Deductible
E X C ESS LIABILITY
Other Than Umbrella Form
WORKERS COMPENSATION
AND
EMPLOYER S LIABILITY
State of Washington
CERTIFICATE OF INSURANCE
INSURED (Legal name and business address)
DEPT OF GENERAL ADMINISTRATION
DIVISION OF E&A SERVICES
206 GENERAL ADMINISTRATION BUILDING
OLYMPIA, WASHINGTON 98504 -1012
PROJECT DESCRIPTION LOCATIONS VEHICLES RESTRICTIONS SPECIAL ITEMS.
This is to certi that slicies of Insurance listed below have been issued to the Insured named above for the
POLICY NUMBER
Date Policy
Effective
(MM/DD/YY)
ADDITIONAL PROVISIONS
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY
THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE
COVERAGE AFFORDED BY THE POLICIES BELOW
CERTIFICATE HOLDER. CONTRACT NUMBER
STATE OF WASHINGTON
Date Policy
Expires
(MM/DD/YY)
The State of Washington is included as additional insured as related to the above mentioned project.
Should any of the above described policies be cancelled before the expiration date thereof, the issuing Company must deliver or mail not less than a 45 days written notice
to the above Certificate Holder, per RCW 48.18.290
COMPANIES AFFORDING COVERAGE l ISSUING COMPANY AGENT OR REPRESENTATIVE
NOTE. Attach a separate sheet to this certificate giving
all the company names and their percentage of coverage, if
clarification is needed,
A ADDRESS.
NAME.
Authorized Signature
Title
Signature Date
Signee Name
Telephone No.
olic
riod indicated
General Aggregate
Products Comp /Ops Aggregate
Personal Advertising Intury
Each Occurrence
Fire Damage (Any One Fire)
Medical Expense (Any One Person)
STATUTORY
I
CSL
Bodily Injury
(per person)
Bodily Injury
(per accident)
Property
Damage
Each Occurrence
I
I s
DATE ISSUED;
ALL LIMITS IN THOUSANDS
Aggregate
(Each Accident)
(Disease Policy Limit)
(Disease -Each Employee)
BENEFIT CODE KEY EFFECTIVE 03 -03 -2010
******i *i *i *i *iii* iii *i *ii *i *iiiiFiiiiiiii*iiiii iii **ii iii****** ii**i******i* i*ii *i *i*i #fiiii *ii**ii *i *iii* *iii*
OVERTIME CODES
OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC
WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE
HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER.
1 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE -HALF TIMES THE HOURLY RATE OF WAGE.
A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE -HALF
TIMES THE HOURLY RATE OF WAGE.
B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
C. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10)
HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER
OVERTIME HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE.
D THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE EIGHT (8) HOUR WORKWEEK DAY OR A FOUR TEN (10)
HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK
SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED
AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
E. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT
(8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL
OTHER HOURS WORKED MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
F THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10)
HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER
OVERTIME HOURS WORKED, EXCEPT LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL
HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE.
G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH
CALENDAR WEEKDAY IN A FOUR TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE -HALF TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH
SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE.
H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
J THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10)
HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY SUNDAYS AND HOLIDAYS SHALL BE PAID AT
DOUBLE THE HOURLY RATE OF WAGE.
K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY
RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
L. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED
ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE.
0 THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY
RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY
THROUGH FRIDAY AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE.
P ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS
SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
BENEFIT CODE KEY EFFECTIVE 03 -03 -2010
-2-
1 Q THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10)
HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE
OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY
RATE OF WAGE.
R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
S. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT
(8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL
HOURS WORKED ON HOLIDAYS AND ALL OTHER OVERTIME HOURS WORKED EXCEPT LABOR DAY SHALL BE
PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE
TIMES THE HOURLY RATE OF WAGE.
T WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY OR TEN (10) HOURS OF STRAIGHT
TIME PER DAY WHEN FOUR TEN (10) HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME
PER WEEK, MONDAY THROUGH FRIDAY OR OUTSIDE THE NORMAL SHIFT AND ALL WORK ON SATURDAYS SHALL
BE PAID AT TIME AND ONE -HALF THE STRAIGHT TIME RATE. HOURS WORKED OVER TWELVE HOURS (12) IN A
SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6:00 PM SATURDAY TO 6:00 AM MONDAY AND HOLIDAYS SHALL
BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO
ASSIGN OVERTIME WORK TO EMPLOYEES. PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO
EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS. AI 1hR AN
EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL
BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT (8)
HOURS OR MORE.
U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES
THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE
HOURLYRATE OF WAGE.
V ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY)
SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON
THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
W ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE -UP DAYS DUE TO CONDITIONS BEYOND THE
CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL
HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST
TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY SUNDAYS AND HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY
THE DAY BEFORE SATURDAY FRIDAY AND THE DAY AFTER SUNDAY MONDAY SHALL BE CONSIDERED THE
HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
Y ALL HOURS WORKED OUTSIDE THE HOURS OF 5:00 AM AND 5 PM (OR SUCH OTHER HOURS AS MAY BE AGREED
UPON BY ANY EMPLOYER AND THE EMPLOYEE) AND ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER
DAY (10 HOURS PER DAY FOR A 4 X 10 WORKWEEK) AND ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY)
SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. (EXCEPT FOR EMPLOYEES WHO ARE
ABSENT FROM WORK WITHOUT PRIOR APROVAL ON A SCHEDULED WORKDAY DURING THE WORKWEEK SHALL
BE PAID AT THE STRAIGHT TIME RATE UNTIL THEY HAVE WORKED 8 HOURS IN A DAY (10 IN A 4 X 10 WORKWEEK)
OR 40 HOURS DURING THAT WORKWEEK.) ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE
(12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE.
Z ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY
RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID THE STRAIGHT TIME RATE OF PAY IN
ADDITION TO HOLIDAY PAY
2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE -HALF TIMES THE HOURLY RATE OF WAGE.
A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS
AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE.
C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
BENEFIT CODE KEY EFFECTIVE 03 -03 -2010
-3-
D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY
RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN
ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE
PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE.
E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE -HALF
TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT
TWO TIMES THE HOURLY RATE OF WAGE.
F THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN
ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE
PAID AT DOUBLE THE HOURLY RATE OF WAGE.
G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE
INCLUDING HOLIDAY PAY
H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE.
2. L ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE
PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE,
INCLUDING THE HOLIDAY PAY ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE
HOURLY RATE OF WAGE.
K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO
THE HOLIDAY PAY
L. ALL HOURS WORKED ON SATURDAYS (OR ON THE REGULAR DAY OFF DURING A WORKWEEK OTHER THAN
MONDAY THROUGH FRIDAY) AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE
OF WAGE, EXCEPT LABOR DAY WHICH SHALL BE PAID AT DOUBLE THE HOURLY RATE. ALL HOURS WORKED
MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS SHALL BE
PAID AT DOUBLE THE HOURLY RATE OF WAGE.
M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE
OF WAGE.
O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY
RATE OF WAGE.
P THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
Q ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS AND ALL HOURS WORKED OVER SIXTY (60) IN ONE WEEK
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
S. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE,
EXCEPT THE DAY AFTER THANKSGIVING, THE DAY AFTER CHRISTMAS AND A FLOATING HOLIDAY WHICH SHALL
BE PAID AT THE STRAIGHT TIME RATE IF WORKED, IN ADDITION TO HOLIDAY PAY
T ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF PAY AND THIS
RATE SHALL INCLUDE HOLIDAY PAY
U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED OVER 12 HOURS IN A DAY OR ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE.
ALL HOURS WORKED ON SATURDAYS AND ON MAKE -UP DAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE.
BENEFIT CODE KEY EFFECTIVE 03 03 2010
-4-
W THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8)
HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER
HOURS WORKED MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE
PAID AT DOUBLE THE HOURLY RATE OF WAGE. ON A FOUR -DAY TEN -HOUR WEEKLY SCHEDULE, EITHER MONDAY
THRU THURSDAY OR TUESDAY THRU FRIDAY SCHEDULE, ALL HOURS WORKED AFTER TEN SHALL BE PAID AT
DOUBLE THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON THE FIFTH DAY SHALL BE PAID AT
ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED ON THE FIFTH, SIXTH, AND
SEVENTH DAYS AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
X. ALL HOURS WORKED MONDAY THROUGH FRIDAY BETWEEN THE HOURS OF 6:00 P.M. AND 6:00 A.M. AND ALL HOURS
ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
4A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE
THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT
DOUBLE THE HOURLY RATE OF WAGE.
HOLIDAY CODES
5. A. HOLIDAYS. NEW YEAR'S DAY MEMORIAL DAY INDEPENDENCE DAY LABOR DAY THANKSGIVING DAY FRIDAY
AFTER THANKSGIVING DAY AND CHRISTMAS DAY (7).
B. HOLIDAYS: NEW YEAR'S DAY MEMORIAL DAY INDEPENDENCE DAY LABOR DAY THANKSGIVING DAY FRIDAY
AFTER THANKSGIVING DAY THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8).
C. HOLIDAYS. NEW YEAR'S DAY PRESIDENTS DAY MEMORIAL DAY INDEPENDENCE DAY LABOR DAY
THANKSGIVING DAY THE FRIDAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8).
D HOLIDAYS. NEW YEAR'S DAY MEMORIAL DAY INDEPENDENCE DAY LABOR DAY THANKSGIVING DAY THE
FRIDAY AND SATURDAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8).
E. HOLIDAYS: NEW YEAR'S DAY PRESIDENTS' DAY MEMORIAL DAY INDEPENDENCE DAY PRESIDENTIAL
ELECTION DAY THANKSGIVING DAY THE FRIDAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8).
F HOLIDAYS. NEW YEAR'S DAY MARTIN LUTHER KING JR. DAY PRESIDENTS' DAY MEMORIAL DAY
INDEPENDENCE DAY LABOR DAY VETERANS' DAY THANKSGIVING DAY THE FRIDAY AFTER THANKSGIVING
DAY AND CHRISTMAS DAY (11).
G. HOLIDAYS. NEW YEAR'S DAY MEMORIAL DAY INDEPENDENCE DAY LABOR DAY THANKSGIVING DAY THE
LAST WORK DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (7).
H. HOLIDAYS. NEW YEAR'S DAY MEMORIAL DAY INDEPENDENCE DAY THANKSGIVING DAY THE DAY AFTER
THANKSGIVING DAY AND CHRISTMAS (6).
I. HOLIDAYS. NEW YEAR'S DAY MEMORIAL DAY INDEPENDENCE DAY LABOR DAY THANKSGIVING DAY AND
CHRISTMAS DAY (6).
J HOLIDAYS. NEW YEAR'S DAY MEMORIAL DAY INDEPENDENCE DAY THANKSGIVING DAY FRIDAY AFTER
THANKSGIVING DAY CHRISTMAS EVE DAY AND CHRISTMAS DAY (7).
K. HOLIDAYS. NEW YEAR'S DAY PRESIDENTS' DAY MEMORIAL DAY INDEPENDENCE DAY LABOR DAY
THANKSGIVING DAY FRIDAY AFTER THANKSGIVING DAY THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY
(9).
L. HOLIDAYS. NEW YEAR'S DAY MARTIN LUTHER KING JR. DAY MEMORIAL DAY INDEPENDENCE DAY LABOR
DAY THANKSGIVING DAY FRIDAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8).
M. HOLIDAYS. NEW YEAR'S DAY MARTIN LUTHER KING JR. DAY MEMORIAL DAY INDEPENDENCE DAY LABOR
DAY THANKSGIVING DAY FRIDAY AFTER THANKSGIVING DAY THE DAY BEFORE CHRISTMAS AND CHRISTMAS
DAY (9).
N. HOLIDAYS. NEW YEAR'S DAY PRESIDENTS' DAY MEMORIAL DAY INDEPENDENCE DAY LABOR DAY VETERANS'
DAY THANKSGIVING DAY THE FRIDAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (9).
P HOLIDAYS. NEW YEAR'S DAY MEMORIAL DAY INDEPENDENCE DAY LABOR DAY THANKSGIVING DAY FRIDAY
AND SATURDAY AFTER THANKSGIVING DAY THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). IF A
HOLIDAY FALLS ON SUNDAY THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
BENEFIT CODE KEY EFFECTIVE 03 -03 -2010
-5-
Q PAID HOLIDAYS. NEW YEAR'S DAY MEMORIAL DAY INDEPENDENCE DAY LABOR DAY THANKSGIVING DAY
AND CHRISTMAS DAY (6).
R. PAID HOLIDAYS. NEW YEAR'S DAY MEMORIAL DAY INDEPENDENCE DAY LABOR DAY THANKSGIVING DAY
DAY AFTER THANKSGIVING DAY ONE -HALF DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (7 1/2).
5 S. PAID HOLIDAYS. NEW YEAR'S DAY PRESIDENTS DAY MEMORIAL DAY INDEPENDENCE DAY LABOR DAY
THANKSGIVING DAY AND CHRISTMAS DAY (7).
T PAID HOLIDAYS: NEW YEAR'S DAY WASHINGTON'S BIRTHDAY MEMORIAL DAY INDEPENDENCE DAY LABOR
DAY THANKSGIVING DAY THE FRIDAY AFTER THANKSGIVING DAY CHRISTMAS DAY AND THE DAY BEFORE OR
AFTER CHRISTMAS (9).
U PAID HOLIDAYS: NEW YEAR'S DAY MARTIN LUTHER KING JR. DAY PRESIDENTS DAY MEMORIAL DAY
INDEPENDENCE DAY LABOR DAY THANKSGIVING DAY AND CHRISTMAS DAY (8).
PAID HOLIDAYS. SIX (6) PAID HOLIDAYS.
W PAID HOLIDAYS. NINE (9) PAID HOLIDAYS.
X. HOLIDAYS. AFTER 520 HOURS NEW YEAR'S DAY THANKSGIVING DAY AND CHRISTMAS DAY AFTER 2080 HOURS
NEW YEAR'S DAY WASHINGTON'S BIRTHDAY MEMORIAL DAY INDEPENDENCE DAY LABOR DAY
THANKSGIVING DAY CHRISTMAS DAY AND A FLOATING HOLIDAY (8).
Y HOLIDAYS: NEW YEAR'S DAY MEMORIAL DAY INDEPENDENCE DAY LABOR DAY PRESIDENTIAL ELECTION DAY
THANKSGIVING DAY THE FRIDAY FOLLOWING THANKSGIVING DAY AND CHRISTMAS DAY (8).
Z. HOLIDAYS. NEW YEAR'S DAY MEMORIAL DAY INDEPENDENCE DAY LABOR DAY VETERANS DAY
THANKSGIVING DAY THE FRIDAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8).
6. A. PAID HOLIDAYS. NEW YEAR'S DAY PRESIDENTS' DAY MEMORIAL DAY INDEPENDENCE DAY LABOR DAY
THANKSGIVING DAY THE FRIDAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8).
B. PAID HOLIDAYS: NEW YEAR'S EVE DAY NEW YEAR'S DAY MEMORIAL DAY INDEPENDENCE DAY LABOR DAY
THANKSGIVING DAY THE FRIDAY AFTER THANKSGIVING DAY CHRISTMAS EVE'S DAY AND CHRISTMAS DAY (9).
C. HOLIDAYS. NEW YEAR'S DAY PRESIDENTS' DAY MEMORIAL DAY INDEPENDENCE DAY LABOR DAY
THANKSGIVING DAY THE DAY AF 1'ER THANKSGIVING DAY THE LAST WORK DAY BEFORE CHRISTMAS DAY AND
CHRISTMAS DAY (9).
D. PAID HOLIDAYS. NEW YEAR'S DAY PRESIDENTS' DAY MEMORIAL DAY INDEPENDENCE DAY LABOR DAY
THANKSGIVING DAY THE FRIDAY AFTER THANKSGIVING DAY CHRISTMAS DAY THE DAY BEFORE OR THE DAY
AF I ER CHRISTMAS DAY (9).
E. PAID HOLIDAYS. NEW YEAR'S DAY DAY BEFORE OR AFTER NEW YEAR'S DAY PRESIDENTS DAY MEMORIAL DAY
INDEPENDENCE DAY LABOR DAY THANKSGIVING DAY DAY AFTER THANKSGIVING DAY CHRISTMAS DAY AND
A HALF -DAY ON CHRISTMAS EVE DAY (9 1/2).
F PAID HOLIDAYS: NEW YEAR'S DAY MARTIN LUTHER KING JR. DAY PRESIDENTS DAY MEMORIAL DAY
INDEPENDENCE DAY LABOR DAY VETERANS' DAY THANKSGIVING DAY THE DAY AFTER THANKSGIVING DAY
AND CHRISTMAS DAY (11).
G. PAID HOLIDAYS. NEW YEAR'S DAY MARTIN LUTHER KING JR. DAY PRESIDENTS DAY MEMORIAL DAY
INDEPENDENCE DAY LABOR DAY VETERANS' DAY THANKSGIVING DAY THE FRIDAY AFTER THANKSGIVING
DAY CHRISTMAS DAY AND CHRISTMAS EVE DAY (11).
H. PAID HOLIDAYS: NEW YEAR'S DAY NEW YEAR'S EVE DAY MEMORIAL DAY INDEPENDENCE DAY LABOR DAY
THANKSGIVING DAY FRIDAY AFTER THANKSGIVING DAY CHRISTMAS DAY THE DAY AFTER CHRISTMAS, AND A
FLOATING HOLIDAY (10).
I. PAID HOLIDAYS: NEW YEAR'S DAY MEMORIAL DAY INDEPENDENCE DAY LABOR DAY THANKSGIVING
DAY FRIDAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (7).
J.
PAID HOLIDAYS. NEW YEAR'S DAY MEMORIAL DAY INDEPENDENCE DAY LABOR DAY THANKSGIVING
DAY FRIDAY Al' 1ER THANKSGIVING DAY CHRISTMAS DAY THE DAY AFTER CHRISTMAS, AND A
FLOATING HOLIDAY (9).
L. HOLIDAYS. NEW YEAR'S DAY MEMORIAL DAY INDEPENDENCE DAY LABOR DAY THANKSGIVING DAY
THE FRIDAY AFTER THANKSGIVING DAY THE LAST WORKING DAY BEFORE CHRISTMAS DAY AND
CHRISTMAS DAY (8)
Q PAID HOLIDAYS. NEW YEAR'S DAY MEMORIAL DAY INDEPENDENCE DAY LABOR DAY VETERANS DAY
THANKSGIVING DAY THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID HOLIDAY
PRESIDENTS' DAY
BENEFIT CODE KEY EFFECTIVE 03 -03 -2010
-6-
T PAID HOLIDAYS. NEW YEAR'S DAY PRESIDENTS DAY MEMORIAL DAY INDEPENDENCE DAY LABOR
DAY THANKSGIVING DAY THE FRIDAY AFTER THANKSGIVING DAY THE LAST WORKING DAY BEFORE
CHRISTMAS DAY AND CHRISTMAS DAY (9).
U HOLIDAYS. NEW YEAR'S DAY DAY BEFORE NEW YEAR'S DAY MEMORIAL DAY INDEPENDENCE DAY
LABOR DAY THANKSGIVING DAY THE FRIDAY AFTER THANKSGIVING DAY THE DAY BEFORE
CHRISTMAS DAY CHRISTMAS DAY (9).
PAID HOLIDAYS. NEW YEAR'S DAY MEMORIAL DAY INDEPENDENCE DAY LABOR DAY THANKSGIVING
DAY DAY AFTER THANKSGIVING DAY CHRISTMAS EVE DAY CHRISTMAS DAY AND ONE DAY OF THE
EMPLOYEE'S CHOICE (9).
W PAID HOLIDAYS. NEW YEAR'S DAY DAY BEFORE NEW YEAR'S DAY PRESIDENTS DAY MEMORIAL DAY
INDEPENDENCE DAY LABOR DAY THANKSGIVING DAY DAY AFTER THANKSGIVING DAY CHRISTMAS
DAY DAY BEFORE OR AFTER CHRISTMAS DAY (10).
X. PAID HOLIDAYS. NEW YEAR'S DAY DAY BEFORE OR AFTER NEW YEAR'S DAY PRESIDENTS DAY
MEMORIAL DAY INDEPENDENCE DAY LABOR DAY THANKSGIVING DAY DAY AFTER THANKSGIVING
DAY CHRISTMAS DAY DAY BEFORE OR AFTER CHRISTMAS DAY EMPLOYEE'S BIRTHDAY (11).
Y PAID HOLIDAYS. NEW YEAR'S DAY PRESIDENTS' DAY MEMORIAL DAY INDEPENDENCE DAY LABOR
DAY THANKSGIVING DAY FRIDAY AFTER THANKSGIVING DAY CHRISTMAS DAY AND A FLOATING
HOLIDAY (9).
Z. HOLIDAYS. NEW YEAR'S DAY MEMORIAL DAY INDEPENDENCE DAY LABOR DAY THANKSGIVING DAY
FRIDAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (7). IF A HOLIDAY FALLS ON SATURDAY THE
PRECEDING FRIDAY SHALL BE CONSIDERED AS THE HOLIDAY IF A HOLIDAY FALLS ON SUNDAY THE
FOLLOWING MONDAY SHALL BE CONSIDERED AS THE HOLIDAY
NOTE CODES
8. A. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO
DEPTHS OF FIFTY FEET OR MORE.
OVER 50' TO 100' $2.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO 150' $3.00 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 150' TO 220' $4.00 PER FOOT FOR EACH FOOT OVER 150 FEET
OVER 220' $5.00 PER FOOT FOR EACH FOOT OVER 220 FEET
C. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO
DEPTHS OF FIFTY FEET OR MORE.
OVER 50' TO 100' $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO 150' $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 150' TO 200' $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET
OVER 200' DIVERS MAY NAME THEIR OWN PRICE
D WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1.00 PER HOUR.
L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVEL A. $0.75, LEVEL
B. $0.50, AND LEVEL C. $0.25
M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS. LEVELS A B. $1.00,
LEVELS C D $0.50.
N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVEL A. $1.00, LEVEL
B: $0.75 LEVEL C: $0.50, AND LEVEL D: $0.25
P WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS CLASS A SUIT $2.00,
CLASS B SUIT $1.50, CLASS C SUIT $1.00, AND CLASS D SUIT $0.50.
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section Telephone (360) 902 -5335
PO Box 44540, Olympia, WA 98504 -4540
Washington State Prevailing Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits.
On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description
of overtime calculation requirements is provided on the Benefit Code Key
CLALLAM COUNTY
EFFECTIVE 3/3/2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE c Code Code
ASBESTOS AB
JOURNE E�' L $40.03 1H 5D
BOILERMAKE
JOURNEY LE L, j $56.53 1C- 5N
BRICK MASON
BRICK AND BLOCK F $39 49 1M 5A
JOURNEY LEVEL $46.35 1M 5A
BUILDING SERVICE EMPLOYEES
JANITOR $8.55 1
SHAMPOOER $8.97 1
WAXER $8.97 1
WINDOW CLEANER $13.22 1
CABINET MAKERS (IN SHOP)
JOURNEY LEVEL $14.67 1
CARPENTERS
ACOUSTICAL WORKER $48.6 1H 5D
BRIDGE, DOCK AND WARF CARPENTERS $4-;.47° 1H 5D
CARPENTER „4$' 1H 5D
CREOSOTED MATERIAL
°'$4 7 1H 5D
DRYWALL APPLICATOR, -':7m H 5D
FLOOR FINISHER $48. �Q,. 5D
FLOOR LAYER $48.60 1H 5D
FLOOR SANDER $48.60 111
MILLWRIGHT AND MACHINE ERECTORS $49 47 1H
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $48.67 1 5D
SAWFILER $48.60 :1H 5D
SHINGLER $48.60 5D
STATIONARY POWER SAW OPERATOR $48.60 1H 5D
STATIONARY WOODWORKING TOOLS $48.60 1H 5D
CEMENT MASONS
JOURNEY LEVEL $40.03 11-I 5D
DIVERS TENDERS
DIVER $100.28 1M 5D 8A
DIVER ON STANDBY $56.68 1M 5D
DIVER TENDER $52.23 1M 5D
SURFACE RCV ROV OPERATOR $52.23 1M 5D
SURFACE RCV ROV OPERATOR TENDER $48.85 1B 5A
DREDGE WORKERS
ASSISTANT ENGINEER $49.57 1T 5D 8L
ASSISTANT MATE (DECKHAND) $49.06 IT 5D 8L
BOATMEN $49.57 1T 5D 8L
ENGINEER WELDER $49 62 1T 5D 8L
Page 1
CLALLAM COUNTY
EFFECTIVE 3/3/2010
Classification
Page 2
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
LEVERMAN, HYDRAULIC $51 19 1T 5D
MAINTENANCE $49.06 IT 5D
MATES $49.57 1T 5D
OILER $49 19 IT 5D
DRYWALL TAPERS
JOURNEY LEVEL $48.79 1E 5P
ELECTRICAL FIXTURE MAI aEN'a' :o WORKERS
JOURNEY LEVEL $9,37 1
ELECTRICIANS INSI
CABLE SPLICE $61.95 2W 5L
CABLE SPL $66.57 2W 5L
CERTIFI W DER $59.85 2W 5L
CERTIFIE DER(TUNNEL) $64.25 2W 5L
CONSTRUCT! I, OCK PER s e $31.83 2W 5L
JOURNEY LEVEL $57 74 2W 5L
JOURNEY LEVEL (T 2W 5L
ELECTRICIANS MOTOR SHOP
CRAFTSMAN $15.37 2A 6C
JOURNEY LEVEL $14.69 2A 6C
ELECTRICIANS POWERUNE CONSTRUCTION
CABLE SPLICER $59'79 4A 5A
CERTIFIED LINE WELDER $54.59 4A 5A
GROUNDPERSON $39 07 4A 5A
HEAD GROUNDPERSON $41.22 4A 5A
HEAVY LINE EQUIPMENT OPERATOR $54.59 4A 5A
JACKHAMMER OPERATOR $41. 4A 5A
JOURNEY LEVEL LINEPERSON $5 4A 5A
LINE EQUIPMENT OPERATOR 46 4A 5A
POLE SPRAYER s$ 4 9 4A 5A
POWDERPERSON A 5A
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL $12.07
ELEVATOR CONSTRUCTORS
MECHANIC $67.91 4A
MECHANIC IN CHARGE $73.87
FABRICATED PRECAST CONCRETE PRODUCTS
ALL CLASSIFICATIONS $13.50
FENCE ERECTORS
FENCE ERECTOR $9.96 1
FLAGGERS
JOURNEY LEVEL $33.93 1H
GLAZIERS
JOURNEY LEVEL $48.61 1Y
HEAT FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC $50.28 1S
HEATING EQUIPMENT MECHANICS
MECHANIC $16.00 1
HOD CARRIERS MASON TENDERS
JOURNEY LEVEL $41.28 1H 5D
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC $15 65 1
5D
5G
5J
8L
8L
8L
8L
Classification
CLALLAM COUNTY
EFFECTIVE 3/3/2010
Page 3
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL $9.24 1
INLAND BOATMEN
CAPTAIN $59.22 1
COOK $34.81 1
DECKHAND $34.52 1
ENGINEER/DECKHAND $58.62 1
MATE, LAUNCH OPE Ti0' $50.20 1
INSPECTION /CLEANI JSEAUNG OF R WATER SYSTEMS BY
REMOTE CONTRO
CLEANER OP R, FOAMER OPE' OR $9 73 1
GROUT $11 48 1
tis f'
HEAD OP R $12,78 1
TECHNICIA $8.55 1
TV TRUCK OPE +i $10.53 1
INSULATION APPUCA
JOURNEY LEVEL $20.50 1
IRONWORKERS
JOURNEY LEVEL $54.27 10 5A
LABORERS
ASPHALT RAKER $41.28 11-1 50
BALLAST REGULATOR MACHINE $40.03 1H 5D
BATCH WEIGHMAN $33.93 1H 5D
BRUSH CUTTER $40.03 1H 5D
BRUSH HOG FEEDER $40.03 1H 5D
BURNERS $40.0 1H 5D
CARPENTER TENDER $4' a3 1H 5D
CASSION WORKER •j. 1H 5D
CEMENT DUMPER/PAVING i'77 1H 5D
CEMENT FINISHER TENDER o3� 5D
CHANGE -HOUSE MAN OR DRY SHACKMAN $40.03 1 5D
CHIPPING GUN (OVER 30 LBS) $40.7 1 5D
CHIPPING GUN (UNDER 30 LBS) $40.03 1H
CHOKER SETTER $40.03 1H
CHUCK TENDER $40 03 1
CLEAN -UP LABORER $40.03 H/ 5D
CONCRETE DUMPER/CHUTE OPERATOR $40.77 5D
CONCRETE FORM STRIPPER $40.03 1H 5D
CONCRETE SAW OPERATOR $40.77 1H 5D
CRUSHER FEEDER $33.93 111 5D
CURING LABORER $40.03 1H 5D
DEMOLITION, WRECKING MOVING (INCLUDING CHARRED MATERIALS) $40 03 1H 5D
DITCH DIGGER $40.03 111 5D
DIVER $41.28 1H 5D
DRILL OPERATOR (HYDRAULIC, DIAMOND) $40 77 1H 5D
DRILL OPERATOR, AIRTRAC $41.28 1H 5D
DUMPMAN $40.03 1H 5D
EPDXY TECHNICIAN $40.03 1H 5D
EROSION CONTROL WORKER $40.03 1H 5D
FALLER/BUCKER, CHAIN SAW $40.77 1H 5D
FINAL DETAIL CLEANUP (i.e. dusting, vacuuming, window cleaning; NOT $30.84 1H 5D
construction debris cleanup)
Classification
CLALLAM COUNTY
EFFECTIVE 3/3/2010
FINE GRADERS $40.03 1H 5D
FIRE WATCH $33.93 1H 5D
FORM SETTER $40.03 1H 5D
GABION BASKET BUILDER $40.03 1H 5D
GENERAL LABORER $40.03 1H 5D
GRADE CHECKER TRANS ERSON $41.28 1H 5D
GRINDERS $40.03 1H 5D
GROUT MACHINE TE E; $40.03 1H 5D
GUARDRAIL ERE OR $40.03 1H 5D
HAZARDOUS AT ORKER LEV A: $41.28 1H 5D
HAZARDOU E WORKER LEVE B $40 77 1H 5D
HAZARD S ASTE WORKER LEV $40.03 1H 5D
HIGH SCAL =R' $41.28 1H 5D
HOD CARRIE TARMAN $41.28 1H 5D
JACKHAMMER $40 77 1H 5D
LASER BEAM OPERA $40 77 1H 5D
MANHOLE BUILDER MUDMAN $40 77 1H 5D
MATERIAL YARDMAN $40 03 1H 5D
MINER k^ $41.28 1H 5D
x...
NOZZLEMAN, CONCRETE PUMP GREEN CU ;E' ING HIGH $40 77 1H 5D
PRESSURE AIR WATER ON CONCRETE R SANDBLAST
GUNITE, SHOTCRETE, WATER BLASTER
PAVEMENT BREAKER $40 77 1H 5D
PILOT CAR $33.93 1H 5D
PIPE POT TENDER $40.77 1H 5D
PIPE RELINER (NOT INSERT TYPE) $40.77 1H 5D
PIPELAYER CAULKER $40 1H 5D
PIPELAYER CAULKER (LEAD) 2 1H 5D
PIPEWRAPPER 7 1H 5D
POT TENDER y''- 0 H 5D
POWDERMAN $48'= 1 5D
POWDERMAN HELPER $40.03: 1 5D
POWERJACKS $40 77 1H
RAILROAD SPIKE PULLER (POWER) $40 77 1H
RE TIMBERMAN $41.28 1
RIPRAP MAN $40 03 5D
RODDER $40 77 1 5D
SCAFFOLD ERECTOR $40 03 1H 5D
SCALE PERSON $40.03 1H 5D
SIGNALMAN $40.03 1H 5D
SLOPER (OVER 20 $40 77 111 5D
SLOPER SPRAYMAN $40.03 1H 5D
SPREADER (CLARY POWER OR SIMILAR TYPES) $40 77 1H 5D
SPREADER (CONCRETE) $40 77 1H 5D
STAKE HOPPER $40 03 1H 5D
STOCKPILER $40.03 1H 5D
TAMPER SIMILAR ELECTRIC, AIR GAS $40.77 11-1 5D
TAMPER (MULTIPLE SELF PROPELLED) $40 77 1H 5D
TOOLROOM MAN (AT JOB SITE) $40.03 1H 5D
TOPPER TAILER $40.03 1H 5D
TRACK LABORER $40.03 1H 5D
TRACK LINER (POWER) $40 77 1H 5D
Page 4
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
CLALLAM COUNTY
EFFECTIVE 3/3/2010
Classification
TRUCK SPOTTER $40.03 1H 5D
TUGGER OPERATOR $40.77 1H 5D
VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $40.03 1H 5D
VIBRATOR $40 77 1H 5D
VINYL SEAMER $40.03 1H 5D
WELDER $40.03 1H 5D
WELL -POINT LABORER $40 77 1H 50
LABORERS UNDERGR• Ns; E R WATER
GENERAL LABOR 1 PMAN $40 03 1H 5D
PIPE LAYER $40 77 1H 5D
LANDSCAPE C ST UCTION
IRRIGAT .'NS LAWN SPRINKLER I'S7/, LLERS $12.89 1
LANDSCA E IPMENT OPERAl2 OR TR K; IVERS $12,89 1
LANDSCAPIN LANTING Dr RS
$12.89 1
LATHERS
JOURNEY LEVEL $48.74 1H 5D
MARBLE SETTERS
JOURNEY LEVEL $46.35 1M 5A
METAL FABRICATION (IN SHOP)
FITTERNVELDER $15.16 1
LABORER $11 13 1
MACHINE OPERATOR $10.66 1
PAINTER $11 41 1
MODULAR BUILDINGS
JOURNEY LEVEL $8.55 1
PAINTERS
JOURNEY LEVEL $2 86; 1
PLASTERERS
JOURNEY LEVEL
PLAYGROUND PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $8.
PLUMBERS PIPEFITTERS
JOURNEY LEVEL $66.44 1G
POWER EQUIPMENT OPERATORS
ASPHALT PLANT OPERATOR $50.39 1 5D 8P
ASSISTANT ENGINEERS $47 12 1T 5D 8P
BACKHOE, EXCAVATOR SHOVEL, OVER 50 METRIC TONS TO 90 METRIC $50.94 5D 8P
TONS
BACKHOE, EXCAVATOR SHOVEL, OVER 90 METRIC TONS $51.51 1T 5D 8P
BACKHOE, EXCAVATOR, SHOVEL, OVER 30 METRIC TONS TO 50 $50.39 1T 5D 8P
METRIC TONS
BACKHOE, EXCAVATOR, SHOVEL, TRACTORS UNDER 15 METRIC TONS $49 48 1T 5D 8P
BACKHOE, EXCAVATOR, SHOVEL, TRACTORS: 15 TO 30 METRIC TONS $49.90 1T 5D 8P
BARRIER MACHINE (ZIPPER) $49.90 1T 5D 8P
BATCH PLANT OPERATOR, CONCRETE $49.90 1T 5D 8P
BELT LOADERS (ELEVATING TYPE) $49 48 1T 5D 8P
BOBCAT (SKID STEER) $47 12 1T 5D 8P
BROKK- REMOTE DEMOLITION EQUIPMENT $47 12 1T 5D 8P
BROOMS $47 12 1T 5D 8P
BUMP CUTTER $49.90 1T 5D 8P
CABLEWAYS $50.39 1T 5D 8P
CHIPPER $49.90 1T 5D 8P
Page 5
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
Classification
CRANES, A- FRAME, 10 TON AND
CRANES, A- FRAME, OVER 10 T
CLALLAM COUNTY
EFFECTIVE 3/3/2010
COMPRESSORS
CONCRETE FINISH MACHINE LASER SCREED
CONCRETE PUMPS
CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT
CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT OVER 42
METERS
CONVEYORS
CRANE, FRICTION 100 ON GH 199 TONS
CRANE, FRICTION ;E`" 00 TO
CRANES, THR:1 +NS, WITH A
CRANES, 20. 44'; +NS, WITH ATTAC
CRANES 5 Te S 99 TONS, UNDE
WITH AT H NTS)
CRANES, 10e ,Ts S 199 TONS, 1 0 FT OF,: pc? INCLUDING JIB
WITH ATTAC E.
CRANES, 200 TO TO 'e s TO OR 25 %:FT= BOO "11 LUDING JIB
WITH ATTACHMEN
CRANES, OVER 300 TONS, O',301''• F BOOM T.' CC, e JIB ITH
ATTACHMENTS
CRANES, OVERHEAD, BRIDGE TYPE (20 44
CRANES, OVERHEAD BRIDGE TYPE (45 99
CRANES, OVERHEAD BRIDGE TYPE (100 T
CRANES, TOWER CRANE UP TO 175' HE
CRANES, TOWER CRANE OVER 175' IN HEIG
CRUSHERS
DECK ENGINEER/DECK WINCHES (POWER)
DERRICK, BUILDING
DOZER, QUAD 9, D -10, AND HD -41
DOZERS, D -9 UNDER
DRILL OILERS AUGER TYPE, TRUCK OR CRANE MOUNT
DRILLING MACHINE
ELEVATOR AND MANLIFT PERMANENT AND SHAFT TYPE
EQUIPMENT SERVICE ENGINEER (OILER)
FINISHING MACHINE /BIDWELL GAMACO AND SIMILAR EQUIP
FORK LIFTS, (3000 LBS AND OVER)
FORK LIFTS, (UNDER 3000 LBS)
GRADE ENGINEER
GRADECHECKER AND STAKEMAN
GUARDRAIL PUNCH
HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS
HORIZONTAUDIRECTIONAL DRILL LOCATOR
HORIZONTAUDIRECTIONAL DRILL OPERATOR
HYDRALIFTS /BOOM TRUCKS (10 TON UNDER)
HYDRALIFTS /BOOM TRUCKS (OVER 10 TON)
LOADERS, OVERHEAD (6 YD UP TO 8 YD)
LOADERS, OVERHEAD (8 YD OVER)
LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED
LOCOMOTIVES, ALL
MECHANICS, ALL
MIXERS, ASPHALT PLANT
MOTOR PATROL GRADER (FINISHING)
Page 6
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
$47 12
$47 12
$49 48
$49.90
$50.39
1T
1T
1T
1T
1T
5D
5D
5D
5D
5D
U
C
E
O
OI
S1
S)
OVER)
BAS
O
8P
8P
8P
8P
8P
$49 48 1T 5D 8P
$51.51 1T 5D 8P
$52.07 1T 5D 8P
MENTS $49 48 1T 513 8P
MINTS $49.90 1T 5D 8P
150 FT OF BOOM (INCLUDING JIB $50.39 1T 5D 8P
$50.94 1T 5D 8P
$51.51 1T 5D 8P
$47 12 1T 5D 8P
$49 48 1T 5D 8P
$52.07 1T 5D 8P
$49.90 IT 5D 8P
$50.39- 1T 5D 8P
$50.94 IT 5D 8P
$50.94 1T 5D 8P
$51.51 1T 5D 8P
$49.90 1T 5D 8P
$49 1T 5D 8P
71 3' 1T 5D 8P
1T 5D 8P
5D 8P
5D 8P
$49.9 1 5D 8P
$47 12 1T 8P
$49 48 1T 5D 8P
$49.90 1T 8P
$49 48 5D 8P
$47 12 9 5D 8P
$49.90 IT 5D 8P
$4712 1T 5D 8P
$49.90 1T 5D 8P
$49 48 1T 5D 8P
$49 48 1T 5D 8P
$49.90 1T 5D 8P
$4712 1T 5D 8P
$49 48 1T 5D 8P
$50.39 1T 5D 8P
$50.94 1T 5D 8P
$49.90 1T 5D 8P
$49.90 1T 5D 8P
$50.94 1T 5D 8P
$49.90 1T 5D 8P
$50.39 1T 5D 8P
1
T
CLALLAM COUNTY
EFFECTIVE 3/3/2010
Classification
MOTOR PATROL GRADER (NON- FINISHING)
MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING
OPERATOR
MECHANIC
RESIDENTIAL BRICK MASON
JOURNEY LEVEL
RESIDENTIAL CARPENTERS
JOURNEY LEVEL
Page 7
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
$49 48 IT 5D 8P
$50.39 1T 5D 8P
$4712 1T 5D 8P
PAVEMENT BREAKER $47 12 1T 5D 8P
PILEDRIVER (OTHER THAN NE MOUNT) $49.90 1T 5D 8P
PLANT OILER (ASPHALT R) R) $49 48 1T 5D 8P
POSTHOLE DIGGER, C AL $47 12 IT 5D 8P
POWER PLANT $47 12 1T 5D 8P
PUMPS, WATE $47 12 1T 5D 8P
QUICK TOW '-N AB, UNDER 100 IN HEIGHT BASED TO BOOM $47 12 IT 50 8P
REMOTE .ROL OPERATOR ON PUB =ER TIRED EARTH MOVING $50.39 1T 5D 8P
EQUIP
RIGGER AN iB MAN $47 12 IT 5D 8P
ROLLAGON $50.39 1T 5D 8P
ROLLER, OTHER NaPL!A •ADM $47 12 1T 5D 8P
ROLLERS, PLANTMIX OR MULTILIFT :PTE;'; LS $49 48 1T 5D 8P
ROTO -MILL, ROTO- GRINDER $49.90 IT 5D 8P
SAWS, CONCRETE $49 48 1T 5D 8P
SCRAPERS SELF PROPELLE HARD TAIL E p
P CULATING $50.39 1T 5D 8P
OFF -ROAD EQUIPMENT (45 YD AND OVER)
SCRAPERS CONCRETE AND CARRY ALL $49 48 1T 5D 8P
SCRAPER -SELF PROPELLED HARD -TAIL EN r0 MP ARTICULA $49.90 1T 5D 8P
OFF -ROAD EQUIPMENT (UNDER 45 YARDS)
SHOTCRETE GUNITE $47 12 1T 5D 8P
SLIPFORM PAVERS $50.39 1T 5D 8P
SPREADER, TOPSIDER SCREEDMAN $50.3•. 1T 5D 8P
SUBGRADE TRIMMER $4•, •p 1T 5D 8P
TOWER BUCKET ELEVATORS 1T 5D 8P
TRACTORS, (75 HP UNDER) 1$4 48 1T 5D 8P
TRACTORS, (OVER 75 HP) p 5D 8P
TRANSFER MATERIAL SERVICE MACHINE $49. 1 5D 8P
TRANSPORTERS, ALL TRACK OR TRUCK TYPE $50.39 1T 5D 8P
TRENCHING MACHINES $49.48 1T 8P
TRUCK CRANE OILER/DRIVER UNDER 100 TON) $49 48 1T o 8P
TRUCK CRANE OILER/DRIVER (100 TON OVER) $49.90 1 5D 8P
TRUCK MOUNT PORTABLE CONVEYER $49,90 T 5D 8P
WELDER $50.39 5D 8P
WHEEL TRACTORS, FARMALL TYPE $47 12 IT 5D 8P
YO YO PAY DOZER $49.90 1T 5D 8P
POWER UNE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE
SPRAY PERSON
TREE EQUIPMENT OPERATOR
TREE TRIMMER
TREE TRIMMER GROUNDPERSON
REFRIGERATION AIR CONDITIONING MECHANICS
$40 79 4A 5A
$38 73 4A 5A
$39.25 4A 5A
$36.50 4A 5A
$27.55 4A 5A
$27 68 1
$46.35 1M 5A
$17.85 1
Classification
RESIDENTIAL CEMENT MASONS
JOURNEY LEVEL
RESIDENTIAL DRYWALL TAPERS
JOURNEY LEVEL
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL
RESIDENTIAL GLAZIERS
JOURNEY LEVEL
RESIDENTIAL INSU
JOURNEY LEV
RESIDENTIAL
JOURNE
RESIDENTIAL
JOURNEY LE
RESIDENTIAL PAIN
JOURNEY LEVEL
RESIDENTIAL PLUMBERS PIPEFITT
JOURNEY LEVEL
RESIDENTIAL REFRIGERATION CONDITIO
JOURNEY LEVEL
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL
RESIDENTIAL SPRINKLER FITTERS (FIRE PROTE
JOURNEY LEVEL
RESIDENTIAL STONE MASONS
JOURNEY LEVEL
RESIDENTIAL TERRAZZO WORKERS
JOURNEY LEVEL
RESIDENTIAL TERRAZZO/TILE FINISHERS
JOURNEY LEVEL
RESIDENTIAL TILE SETTERS
JOURNEY LEVEL
ROOFERS
JOURNEY LEVEL
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
SHIPBUILDING SHIP REPAIR
BOILERMAKER
HEAT FROST INSULATOR
LABORER
MACHINIST
SHIPFITTER
WELDER/BURNER
SIGN MAKERS INSTALLERS (ELECTRICAL)
JOURNEY LEVEL
SIGN MAKERS INSTALLERS (NON ELECTRICAL)
JOURNEY LEVEL
SOFT FLOOR LAYERS
JOURNEY LEVEL
CLALLAM COUNTY
EFFECTIVE 3/3/2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
$25 63 1
Page 8
$18.00 1
$27 78 1
$20.05 1
$9.86 1
$17 76 1
$46.35 1 M 5A
$20.00 1
$14 60 1
$62.56 1G 5A
$21.82 1
$10.88 1
$19.6 1
1M 5A
$8.55
$18.29
$27.00
$59.32 1E 6L
$32.56 1H 6W
$50.28 1S 5J
$12.16 1
$17 16 1
$14.66 1
$14.66 1
$19.29 1
$12.15 1
$39 19 2X 5A
CLALLAM COUNTY
EFFECTIVE 3/3/2010
Classification
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $22.59 1
STAGE RIGGING MECHANICS (NON STRUCTURAL)
JOURNEY LEVEL $13.23 1
STONE MASONS
JOURNEY LEVEL
STREET AND PARKI c :L SWEEP RKERS
JOURNEY LEV
SURVEYORS
CHAIN P
INSTRUM 'T; RSON
PARTY CHIE
TELECOMMUNICATI
TELECOMMUNICATI .NNICIANS
TELEPHONE UNE CONSTRUCTION
CABLE SPLICER $32.27 2B 5A
HOLE DIGGER/GROUND PER $18.10 2B 5A
INSTALLER (REPAIRER) $30.94 2B 5A
JOURNEY LEVEL TELEPHONE LINEPERSON $30.02 2B 5A
SPECIAL APPARATUS INSTALLER 1 $32.27 2B 5A
SPECIAL APPARATUS INSTALLER II $31.62 2B 5A
TELEPHONE EQUIPMENT OPERATOR (HEA $32.27 2B 5A
TELEPHONE EQUIPMENT OPERATOR (LIGHT) $30.02 2B 5A
TELEVISION GROUND PERSON $17 1: 2B 5A
TELEVISION LINEPERSON /INSTALLER $2 ;3 2B 5A
TELEVISION SYSTEM TECHNICIAN j//t 2B 5A
TELEVISION TECHNICIAN ;$2435 B 5A
TREE TRIMMER e0 �/2B 5A
TERRAZZO WORKERS
JOURNEY LEVEL $45.26 1M
TILE SETTERS
JOURNEY LEVEL
TILE, MARBLE TERRAZZO FINISHERS
FINISHER
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL
TRUCK DRIVERS
ASPHALT MIX (TO 16 YARDS)
ASPHALT MIX (OVER 16 YARDS)
DUMP TRUCK
DUMP TRUCK TRAILER
OTHER TRUCKS
TRANSIT MIXER
WELL DRILLERS IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER
OILER
WELL DRILLER
Page 9
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
$10.31 1B 50
$46.35 1M 5A
$16.00 1
$9.35 1
$11 40 1
$13.40 1
$34.09 1E 5A
$45.26 1M
$39 09
$38.90 7K
$45.63 IT 8L
$46.47 1T 8L
$20.23 1
$20.23 1
$46.47 1T 5D 8L
$23.73 1
$11.60 1
$9 45 1
$11.60 1
5A
5A
5D
5D
DIVISION 1- GENERAL PROVISIONS
Section 01110 Summary of Work
Section 01230 Price and Payment Procedures
Section 01300 Administrative Procedures
Section 01310 Project Management Coordination
Section 01330 Submittal Procedures
Section 01400 Quality Requirements
Section 01420 References
Section 01500 Temporary Facilities and Controls
Section 01600 Product Requirements
Section 01630 Product Substitution Request
Section 01770 Closeout Procedures
Peninsula College Synthetic Turf Soccer Fields Summary of Work
g Y ary
January 29 2010 100% CD's Section 01110
SECTION 01110 SUMMARY OF WORK
PART 1 GENERAL
1 1 TITLE OF PLANS AND SPECIFICATIONS
A. Peninsula College Synthetic Turf Soccer Fields.
1.2 LOCATION OF THE PROJECT S11
A. Refer to the Plan Sheet G1 for location map for the project site.
1.3 DESCRIPTION OF THE WORK
A. hi general, the work includes.
1 Conversion of a grass soccer field to synthetic turf, asphalt paving, and chainlink fencing.
14 CONTRACT AWARD AND TIME OF COMPLETION
A. Single Contract Award. It is the Owner's Intent to award a single contract for the improvements.
B Time of Completion. See Bid Proposal Form.
1.5 USE OF S11'E BY OWNER
A. The adjacent pathways and parking lots around the field will be in use during the project construction.
B Coordmate all work for safe and convenient public parking and access to the parking lots at all times.
1
1 6 APPLICABLE STANDARDS
A. Prior to commencing construction, Contractor shall contact all reviewing agencies, utility companies, and
governmental agencies having jurisdiction over the Project site, and obtain all standards and requirements
for work that will satisfy those requirements, including purchasing necessary construction permits and
being placed on any and all approved contractors' lists.
17 COORDINATION WITH OTHER CONTRACTORS
A. Work indicated "By Others' or 'By Owner" will be contracted directly with the Owner You are to
1 coordinate and cooperate with other Contractors to avoid delays or damage to work by others.
1
SUMMARY OF WORK 01110 -1
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Summary of Work
January 29 2010 100% CD's
1.8 EXISTING SOILS
Section 01110
A. The Contractor shall visit the site prior to bidding to familiarize oneself with the site and soil conditions.
Bidders may coordinate with the Owner to excavate their own test holes.
B It shall be the Contractor's sole responsibility pnor to bidding, to determine what soil conditions may be
encountered. Investigation of the soil condition and associated costs by the Contractor shall be
considered incidental to the bid price(s)
C. See Appendix for soil boring logs and their locations for the site.
1.9 EXISTING CONDITIONS
A. The field will be closed for use during construction. Adjacent college related activities will be occurring
during construction. The Contractor shall provide safe access for pedestrians and vehicles at all times.
PART 2 PRODUCTS
Not used.
PART 3 EXECUTION
Not used.
END OF SECTION 01110
SUMMARY OF WORK
01110 -2
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Price and Payment Procedures
January 29 2010
SECTION 01230 PRICE AND PAYMENT PROCEDURES
PART 1 GENERAL
11 DESCRIPTION
A. Refer to the Bid Proposal Form for basis for award.
B Only basic information concerning each schedule listed in the proposal. No attempt has been
made to list all items or details. Refer to technical sections of the Specifications and Plans for
detailed information.
1.2 MEASUREMENT AND PAYMENT
A. Not used.
1.3 SITE WORK
A. Work Schedule.
1 Each schedule includes all labor, materials, equipment, and incidentals required for
completion of the work drawn and specified, together with the necessary
appurtenant work.
2. Work not included in each schedule. Work noted as `Not In Contract' abbreviated N.I.C.
PART 2 PRODUCTS
Not used.
100% CD's Section 01230
ALTERNATE 1— FieldTurf FTOM 1
Note: The base bid includes the permeable base and top stone, concrete curb, and
plastic nailer
ALTERNATE 2 Mondo Turf Classic MF- 4560DL
Note: The base bid includes the permeable base and top stone, concrete curb, and
plastic nailer
ALTERNATE 3 Terra Sport Star 57
Note: The base bid includes the permeable base and top stone, concrete curb, and
plastic nailer
ALTERNATE 4 Top Soil and Ground Cover Planting
Note: The base bid includes all earthwork to finish
and all irrigation.
ALTERNATE 5 Soccer Goals and Bleachers
PRICE AND PAYMENT PROCEDURES
in the planting areas
01230 -1
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Price and Payment Procedures
January 29 2010
PART 3 EXECUTION
Not used.
END OF SECTION 01230
PRICE AND PAYMENT PROCEDURES
100% CD's Section 01230
01230 -2
Bruce Dees Associates 2010
1
1
1
1
1
1.2 CONTRACT DOCUMENTS FOR CONSTRUCTION
1
1
1
1
1
1
1
1
1
1
1
1
Peninsula College Synthetic Turf Soccer Fields
January 29 2010
SECTION 01300 ADMINISTRATIVE PROCEDURES
PART 1 GENERAL
1 1 CONDITIONS OF CONTRACT
A. Contractor shall familiarize himself thoroughly with all conditions of the specifications, as well as
technical sections.
A. The Owner will provide the Contractor with ten (10) sets of project documents (drawings and
specifications) for construction. Any additional sets of project documents shall be paid for by the
Contractor
1.3 PERMITS
A. See Supplemental Conditions for Washington State Facilities Par 5 02.
B The Contractor shall notify the Owner and coordinate with the permitting authority for extension of all
permits that expire prior to final acceptance. The Owner will be responsible for permit fees and/or related
extension costs for the Owner furnished permits only
C. The Contractor shall comply with the requirements conditions of the permits.
1 4 PROJECT SIGN
A. Not Required.
1.5 OTHER SIGNS
Administrative Procedures
100% CD's Section 01300
A. No signs of contractor, subcontractor, or advertising of any kind are to be erected.
1 6 PROTECTION OF MATERIALS
A. The Contractor is responsible for protection of materials and completed work from vandalism until the
work is accepted.
1 7 DUST CONTROL
A. The Contractor shall be responsible for alleviation or prevention of any dust nuisance arising from the
work on this project, by the use of water or dust palliatives as required and as approved by the Owner
ADMINISTRATIVE PROCEDURES
01300 -1
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Administrative Procedures
January 29 2010
1.8 VANDALISM
1.9 WEATHER
1 10 EROSION CONTROL
100% CD's Section 01300
A. The Contractor is hereby advised to take all lawful and prudent precautions against vandalism on any
work and equipment connected with this project. The Owner will not in any way be held responsible or
accountable for vandalism, either financially or be responsible to repair or replace.
A. Since work will be done during inclement weather each bidder shall satisfy himself before submitting his
bid to the hazards likely to arise from weather conditions. Complete weather records and reports may be
obtained from any U.S Weather Bureau Office. No additional payment will be made for any conditions
caused by inclement weather
A. The Contractor shall be responsible at all times for erosion control dunng construction and for repair of
any completed work damaged by erosion until final acceptance.
1 11 MAINTENANCE OF STREETS UTILITIES, ETC.
A. The Contractor shall be responsible at all times for the maintenance of streets and other utilities affected
by construction operations. Streets and utilities shall be kept in full operation during the entire course of
the project. Debris and rubbish shall not be permitted to accumulate, and all premises shall be maintained
in a neat and workman -like condition, as determined by the Owner
B In the event the Contractor fails to conform to these requirements, the Owner shall have the right to have
the.work done by others and the cost will be deducted from monies due the Contractor
1 12 STATE LICENSING LAW
A. The Contractor agrees and covenants to furnish the Owner proper evidence that the Contractor has fully
complied with the State Licensing Law as specified in Chapter 77 Laws of the State of Washington, of
1963 as amended, and a Contractor's Certificate of Registration shall be in full force and effect
throughout the work project hereinabove enumerated. The Contractor shall include his Contractor's
license number on the space provided in the Proposal Form.
1 13 EXISTING SITE TOPOGRAPHY
A. The existing topography is shown as contour lines and spot elevations as indicated in the legend on the
grading plans Notify Owner immediately should actual conditions vary significantly from those shown.
1 14 SURVEY DATA/EXISTING CONDITIONS
A. The Contractor's licensed surveyor shall establish and stake out control points and all coordinate points
provided for the various parts of the work for location, lines, and grades from the base line as shown on
the plans. An electronic file of the layout and grading drawings will be provided to the surveyor upon
request.
ADMINISTRATIVE PROCEDURES
01300 -2
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Administrative Procedures
January 29 2010 100% CD's Section 01300
1 15 AS -BUILT DRAWINGS AND SPECIFICATIONS
A. See General Conditions 5 1 As -Built Records.
1 16 LIQUIDATED DAMAGES
A. See Bid Proposal Form.
117 ARTIFACTS
A. Not Applicable.
1 18 TOBACCO PRODUCTS, DRUGS, AND ALCOHOL
A. Tobacco products, drugs, and alcohol are stnctly prohibited on the property inside and outside of
buildings.
PART 2- PRODUCTS
Not used.
PART 3 EXECUTION
Not used.
END OF SECTION 01300
ADMINISTRATIVE PROCEDURES
01300 -3
Bruce Dees Associates 2010
1
1
1
1
1
1
1
1
1
1
1
1
B Coordinate completion and clean up of Work of separate sections in preparation for
Completion.
1
1
1
1
1
1
Peninsula College Synthetic Turf Soccer Fields Project Management Coordination
January 29 2010 100% CD's
SECTION 01310 PROJECT MANAGEMENT COORDINATION
PART 1 GENERAL
1 1 SECTION INCLUDES
A. Coordination with work by the Owner
B Coordination.
C. Field engineering.
D Pre construction conference.
E. Progress meetings.
F Pre installation conferences.
1.2 COORDINATION WITH WORK BY THE OWNER
A. See Section 01110
1.3 COORDINATION
Section 01310
A. Coordinate scheduling, submittals, and Work of the vanous Sections of Specifications to assure
proper efficient, and orderly sequence of surface preparation and installation of interdependent
construction elements, with provisions for accommodating items installed later by Owner
C. After Owner occupancy of premises, coordinate access to site for correction of defective Work
and Work not in accordance with Contract Documents, to minimize disruption of Owner's
activities.
14 FIELD ENGINEERING
A. Contractor's licensed surveyor shall establish and stake out control points and coordinate points
shown for the various parts of the work for location hues and grades from the coordinates
shown on the plans.
PROJECT MANAGEMENT COORDINATION
01310 -1
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Project Management Coordination
January 29 2010
1.5 PRE- CONSTRUCTION CONFERENCE
A. Owner will schedule a conference after Notice of Award.
B Attendance Required. Owner Owner's Representative, and Contractor
C. Agenda.
1 Execution of Owner Contractor Agreement.
2. Submission of executed bonds and insurance certificates.
3 Distribution of Contract Documents.
4 Submission of list of Subcontractors, list of Products, schedule of values, and progress
schedule.
5 Designation of personnel representing the parties in Contract, and the Owner's
Representative.
6. Procedures and processing of field decisions, submittals, substitutions, applications for
payments, proposal request, Change Orders, and Contract closeout procedures.
7 Inspection Procedure and Testing.
8 Scheduling.
9 Coordination with Owner
10. Notice to Proceed.
1.6 PROGRESS MEETINGS
A. Owner will schedule and administer meetings throughout progress of the work at weekly
intervals.
B Contractor shall attend meetings.
C. Attendance Required. Job superintendent, major Subcontractors and suppliers, Owner
Owner's Representative, Engineer as appropriate to agenda topics for each meeting.
D Agenda.
1 Review minutes of previous meetings.
2. Review of submittals and status of submittals.
3 Review of RFI's (Requests for Information and Status)
4 Review of change orders.
5 Review of schedule and maintenance of schedule.
6. Review plans and specifications related to anticipated work.
7 Review of Work progress. Field observations, problems, and decisions.
8 Review of as -built drawings
9 Other business relating to Work.
1 7 PRE INSTALLATION CONFERENCES
PROJECT MANAGEMENT COORDINATION
100% CD's Section 01310
A. When required in individual specification Section, convene a pre installation conference at
work site pnor to commencing work of this Section.
01310 -2
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Project Management Coordination
January 29 2010 100% CD's Section 01310
B Require attendance of parties directly affecting, or affected by work of the specific section.
C. Notify Owner seven (7) days in advance of meeting date.
D Prepare agenda, preside at conference.
E. Review conditions of installation, preparation, and installation procedures, and coordination
with related work.
PART 2 PRODUCTS
Not used.
PART 3 EXECUTION
Not used.
END OF SECTION 01310
PROJECT MANAGEMENT COORDINATION
01310 -3
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Submittal Procedures
January 29 2010 100% CD's Section 01330
SECTION 01330 SUBMITTAL PROCEDURES
PART 1 GENERAL
1 1 SECTION INCLUDES
A. Submittal procedures.
B Construction progress schedules.
C. Subcontractor's list.
D Shop drawings.
E. Product data.
F Samples.
G Manufacturer's instructions.
H. Manufacturer's certificates.
1.2 SUBMITTAL PROCEDURES
A. A list of required submittal items will be provided by the Owner's Representative following
award of the contract. Transmit each submittal item with the assigned item number wntten on
each copy of each submittal.
B Transmit five (5) copies of each submittal with one (1) transmittal form.
C. Identify Project, Contractor Subcontractor or Supplier pertinent Drawing sheet and detail
number(s), and specification Section number, as appropnate.
D Apply Contractor's stamp, signed or initialed certifying that review verification of Product
required, field dimensions, adjacent construction work, and coordination of information is in
accordance with the requirements of the work and Contract Documents. This shall be done
pnor to submitting to Owner's Representative.
E. Schedule submittals to expedite the Project, and deliver to Owner's Representative. Coordinate
submission of related items. Note: Allow three (3) weeks for the Owner's Representative
to review the submittals from the date they receive the submittal.
F Identify the appropnate specification section title and number to which the submittal applies, as
well as variations from Contract Documents and Product or system limitation that may be
detrimental to successful performance of the completed work.
G Provide space for Contractor and Owner's Representative review stamps.
H. Revise and resubmit submittals as required, identifying all changes made since previous
submittal.
SUBMITTAL PROCEDURES
01330 -1
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Submittal Procedures
January 29 2010 100% CD's Section 01330
I. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly
report any inability to comply with provisions.
1.3 CONSTRUCTION PROGRESS SCHEDULES
A. See Supplemental Conditions 3 `Construction Schedule
B Submit initial progress schedule in duplicate (4 copies) within 5 days after date of Owner-
Contractor Agreement, for Owner's Representative information.
C. Revise and resubmit monthly (with each pay request) 4 copies. Post 1 on site.
D Submit a time scaled CPM precedence diagram with separate line for each section of Work,
identifying first workday of each week.
E. Show complete sequence of construction by activity identifying Work of separate stages and
other logically grouped activities. Indicate the early and late start, early and late finish, float
dates, and duration.
F Indicate estimated percentage of completion for each item of work at each submission.
G Indicate submittal dates required for shop drawings, product data, samples, pre installation
meeting and product delivery dates, including those furnished by Owner and under Allowances.
H. If the Contractor submits a schedule which indicates a construction completion date prior to the
advertised contract completion date, it is understood that the Owner shall not be obligated for
any costs associated with any extensions of the contractor's schedule which is still within the
stipulated contract completion period. No contract time extension shall be granted until the
contractor demonstrates that the Critical Path is directly impacted, and the construction
completion date must be extended past the stipulated contract completion date.
14 SUBCONTRACTOR'S LIST AND MAJOR MATERIAL SUPPLIERS LIST
A. Within 5 days after date of Owner- Contractor Agreement, submit complete list of
subcontractors (those subcontractors listed with the bid proposal and any others) and major
material suppliers with addresses and telephone numbers. Use form included in these
specifications.
1.5 SHOP DRAWINGS
A. Submit the number of copies that the contractor requires, plus three (3) copies that will be
retained by the Owner
B After review reproduce and distribute in accordance with Article on Procedures above and for
Record Documents described in Section 01770 Closeout Procedures.
SUBMITTAL PROCEDURES
01330 -2
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Submittal Procedures
January 29 2010 100% CD's Section 01330
1.6 PRODUCT DATA
A. Submit the number of copies that the Contractor requires, plus three (3) copies that will be
retained by the Owner
B Mark each copy to identify applicable specification section title and number products, models,
options, and other data. Supplement manufacturers' standard data to provide information
unique to this Project.
C. After review distribute in accordance with Article on Procedures above and provide copies for
Record Documents described in Section 01770 Closeout Procedures.
17 SAMPLES
A. Submit samples to illustrate functional and aesthetic characteristics of the Product, with
integral parts and attachment devices. Coordinate sample submittals for interfacing work.
B Submit samples of finishes from the full range of manufacturers' standard colors and custom
colors selected, textures, and patterns for Owner's Representative s selection.
C. Include identification on each sample, with full Project information.
B Submit the number or samples specified in individual specification Sections, one of which will
be retained by the Owner's Representative.
E. Reviewed samples which may be used in the work are indicated in individual specification
Sections.
1.8 MANUFACTURER'S INSTRUCTIONS
A. When specified in individual specification Sections, submit manufacturers' pnnted instructions
for delivery storage, assembly installation, start-up, adjusting, and finishing, in quantities
specified for Product Data.
B Identify conflicts between manufacturer's instructions and Contract Documents.
1.9 MANUFACTURER'S CERTIFICATES
A. When specified in individual specification Sections, submit manufacturer's certificate to
Owner's Representative for review in quantities specified for Product Data.
B Indicate material or Product conforms to or exceeds specified requirements. Submit supporting
reference data, affidavits, and certifications as appropriate.
C. Certificates may be recent or previous test results on material or Product, but must be
acceptable to Owner's Representative.
SUBMITTAL PROCEDURES
01330 -3
()Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Submittal Procedures
January 29 2010
PART 2 PRODUCTS
Not used.
PART 3 EXECUTION
Not used.
END OF SECTION 01330
SUBMITTAL PROCEDURES
100% CD's Section 01330
01330 -4
Bruce Dees Associates 2010
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Peninsula College Synthetic Turf Soccer Fields Submittal Procedures
January 29 2010 100% CD's
Project:
Peninsula College Synthetic Turf Soccer Fields
Transmittal To: Bruce Dees Associates
A 222 E. 26 Street, Suite 202
Tacoma, WA 98421
From: (Contractor)
Address
City State, Zip
Qty Item No. Description
Submitted for review and approval
Resubmitted for review and approval
Will be available to meet construction schedule
Other remarks on above submission:
Transmittal To: (Contractor)
B
Approved
Approved as noted
Not subject to review
No action required
Other remarks on above submission:
Copies: Owner Consultants
SUBMITTAL PROCEDURES
From. Bruce Dees Associates
By
Attn.
By
Section 01330
SUBMITTAL TRANSMITTAL
Date:
A/E Project Number 144 -01 -05
Approved as noted Resubmit
Rejected Resubmit
Revise Resubmit
Submission Incomplete Resubmit
Submittal Number
Resubmission
Spec. Section Title and Paragraph
Drawing Detail Reference
Substitution involved Substitution request attached with
point -by -point comparative data or preliminary details.
Complies with contract requirements
One copy retained by sender
Date Received by A/E.
Date Transmitted by A/E.
One copy retained by sender
01330 -5
Bruce Dees Associates 2010
I NM MN w i■ MN
Peninsula College Synthetic Turf Soccer Fields Submittal Procedures
January 29 2010 100% CD's Section 01330
Project: PENINSULA COLLEGE SYNTHETIC TURF SOCCER FIELDS From (Contractor).
To:
Attachments
Bruce Dees Associates Date:
222 East 26 Street. Suite 202 A/E Project Number 144 -01 -05
Tacoma. WA 98421 Contract For
List Subcontractors and Major Material Suppliers proposed for use on this Project as required by the Construction Documents. )Attach supplemental sheets if necessary
Section Section Phone
Number Title Firm Address Number Contact E -Mail Address
Signed by: Date:
Copies: Owner
SUBMITTAL PROCEDURES
SUBCONTRACTORS AND
MAJOR MATERIALS SUPPLIERS LIST
Consultants File
01330 -6
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields ualit Requirements
Y uirements 9
January 29 2010 100% CD's Section 01400
SECTION 01400 QUALITY REQUIREMENTS
1
PART 1 GENERAL
1 1 SECTION INCLUDES
1 A. Quality Assurance /Control of Installation.
B References.
C. Inspection and Testing Laboratory Services.
1.2 QUALITY ASSURANCE/CONTROL OF INSTALLATION
A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and
workmanship, to produce Work of specified quality
B Comply fully with manufacturer's instructions, including each step in sequence.
C. Should manufacturer's instructions conflict with Contract Documents, request clarification
from Owner's Representative before proceeding.
1 D Comply with specified standards as a minimum quality for the Work except when more
stringent tolerances, codes, or specified requirements indicate higher standards or more precise
workmanship
E. Perform work by persons qualified to produce workmanship of specified quality
F Secure Products in place with positive anchorage devices designed and sized to withstand
stresses, vibration, physical distortion, or disfigurement.
t 1.3 REFERENCES
A. Conform to reference standard by date of issue current on date for receiving bids.
B Should specified reference standards conflict with Contract Documents, request clanfication
from Owner's Representative before proceeding.
C. The contractual relationship of the parties to the Contract shall not be altered from the Contract
Documents by mention or inference otherwise in any reference document.
14 INSPECTION AND TESTING LABORATORY SERVICES
A. Owner will appoint, employ and pay for services of an independent firm to perform inspection
and testing of subgrade and crushed rock, concrete, and asphalt, and other work requested by
1 the owner
QUALITY REQUIREMENTS 01400 -1
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Quality Requirements
January 29 2010 100% CD's Section 01400
B That independent firm will perform inspections, tests, and other services except those
specifically required of the Contractor in individual specification Sections.
C. Reports will be submitted by the independent firm to the Owner's Representative and Owner
indicating observations and results of tests and indicating compliance or noncompliance with
Contract Documents.
D Cooperate with independent firm, furnish samples of materials, design mix, equipment, tools,
storage, and assistance as requested.
E. Re- testing and site visits required because of nonconformance to specified requirements and
scheduling shall be performed by the same independent firm on instructions by the Owner's
Representative. Payment for redesign and site visits will be charged by the Owner to the
Contractor by deducting inspection or testing charges from the Contract Sum/Price.
PART 2 PRODUCTS
Not used.
1 Notify Owner's Representative and independent firm 24 hours prior to expected time for
operations requiring service.
2. Make arrangements with independent firm and pay for additional samples and tests
beyond the Owner's use required for Contractor's use.
PART 3 EXECUTION
Not used.
END OF SECTION 01400
QUALITY REQUIREMENTS
01400 -2
Bruce Dees Associates 2010
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
SECTION 01420 REFERENCES
PART 1 GENERAL
1 1 NUMBER OF SPECIFIED ITEMS REQUIRED
References
Section 01420
A. Wherever these specifications, an article, device, or piece of equipment is referred to in the
singular number such reference applies to all and as many such articles as are shown on the
drawings, or required to complete the installation.
1.2 DEFINITIONS
A. "Owner' Penmsula College or their representative.
B Owner's Representative (Architect, Engineer Landscape Architect) an employee of or
consultant to Peninsula College.
C. "Provide shall mean, "furnish and install or 'furnish labor and materials required for
installation, ready for use, and under the terms of the contract drawings As shown as
indicated, as detailed, as noted, or words of similar meaning refer to contract drawings.
D 'The work" means 'the work to be accomplished under this contract.
E. Approved' means Approved by the owner or designated authonty 'For approval means
'for owner approval, or designated authority
F Where the words "or equal" are used, the Owner is the sole judge of the quality and suitability
of the proposed substitution.
G `Products' means new material, machinery components, equipment, fixtures, and systems
forming the Work. Does not include machinery and equipment used for preparation,
fabrication, conveying, and erection of the Work. Products may also include existing materials
or components required for reuse.
1.3 ABBREVIATIONS
A. See Legends on the drawings.
1 4 ORGANIZATION OF SPECIFICATIONS
A. Divisions and sections of these specifications conform generally to customary trade practice.
They are intended for convenience only The Owner and Owner's Representative are not
bound to define the limits of any subcontract.
REFERENCES
01420 -1
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
1.5 DIMENSIONS AND MEASUREMENTS
A. Dimensions govern. Do not scale drawings, unless so indicated on the plans. Check all
dimensions in the field and venfy them with respect to the adjacent or incorporated work.
PART 2 PRODUCTS
Not used.
PART 3 EXECUTION
Not used.
END OF SECTION 01420
REFERENCES
References
Section 01420
01420 -2
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Temporary Facilities and Controls
January 29 2010 100% CD's Section 01500
SECTION 01500 TEMPORARY FACILITIES AND CONTROLS
PART 1 GENERAL
1 1 CONTRACTOR'S WORK
A. All work specified under this Section shall be provided by the Contractor
1.2 TEMPORARY POWER
A. Contractor to provide sufficient electric power of capacity necessary and make it available to
all those connected with the work. The Contractor is to pay for all temporary transformers,
lines, poles, meters, and other changes and all charges connected with the use of the permanent
facilities until accepted by the Owner All costs and other charges in providing electric power
to be paid by Contractor until acceptance of project by Owner
1.3 TEMPORARY TELEPHONE SERVICE
A. As soon as possible after Notice to Proceed with construction, provide a non -coin box
telephone on the site and maintain same until completion of the work. Pay for installation,
maintenance, and non -toll calls and allow all connected with the work to use, provided they pay
for toll calls.
1 4 TEMPORARY DRINKING WATER
A. Make necessary arrangements and provide dunking water from a proven safe source required
during entire construction period. Comply with state and local health requirements. Serve in
single service containers or sanitary drinking fountain.
1.5 WATER FOR CONSTRUCTION
A. Contractor to provide water and make it available to all those connected with the work. Obtain
a temporary hydrant permit if required -if any hydrants are used. Water used to construct the
site shall be metered and paid by the contractor
1.6 TEMPORARY SANITARY FACILITIES
A. Provide adequate toilet facilities for all those connected with work. Locate inside the
construction area and keep in sanitary condition. Remove when directed by Owner and
disinfect premises.
17 TEMPORARY SHEDS
A. Construct and maintain such temporary sheds as may be required for the use of workmen, for
tool cribs, and for the storage of materials, project plans and documents.
TEMPORARY FACILITIES AND CONTROLS 01500 -1
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Temporary Facilities and Controls
January 29 2010
B Provide temporary light in all areas of the sheds. All sheds shall be maintained at all times in
good repair and in a clean and sanitary condition. Upon completion of the work, all sheds shall
be removed and the premises cleaned.
1.8 STAGING AREA
A. The Contractor staging area to be agreed upon by the Contractor and the Owner Submit a
proposed location to the Owner for approval. All disturbed areas shall be cleaned up, fine
graded, seeded, and otherwise restored to its onginal condition as determined by the Owner
1.9 FIELD OFFICE
A. The Contractor shall provide a substantial, weather -tight office building capable of seating a
minimum of 10 people on the premises adjacent to the staging area. The field office shall
remain on site through substantial completion. Remove office at completion of work.
1 10 DAILY CLEAN UP
A. (See General Conditions.)
PART 2 PRODUCTS
Not used.
PART 3 EXECUTION
Not used.
END OF SECTION 01500
TEMPORARY FACILITIES AND CONTROLS
100% CD's Section 01500
01500 -2
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Product Requirements
January 29 2010 100% CD's Section 01600
SECTION 01600 PRODUCT REQUIREMENTS
PART 1 GENERAL
1 1 SECTION INCLUDES
A. Products.
B Transportation and handling.
C. Storage and protection.
B Product options.
E. Substitutions.
1.2 RELATED SECTIONS
A. Section 01400 Quality Requirements.
1.3 PRODUCTS
A. Products. Means new material, machinery components, equipment, fixtures, and systems
forming the Work. Does not include machinery and equipment used for preparation,
fabrication, conveying, and erection of the Work. Products may also include existing materials
or components required for reuse.
B Provide mterchangeable components of the same manufacturer for similar components.
1 4 TRANSPORTATION AND HANDLING
A. Transport and handle Products in accordance with manufacturer's instructions.
B Promptly inspect shipments to assure that Products comply with requirements, quantities are
correct, and Products are undamaged.
C. Provide equipment and personnel to handle Products by methods to prevent soiling,
disfigurements, or damage.
1.5 STORAGE AND PROTECTION
A. Store and protect Products in accordance with manufacturer's instructions, with seals and labels
intact and legible. Store sensitive Products in weather tight, climate- controlled enclosures.
B For extenor storage of fabricated products, place on sloped supports, above ground.
C. Provide off -site storage and protection when site does not permit on -site storage or protection.
PRODUCT REQUIREMENTS 01600 -1
CO Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Product Requirements
January 29 2010 100% CD's Section 01600
D Cover Products subject to deterioration with impervious sheet covering. Provide ventilation to
avoid condensation.
E. Store loose granular materials on solid flat surfaces in a well drained area. Prevent mixing with
foreign matter
F Provide equipment and personnel to store Products by methods to prevent soiling,
disfigurement, or damage.
G Arrange storage of Products to permit access for inspection. Penodically inspect to assure
Products are undamaged and are maintained under specified conditions.
1.6 PRODUCT OPTIONS
A. Products Specified by Reference Standards or by Descnption Only- Any Product meeting
those standards or descriptions.
B Products Specified by Naming One or More Manufacturers with or without a Provision for
Substitutions. (See 1 7 Substitutions)
17 SUBSTITUTIONS
A. The Owner's representative will consider requests for Substitutions up to 10 days prior to bid
opening date. Approved Substitutions will be listed on Addenda.
B Substitutions may be considered after bid opening only when a Product becomes unavailable
through no fault of the Contractor
C. Document each request with complete data substantiating compliance of proposed Substitution
with Contract Documents.
D A request constitutes a representation that the Bidder /Contractor
1 Has investigated proposed substitution Product and determined that it meets or exceeds
the quality level of the specified Product.
2. Will provide the same warranty for the substitution as for the specified Product.
3 Will coordinate installation and make changes to other work that may be required for the
Work to be complete with no additional cost to Owner
4 Waives claims for additional costs or time extension that may subsequently become
apparent.
5 Will reimburse Owner for review or redesign services associated with re- approval by
authonties.
E. Substitutions will not be considered when they are indicated or implied on shop drawing or
product data submittals.
F Substitution Submittal Procedure.
1 All substitution requests shall be accompanied with the Substitution Request Form,
completely filled out. Substitution Request Forms are found in the Specifications in
Section 01630
PRODUCT REQUIREMENTS
01600 -2
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Product Requirements
January 29 2010 100% CD's Section 01600
PART 2 PRODUCTS
Not used.
PART 3 EXECUTION
Not used.
END OF SECTION 01600
PRODUCT REQUIREMENTS 01600 -3
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Product Substitution Request
January 29 2010 100% CD's Section 01630
SECTION 01630 PRODUCT SUBSTITUTION REQUEST
TO. BRUCE DEES ASSOCIATES
222 East 26th Street, Suite 202
Tacoma, Washington 98421
PROJECT NAME. PENINSULA COLLEGE SYNTHETIC TURF SOCCER FIELDS
CONTRACTOR.
We hereby submit for consideration the following product instead of specified item for above project:
Section Paragraph Specified Item
Proposed Substitution.
Attach complete dimensional information and technical data, including laboratory tests, if applicable.
Include complete information on changes to Drawings and/or Specifications, which proposed substitution
will require for its proper installation.
Submit with request all necessary samples and substantiating data to prove equal quality performance,
and appearance to that which is specified. Clearly mark manufacturer's literature to indicate equality
performance. Differences in quality of materials and construction shall be indicated.
Fill in blanks below
A. Reason for substitution request:
B Does the substitution affect dimensions shown on Drawings.
Yes No If yes, clearly indicate changes.
C. Will the undersigned pay for changes to the design, including engineering and detailing
costs caused by the request substitution.
Yes No Comment:
PRODUCT SUBSTITUTION REQUEST
01630 -1
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Product Substitution Request
January 29 2010 100% CD's
D What affect does this substitution have on other trades, other Contracts, and Contract
completion date.
E. What affect does this substitution have an applicable code requirements.
F Differences between proposed substitution and specified item:
G Manufacturer's guarantee of the proposed and specified items are:
Same Different (explain)
H. List of names and addresses of three similar projects on which product was used, date of
installation, and Architect's name and address.
I. Cost and supplier of specified product:
J Cost and supplier of proposed substitution product:
The undersigned attests function and quality equivalent or superior to specified items.
CERTIFICATION OF EQUAL PERFORMANCE
AND ASSUMPTION OF LIABILITY FOR
EQUAL PERFORMANCE.
Submitted By
Signature
Firm
Address
Title
FOR USE BY OWNER S REPRESENTATIVE.
Accepted.
Accepted as Noted.
Not Accepted.
Received Too Late.
By
Date.
Remarks.
Telephone
Date
Signature must be by person having authonty to legally bind his firm to the above term.
Concurrence by Owner's Representative
END OF SECTION 01630
PRODUCT SUBSTITUTION REQUEST
Section 01630
01630 -2
Bruce Dees Associates 2010
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Peninsula College Synthetic Turf Soccer Fields Project Closeout Procedures
January 29 2010 100% CD's Section 01770
SECTION 01770 PROJECT CLOSEOUT PROCEDURES
PART 1 GENERAL
1 1 REQUIREMENTS INCLUDED
A. Related Requirements.
B Closeout Procedures.
C. Certification that Work is Complete.
D Final Statement of Acceptance.
E. Maintenance Materials.
F Certification of Required Training.
G Project Record Documents.
H. Maintenance Data Border
I. Warranties and Bonds.
J Final Cleaning.
1.2 RELATED REQUIREMENTS
A. General Conditions. Fiscal provisions, legal submittals, and other administrative requirements.
B Section 01500 Temporary Facilities and Controls. Cleaning during construction.
1.3 CLOSEOUT PROCEDURES
A. Comply with procedures stated in General Conditions 6.07 Substantial Completion, 6.08 Prior
Occupancy and 6.09 Final Completion and Acceptance. Upon issuance of Certificate of Substantial
Completion, the Contractor shall complete all punchlists within thirty (30) consecutive days from date of
Substantial Completion.
B Owner will occupy designated portion of Project for the purpose of conduct of business, under provision
stated in Certificate of Substantial Completion.
1 4 CERTIFICATION THAT WORK IS COMPLETE
A. See General Conditions article 22.3 Final Completion.
PROJECT CLOSEOUT PROCEDURES
01770 -1
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Project Closeout Procedures
January 29 2010 100% CD's
1.5 FINAL STATEMENT OF ACCEPTANCE
A. In addition to submittals required by the conditions of the Contract, provide submittals required by
governing authonties, and submit a final statement of accounting giving total adjusted Contract Sum,
previous payments, and sum remaining due.
B Owner will issue a final Change Order reflecting approved adjustments to Contract Sum not previously
made by Change Order
1.6 MAINTENANCE MATERIALS
A. Provide products, spare parts, and maintenance materials m quantities specified in each Section, in
addition to that used for construction of Work. Coordinate with Owner, deliver to Project site and obtain
receipt pnor to fmal payment.
1 7 CERTIFICATION OF REQUIRED TRAINING
A. Certification that all required training of Owner's maintenance and operating personnel has been
completed.
1.8 PROJECT RECORD DOCUMENTS
A. General.
B Submit Record Contract Drawings and Shop Drawings. Legibly mark each item to record actual
construction, including:
Section 01770
1 Store project Record Documents separate from those used for construction.
2. Keep documents current; Record information concurrently with construction progress, do not
conceal any work until required information is recorded.
3 Record fmal information by transferring information onto one (1) clean set of construction
drawings and in a copy of a Project Manual provided by the Owner
4 Provide felt tip marking pens, maintaining separate colors for each major system, for recording
information on copies of construction drawings used during the course of construction.
5 Record information concurrently with construction progress. Do not conceal any work until
required information is recorded.
6 Review the as -built drawings with the Owner's Representative to review accuracy and
completeness. Make revisions as required.
1 Measured depths of elements.
2. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced
to permanent surface improvements.
3 Measured locations of internal utilities and appurtenances concealed on construction, referenced to
visible and accessible features of construction.
4 Field changes of dimension and detail.
5 Changes made by Modifications.
6. Details not on onginal Contract Drawings.
PROJECT CLOSEOUT PROCEDURES
01770 -2
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Project Closeout Procedures
January 29 2010 100% CD's Section 01770
C. Submit Record Specifications. Legibly mark each item to record actual construction, including:
1 Manufacturer trade name, and catalog number of each Substitute item.
2. Changes made by Addenda and Modifications.
D Storm Drainage: See Section 01300, 1 13 for Requirements.
1.9 MAINTENANCE DATA BINDER
A. Submit four (4) sets prior to final inspection, bound in 8 -1/2 x 11 inch (216 x 279 mm) three -ring hard
cover side binders with clearview and durable plastic covers with title inserts.
1 Part 1 Directory listing names, addresses, and telephone numbers of
a. Owner Architect, and Contractor
b Subcontractors and Suppliers.
2. Part 2. Tab each specification section/product as specified in the technical sections and in Division
1- General Requirements.
a. Name, address, phone number of contractor /supplier
b. Written warranties (see 1 10)
c. Maintenance instructions.
d. Parts lists.
e. Instructions and operation manuals.
B Submit matenal prior to final application for payment. For equipment put into use with Owner's
permission during construction, submit within ten (10) days after first operation. For items of Work
delayed materially beyond Date of Substantial Completion, provide updated submittal within ten (10)
days after acceptance, fisting date of acceptance as start of Warranty period.
1 10 WARRANTIES AND BONDS
A. Manufacturer, Supplier Subcontractor Warranties Bonds
1 Provide duplicate, notarized copies executed by subcontractors, suppliers, and manufacturers.
2. Warranty to include the periods of time specified, beginning from date of substantial completion.
Warranty letter to be substantially as follows.
(Owner)
(Address)
Gentlemen.
RE. (Project)
We as Subcontractor and Contractor do hereby warrant for a period of year(s) from the date
of substantial completion that portion of the work incorporated in the project by (subcontractor) as
described below
We will remedy at our expense any defects appearing during that period due to poor or defective materials
and/or workmanship and will pay for any damage resulting from occurrence of said defects of the correction
of same.
PROJECT CLOSEOUT PROCEDURES 01770 -3
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Project Closeout Procedures
January 29 2010 100% CD's
This warranty shall not be interpreted as holding the Contractor responsible for normal wear or
any deterioration of work due to abuse of the work by the Owner
Sincerely,
Subcontractor
Contractor
1 11 FINAL CLEANING
A. Execute prior to final inspection by Owner
B Clean interior and exterior surfaces exposed to view remove temporary labels, stains, and foreign
substances, polish transparent and glossy surfaces. Clean equipment and fixtures to a sanitary condition,
clean or replace filters of mechanical equipment. Clean drainage systems and structures.
C. Clean site, sweep paved areas, rake clean other surfaces.
D Legally dispose of all debris and construction materials not retained by Owner off site.
E. Owner shall review final cleaning for approval.
Section 01770
1 12 FINAL INSPECTION
A. After final cleaning the contractor shall call for final inspection.
B The architect will provide a punch list of mcomplete or unacceptable items.
C. Once the contractor has completed the punch list corrections the contractor shall request a follow up
inspection. Any items still found incomplete or unacceptable will be corrected within 7 working days.
D The punch list correction must be completed within the contract time of completion.
E: YSee;GeneralPiovisioris 105 11(2j Firial`eInspectori..D'ate:
PART 2 PRODUCTS
Not used.
PART 3 EXECUTION
Not used.
END OF SECTION 01770
PROJECT CLOSEOUT PROCEDURES
01770 -4
Bruce Dees Associates 2010
1
1
DIVISION 2 SITE CONSTRUCTION
Section 02050 Temporary Dust Control
Section 02060 Demolition
Section 02100 Temporary Erosion Control
Section 02230 Site Clearing
Section 02232 Soils Mixes Placement
Section 02276 Modular Concrete Retaining Wall
Section 02300 Earthwork
Section 02510 Domestic Water
Section 02620 Subdrainage
Section 02630 Storm Drainage
Section 02742 Porous Asphalt Paving
Section 02751 Cement Concrete Pavement
Section 02790 Permeable Crushed Rock Base
Section 02791— Synthetic Turf
Section 02792 Plastic Lumber
Section 02810 Irrigation Systems
Section 02820 Chainlink Fencing
Section 02870 Site Furnishings
Section 02920 Lawns and Grasses
Peninsula College Synthetic Turf Soccer Fields Temporary Dust Control
January 29 2010 100% CD's Section 02050
SECTION 02050 TEMPORARY DUST CONTROL
PART 1 GENERAL
1 1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and
Division 1 Specification Sections, apply to this section.
1.2 DESCRIPTION
A. Work in this section includes dust control, including maintenance until dust control measures are
removed.
1.3 JOB CONDITIONS
A. This site is highly susceptible to wind erosion. Construct temporary erosion control measures as
necessary to prevent wind erosion on the site.
14 QUALITY ASSURANCE
A. Erosion Control Plan. A dust erosion control plan shall be prepared. The plan shall identify erosion
control measures to be used by the contractor for each phase of the construction. The dust control plan
shall employ best management policies. The site is highly susceptible to wind erosion and dust
generation. Provisions for dust control shall be in place prior to beginning any work.
PART 2 PRODUCTS
2.1 MATERIALS EROSION CONTROL MEASURES
A. Materials. As needed for each selected temporary erosion control measure.
PART 3 EXECUTION
31 SEQUENCE
A. All dust erosion control measures shall be installed prior to beginning work on the site.
3.2 CLEAN UP
A. Remove all erosion control measures upon successful establishment of permanent stabilization.
TEMPORARY DUST CONTROL
02050 -1
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Temporary Dust Control
January 29 2010 100% CD's
END OF SECTION 02050
TEMPORARY DUST CONTROL
Section 02050
02050 -2
Bruce Dees Associates 2010
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
SECTION 02060 DEMOLITION
PART 1 GENERAL
1 1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, mcluding General and Supplementary Conditions and
Division 1 Specifications, apply to this Section.
1.2 SUMMARY
A. This section includes demolition and removal of the following:
1 Asphalt and concrete as indicated.
2. Miscellaneous structures as required for new construction.
B Materials to be salvaged and/or reused.
1 See Drawings.
C. Related work in other sections include, but is not limited to:
1 Section 02100 Temporary Erosion Control.
2. Section 02230 Site Clearing.
3 Section 02300 Earthwork.
1.3 DEFINITIONS
Demolition
Section 02060
A. Remove Detach items from existing construction and legally dispose of them off -site unless indicated to
be removed and salvaged or recycled.
B Remove and Salvage. Detach items from existing construction and deliver them to Owner's
Representative.
C. Existing to Remain Existing items of construction that are not to be removed and that are not otherwise
indicated to be removed, removed and salvaged, or recycled.
14 SUBMITTALS
A. Schedule of Demolition Activities. On the project schedule, indicate detailed sequence of demolition and
removal work, with starting and ending dates for each activity and locations of temporary protection and
means of egress.
1.5 PROJECT CONDITIONS
A. Owner assumes no responsibility for structures to be demolished.
1 Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as
practical, except for removal of salvaged items by salvage contractor
DEMOLITION
02060 -1
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD s
PART 2 PRODUCTS
Not used.
PART 3 EXECUTION
31 EXAMINATION
A. When unanticipated mechanical, electrical, or structural elements are encountered, investigate and
measure the nature and extent of the element. Promptly submit a written report to the Owner's
Representative.
3.2 PREPARATION
A. Existing Utilities. Locate, identify disconnect, and seal or cap off utilities serving structures to be
demolished.
1 Arrange to shut off indicated utilities with utility companies.
2. If utility services are required to be removed, relocated, or abandoned, before proceeding with
demolition provide temporary utilities that bypass structures to be demolished and that maintain
continuity of service to other structures.
3 Cut off pipe or conduit a minimum of 2 below grade. Cap, valve, or plug and seal remaining
portion of pipe or conduit after bypassing.
B Existing Utilities: Do not begin demolition work until utility disconnecting and sealing has been
completed and verified in writing.
1 Temporary Shoring: Provide and maintain interior and exterior shoring, bracing, or structural
support to preserve stability and prevent unexpected movement or collapse of construction being
demolished.
3.3 PROTECTION
A. Existing Items to Remain. Protect trees indicated to remain against damage during demolition.
3 4 DEMOLITION GENERAL
Demolition
Section 02060
A. General. Demolish indicated existing structures and site improvements completely Use methods
required to complete the work within limitations of governing regulations and as follows.
1 Do not use cutting torches until work area is cleared of flammable materials. Maintain portable
fire suppression devices during flame cutting operations.
2. Maintain adequate ventilation when using cutting torches.
3 Locate demolition equipment and remove debris and materials so as not to impose excessive loads
on supporting walls, floors, or framing.
B Site Access and Temporary Controls. Conduct demolition and debris- removal operations to ensure
minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used
facilities.
DEMOLITION
02060 -2
Bruce Dees Associates 2010
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
1 Do not close or obstruct streets, walks, walkways, or other adjacent occupied or used facilities
without wntten permission from Owner and authorities having jurisdiction. Provide alternate
routes around closed or obstructed traffic ways if required by authorities having jurisdiction.
2. Use water mist and other suitable methods to limit spread of dust and dirt. Comply with governing
environmental- protection regulations. Do not use water when it may damage adjacent construction
or create hazardous or objectionable conditions, such as ice, flooding, and pollution.
3.5 MECHANICAL DEMOLITION
A. Equipment: Disconnect equipment at nearest fitting connection to services, complete with service valves.
Remove as whole units, complete with controls.
B Below -Grade Construction. Demolish foundation walls and other below -grade construction.
1 Remove below -grade construction including foundation walls and footings completely
C. Existing Utilities. Demolish existing utilities and below grade utility structures that are within area for
new construction including sitework. Abandon utilities outside this area.
1 Fill abandoned utility structures with satisfactory soil materials according to backfill requirements
in Section 02300 Earthwork.
3.6 EXPLOSIVE DEMOLITION
A. Explosives. Use of explosives is not permitted.
3 7 SITE RESTORATION
A. Below -Grade Areas: Rough grade below -grade areas ready for further excavation or new construction.
3.8 REPAIRS
A. General. Promptly repair damage to adjacent construction cased by demolition operations.
3.9 RECYCLING DEMOLISHED MATERIALS
A. General. Separate recyclable demolished materials from other demolished materials to the maximum
extent possible. Separate recyclable materials by type.
1 Provide containers or other storage method approved by Owner's Representative for controlling
recyclable materials until they are removed from Project site.
2. Stockpile processed materials on -site without intermixing with other materials. Place, grade, and
shape stockpiles to drain surface water Cover to prevent windblown dust.
3 Stockpile materials away from demolition area. Do not store within drip line of remaining trees.
4 Store components off the ground and protect from the weather
5 Transport recyclable materials off Owner's property and legally dispose of them.
B Recycling Incentives. Revenues, savings, rebates, tax credits, and other incentives received from
recycling building demolition materials shall accrue to Contractor
DEMOLITION
Demolition
Section 02060
02060 -3
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
3 10 DISPOSAL OF DEMOLISHED MATERIALS
A. General. Except for items or materials mdicated to be recycled, salvaged, or otherwise indicated to
remain Owner's property remove demolished materials from Project site and legally dispose of them in
an EPA approved landfill.
1 Do not allow demolished materials to accumulate on -site.
2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas.
B Burning: Do not burn demolished materials.
311 CLEANING
A. Clean adjacent structures and improvements of dust, dirt, and debns caused by building demolition
operations. Return adjacent areas to condition existmg before demolition operations began.
END OF SECTION 02060
DEMOLITION
Demolition
Section 02060
02060 -4
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Temporary Erosion Control
January 29 2010 100% CD's Section 02100
SECTION 02100 TEMPORARY EROSION CONTROL
PART 1 GENERAL
1 1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and
Division 1 Specification Sections, apply to this section.
1.2 DESCRIPTION
A. Work in this section includes temporary control, including:
1 Catch basin fabnc covers.
2. Silt fence.
3 Stabilizing construction entrance.
1.3 JOB CONDITIONS
A. Construct silt fence, stabilized construction entrance, catch basm fabric covers, and other temporary
erosion control measures as necessary to prevent erosion or siltation of the storm sewer or adjacent areas.
B Maintenance until erosion control measures are removed.
14 SUBMITTALS
A. Erosion Control Plan. An erosion control plan shall be submitted. The plan shall identify erosion control
measures to be used by the contractor for each phase of the construction. The erosion control plan shall
employ best management policies. Minimal erosion control measures to be implemented at the
commencement of construction are shown on the drawings.
PART 2 PRODUCTS
2.1 MATERIALS EROSION CONTROL MEASURES
A. See details on drawings.
B Quarry Spalls. Quarry spalls shall meet the following requirements for grading:
C. Other materials: As needed for each selected temporary erosion control measure.
TEMPORARY EROSION CONTROL
Sieve Size Passing
6' 100
3' 40 max.
3 /a 10 max.
02100 -1
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Temporary Erosion Control
January 29 2010
PART 3 EXECUTION
31 SEQUENCE
A. All silt fence and construction entrance shall be installed prior to clearing or grading the site.
3.2 CATCH BASINS
A. Insert filter fabnc covers between the frames and grates to minimize siltation of the storm sewer system.
3.3 SILT FENCE
A. Construct silt fence as detailed.
3 4 CONSTRUCTION ENTRANCE
A. Construct as detailed.
3.5 CLEAN UP
END OF SECTION 02100
100% CD's Section 02100
A. Remove all erosion control measures upon successful establishment of permanent stabilization
TEMPORARY EROSION CONTROL 02100 -2
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Site Clearing
January 29 2010 100% CD's Section 02230
SECTION 02230 SITE CLEARING
1
PART 1 GENERAL
1 1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, mcludmg General and Supplementary Conditions and
Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes the following:
1 Protecting existing trees and vegetation to remain.
2. Removing trees and other vegetation.
3 Clearing and grubbing.
1.3 MATERIALS OWNERSHIP
1 A. Except for materials mdicated to be stockpiled or to remain Owner's property cleared materials shall
become Contractor's property and shall be removed from the site.
14 SUBMITTALS
A. Photographs or videotape, sufficiently detailed, of existing conditions of trees and plantings, adjoinmg
construction, and site improvements that might be misconstrued as damage caused by site clearing.
B Record drawings according to Division 1 Section 01770 `Closeout Procedures'
1 Identify and accurately locate capped utilities and other subsurface structural, electrical, and
mechanical conditions.
1
1.5 QUALITY ASSURANCE
A. Pre- installation Conference: Conduct conference at Project site to comply with requirements in
Division 1, Section 01310 "Project Management Coordination
1.6 PROJECT CONDITIONS
A. Traffic. Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used
facilities dunng site clearing operations.
1 Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without
permission from Owner and authorities having junsdiction.
2. Provide alternate routes around closed or obstructed traffic ways if required by authorities having
jurisdiction.
B Conduct a private utility locator service for the entire area before site clearing.
SITE CLEARING 02230 -1
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
PART 2 PRODUCTS
NOT USED
PART 3 EXECUTION
31 PREPARATION
A. Protect and maintain benchmarks and survey control points from disturbance during construction.
Site Clearing
Section 02230
B Provide erosion- control measures to prevent soil erosion and discharge of soil- beanng water runoff or
airborne dust to adjacent properties and walkways.
C. Locate and clearly flag trees and vegetation to remain or to be relocated.
D Protect existing site improvements to remain from damage during construction.
1 Restore damaged improvements to their original condition, as acceptable to Owner
3.2 UTILITIES
A. Existing Utilities. Do provide temporary utility services according to requirements indicated.
1 Notify Owner's Representative not less than two days in advance of proposed utility interruptions.
2. Do not proceed with utility interruptions without Owner's written permission.
B Excavate for and remove underground utilities indicated to be removed.
3.3 CLEARING AND GRUBBING
A. Remove obstructions, trees, shrubs, grass, and other vegetation to permit installation of new construction.
Removal includes digging out stumps and obstructions and grubbing roots.
1 Do not remove trees, shrubs, and other vegetation indicated to remain or to be relocated.
2. Cut minor roots and branches of trees indicated to remain in a clean and careful manner where such
roots and branches obstruct installation of new construction.
3 Completely remove stumps, roots, obstructions, and debris extending to a depth of 18 inches below
exposed sub grade.
4 Use only hand methods for grubbing within dnp line of remaining trees.
B Fill depressions caused by clearing and grubbing operations with satisfactory soil matenal, unless further
excavation or earthwork is indicated.
1 Place fill matenal in horizontal layers not exceeding 8 -inch loose depth, and compact each layer to
a density equal to adjacent original ground.
3 4 SITE IMPROVEMENTS
A. Remove existing above and below -grade improvements as indicated and as necessary to facilitate new
construction.
B Remove slabs, paving, curbs, gutters, and aggregate base as indicated.
SITE CLEARING
02230 -2
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
3.5 DISPOSAL
END OF SECTION 02230
SITE CLEARING
Site Clearing
Section 02230
1 Unless existing full -depth joints coincide with line of demolition, neatly saw -cut length of existing
pavement to remain before removing existing pavement. Saw -cut faces vertically
A. Disposal. Unless otherwise noted, remove surplus soil material, unsuitable topsoil, obstructions,
demolished materials, and waste materials, including trash and debris, and legally dispose of them off
Owner's property
02230 -3
Bruce Dees Associates 2010
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Peninsula College Synthetic Turf Soccer Fields Soil Mixes Placement
January 29 2010 100% CD's Section 02232
SECTION 02232 SOILS MIXES PLACEMENT
PART 1 GENERAL
1 1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and
Division 1 Specification Sections, apply to this section.
1.2 SECTION INCLUDES
A. Rototilling of Subgrade.
B Placement of Topsoil.
C. Root Barrier
1.3 SUMMARY
A. Related Work in other sections of these specifications includes, but is not limited to
1 Section 02230 Site Clearing
2. Section 02810 Irrigation
3 Section 02920 Lawns Grasses
14 REFERENCES
A. ASTM D 1557 Method for Laboratory Compaction Charactenstics of Soil usmg Modified Effort.
1.5 DEFINITIONS
A. Percent Compaction. The required in -place dry density of the material, expressed as a percentage of the
maximum dry density of the same material determined by ASTM D1557 -78 test procedure.
B Soil Subgrade. The soil surface on which compost material is placed.
C. Finished Grades. The final grade elevations indicated on the Grading Drawings.
D Aesthetic Acceptance of Grades. Acceptance by the Landscape Architect in writing of the Aesthetic
Correctness of the contours as observed without a survey instrument. Aesthetic Acceptance does not
address whether an area drains properly whether the areas are at the correct elevation, or whether it has
been compacted properly
E. Acceptance: Wherever the terms "acceptance" or "accepted" are used herein, they mean acceptance of
Owner's Representative in writing.
F Grading Drawings Plans, sections, and profiles showmg finished surface grades.
SOIL MIXES PLACEMENT
02232 1
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Soil Mixes Placement
January 29 2010 100% CD's
G Elements with Fixed Elevations. Paths, paving, concrete pads, headers, footings, foundations, walls, and
other structures with fixed -spot elevations.
1.6 SUBMITTALS
A. Submit product data and one gallon sample of Type I Topsoil material. Submit m accordance with
Section 01330
B Submit product data on the root barrier
1 7 SITE CONDITIONS
A. Environmental Protection.
1 Soil Moisture Content: Do not work soil when moisture content is so great that excessive
compaction will occur nor when it is so dry that dust will form in air or that clods will not break
readily
PART 2 PRODUCTS
2.1 TOPSOIL
A. Type I Topsoil. shall be a mixture of 10% compost by volume and 90% sandy loam by volume as
defined by USDA soil texture triangle, screened through a 3/8' screen or approved equal. Compost shall
be made from ground yard waste that has first been screened through a 5/8' trammel screen. The
composting process shall include five 3 -day periods during which the compost temperature is 131 to 165
degrees Fahrenheit. The total composting time period shall be a minimum of 4 months.
B Broadcasting Equipment: Machinery which enables Contractor to evenly distribute compost material
and depths called for m plans.
C. Grading Equipment: Appropriate size and flexibility to achieve the sculptural forms, profiles, straight
slopes, and slope rounding indicated on the Grading Drawings.
PART 3 EXECUTION
31 EXAMINATION
A. Subgrade.
1 Verification. Venfy that the subgrades have been graded to within one tenth of a foot of the grades
shown on the grading Drawings.
2. Aesthetic Acceptance: Venfy that Owner's Representative has given the subgrade aesthetic
acceptance. Do not place compost material or rototill material into subgrade until Owner's
Representative has accepted subgrade for aesthetic correctness.
3 Notification of Discrepancies. Notify the Owner's Representative in writing of any discrepancies.
SOIL MIXES PLACEMENT
Section 02232
02232 2
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Soil Mixes Placement
January 29 2010 100% CD's
B Tree Planting:
1 Pre Planting Inspection. Compost material shall not be installed until a pre planting inspection has
been completed.
3.2 SURVEY REQUIREMENTS
A. Lines and Levels. Establish lines and levels, locate and lay out by instrumentation and similar
appropriate means for all planting area finish grades.
B General Staking: Provide a sufficient quantity of grade stakes as required to provide the depths of
compost material shown on the drawings.
3.3 PREPARATION
Section 02232
A. Protection of Existing Conditions.
1 General. Use every possible precaution to prevent damage to existing conditions to remain such as
structures, utilities, irrigation systems, plant materials and paving on or adjacent to the site of the
Work.
B Surface Preparation.
1 Inspection: Inspect subgrade soil for stones over one inch in diameter, sticks, oils, chemicals,
plaster concrete, and other deleterious materials.
2. Removal. Do all Work when necessary to remove the deleterious materials before and after
subgrade preparation.
3 4 PREPARING SUBGRADE
A. Plow with a rototiller or other approved equipment to the depth shown on the drawings. Note: This
Work shall occur prior to irrigation Work.
3.5 TYPE I TOPSOIL PLACEMENT
A. Place Type I Topsoil as detailed on plans.
B Spillage:
1 Take precautions to prevent spillage when haulmg on or adjacent to any public street or highway
2. In the event that spillage occurs, remove all spillage and sweep, wash, or otherwise clean such
streets or highways as required by local City County or State authorities.
C. Dust Control. Use water trucks or temporary irrigation and take all precautions needed to prevent a dust
nuisance to adjacent public or private properties.
B Erosion.
1 Correct erosion and siltation damage at no cost to the Owner
E. Settlement Repair Correct settlement within the Warranty period at no cost to the Owner
SOIL MIXES PLACEMENT
02232 3
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Soil Mixes Placement
January 29 2010 100% CD's
3.6 FINISH GRADING OPERATIONS
Section 02232
A. General. Grade with uniform slope between points where elevations are given or between such points
and existing grades, unless indicated otherwise.
B Soil Surface Tolerances.
1 Planting Areas. Bring finished soil surface to within 0 10 foot of finish grades indicated on
Grading Drawings. Grade flatter areas at tighter tolerance if required to provide positive drainage.
2. Allowances. Make proper allowances for settlement, spoils from plant pits, etc.
C. Survey Requirements.
1 Lines and Levels. Establish lines and levels, locate and lay out by instrumentation and similar
appropriate means all planting area fmish grades.
2. Staking: Provide grade stakes and string lines at a maximum 25 foot spacing or closer as required
to bnng the soil surface to the grades shown on the Grading Drawings with a smooth surface and
positive surface drainage.
D Surface Drainage:
1 Slope finish grades to drain surface water away from buildings, walks, paving, and other structures
unless otherwise indicated.
2. Slope finish grades to drain surface water to catch basins, area drains or trench drains as shown on
the Drawings.
E. Rounded Sculptural Landforms. Blade soil surface parallel with contours to achieve smooth, rounded
landforms as shown on the Grading Drawings.
F Depressions and Loose Material. Fill and compact depressions, and remove all loose material to fmish
surface true to line and grade, presenting a smooth, compacted, and unyielding surface.
G Excessive Compaction. Rip areas which become compacted more than 85 percent compaction to a 12-
inch depth, rototill and blade smooth, prior to planting.
3 7 PROTECTION
A. Erosion. Correct erosion and siltation damage at no cost to the Owner
B Settlement Repair Correct settlement within the Warranty period at no cost to the Owner
C. Drainage Keep surface of compost and topsoil material in such condition that it will drain readily and
effectively
D Materials, Tools, and Equipment: In handling matenals and operating tools and equipment, protect the
compost material from damage by laying down planks, plywood, or other accepted protective materials
where required.
E. Vehicular Traffic: Do not allow vehicles to travel in a single track. If ruts are formed, blade smooth.
F Storage of Materials. Do not store or stockpile matenals on owner provided compost material. Compost
material to be covered with plastic tarpaulins for protection from leaching.
SOIL MIXES PLACEMENT
02232 -4
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Soil Mixes Placement
January 29 2010 100% CD's
3.8 CLEANUP
A. Daily Keep all areas of Work clean, neat, and orderly at all times.
END OF SECTION 02232
SOIL MIXES PLACEMENT
Section 02232
B Final. Clean up and remove all deleterious matenals and debns from the entire Work area pnor to Final
Completion.
02232 5
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Modular Concrete Retaining Wall
January 29 2010 100% CD's Section 02276
SECTION 02276 MODULAR CONCRETE RETAINING WALL
PART 1 GENERAL
1 1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specifications Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes the following:
The furnishing of all labor materials, equipment and incidentals for construction and installation of a
modular concrete retaining wall as shown on the Construction Drawings. The work included in this
section consists of, but is not limited to the following:
1 Furnishing and placement of the leveling base.
2. Furnishing and placement of modular unit wall facing units.
B Work by others.
1 Excavation and foundation soil preparation, furnishing and placement of the drainage pipe,
drainage aggregate and backfill will be by the earthwork contractor already under contract
with the Owner
C. Reference Standards
1 ASTM C 33 Specification for Concrete Aggregates
2. ASTM C 90 Standard Specification for Load Beanng Concrete Masonry Units
3 ASTM C 140 Standard Methods of Sampling and Testing Concrete Masonry Units
4 ASTM C 150 Specification for Portland Cement
5 ASTM C 595 Specification for Blended Hydraulic Cements
6 ASTM D 4751 Standard Test Method for Apparent Opening Size
D Delivery, Material, Handling And Storage
1 Store all materials on site in such a way that no damage occurs to any of the materials.
Damaged or contaminated materials shall not be incorporated into any part of the modular
retaining wall system.
1.3 SUBMITTALS
A. Product Data. For each type of product indicated, include material description and technical
material descriptions, construction details, dimensions of individual components and profiles,
and finishes for the following:
1 Modular Concrete
MODULAR CONCRETE RETAINING WALL
02276 -1
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Modular Concrete Retaining Wall
January 29 2010
PART 2 PRODUCTS
2.1 PRODUCTS
A. Modular Concrete Retaining Wall Units.
1 Units shall have a minimum 28 days compressive strength of 3000 psi and a maximum
absorption of 10 pcf (ASTM C 140)
2. ASTM C 1262 shall be standard for areas subjected to many freeze -thaw cycles.
3 Dimensions shall be in accordance with ASTM C 140 The 100 200 units shall have a
face area of one square foot 093 sq m) and the 50 units shall have a face area of .5 square
ft. 046 sq m)
4 Capping units shall be secured by using height strength concrete adhesive. Units shall be
free of dust, dirt, and standing water before applying the concrete adhesive.
5 Concrete units shall be Cornerstone units available through Mutual Materials (253) 582=
7347 or approved equal in accordance with NCMA and ASTM standards and conform to
the NCMA Tek 2 -4
B Leveling Pad Matenal
1 5/8" minus crushed rock.
C. Corrugated Perforated Pipe and Fittings
1 See Section 02620 Subdrainage
100% CD's Section 02276
D Crushed Drain Rock
1 Clean crushed drain rock per manufacturer's recommendation.
E. Backfill
1 On Site Satisfactor Soil See Section 02300
F Geognd
1 Per manufacture' s recommendation.
PART 3 EXECUTION
3 1 SITE PREPARATION
A. The foundation soil shall be excavated or filled as required to the grades and dimensions shown
on the Construction Drawings.
B The foundation soil shall be proof rolled and examined by the Engineer to ensure that it meets
minimum strength requirements according to the design assumptions. If unacceptable
foundation soils is encountered, excavate the affected areas and replace with suitable quality
material under the direction of the Engineer
MODULAR CONCRETE RETAINING WALL 02276 -2
Bruce Dees Associates 2010
1
1
1
A. The drainage pipe shall be placed behind the leveling pad, or lower course of facing units as
1
1
1
1
1
1
1
1
1
1
1
1
Peninsula College Synthetic Turf Soccer Fields Modular Concrete Retaining Wall
January 29 2010
3.2 INSTALLING DRAINAGE SYSTEM
C. In cut situations, the native soil shall be excavated to the lines and grades shown on the
Construction Drawings and moved to a suitable location for reuse as retained soil, if applicable.
shown in the Construction Drawings.
3.3 LEVELING PAD PLACEMENT
100% CD's Section 02276
A. The leveling pad matenal shall be placed and compacted along the grades and dimensions shown
on the Construction Drawings. The minimum thickness of the leveling pad shall be 6 inches.
3 4 INSTALLATION OF MODULAR CONCRETE RETAINING WALL UNITS
A. The bottom row of retaining wall modules shall be placed on the prepared leveling pad as shown
on the Construction Drawings. Care shall be taken to ensure that the wall modules are aligned
properly level and in complete contract with the base material.
B The wall modules above the bottom course shall be placed such that the tongue and groove
arrangement provides the design batter (i.e. setback) of the wall face.
C. The wall modules shall be swept clean before placing additional levels to ensure that no dirt,
concrete, or other foreign materials become lodged between successive lifts on the wall modules.
D Check the level of the wall modules with each lift to ensure that not gaps are formed between
successive lifts that my affect the pullout resistance of geogrid reinforcement, if applicable.
E. Care shall be taken to ensure that the wall modules are not broken or damaged during handling
and placement.
3.5 DRAINAGE AGGREGATE
A. The drainage aggregate will be placed behind the retaining wall modules as detailed.
1
3 6 BACKFILL
A. Place and compact backfill per Section 02300 Earthwork.
3 7 FINISHING WALL
A. Item 3C shall be repeated until the grades indicated on the Construction Drawings are achieved.
B Cap units shall be secured to the top of the wall with a two 10 mm (3/8 in.) beads of concrete
adhesive positioned in front and behind the tongue of the last course of retaining wall units.
MODULAR CONCRETE RETAINING WALL 02276 -3
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Modular Concrete Retaining Wall
January 29 2010
C. Finish grade above the wall to direct surface water run off away from the top of the wall by the
earthwork contractor See detail. Ensure water does not pond behind the top of the retaining
wall.
3.8 CLEAN UP
100% CD's Section 02276
A. Clean up and remove from site all excess and waste materials. Clean the face and top of wall to
the satisfaction of the Engineer
END OF SECTION 02276
MODULAR CONCRETE RETAINING WALL 02276 -4
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010
SECTION 02300 EARTHWORK
PART 1 GENERAL
1 1 RELATED DOCUMENTS
100% CD's
Earthwork
Section 02300
A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and
Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes the following:
1 Grading to fmish sub grade and preparing sub grades for slabs -on- grade, walks, pavements, lawns,
and plantings.
1.3 DEFINITIONS
A. Backfill. Soil materials used to fill an excavation.
B
Borrow Satisfactory soil imported from off -site for use as fill or backfill.
C. Excavation. Removal of material encountered above sub grade elevations.
1 Additional Excavation. Excavation below sub grade elevations as directed by Owner's
Representative. Additional excavation and replacement material will be paid for according to
Contract provisions for changes in the Work.
2. Unauthorized Excavation. Excavation below sub grade elevations or beyond indicated dimensions
without direction by Owner's Representative. Unauthorized excavation, as well as remedial work
directed by Owner's Representative, shall be without additional compensation.
D Fill. Soil materials used to raise existing grades.
E. Structures. Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and
electrical appurtenances, or other man-made stationary features constructed above or below the ground
surface.
F Sub grade: Surface or elevation remaining after completing excavation, or top surface of a fill or backfill
immediately below sub base, drainage fill, or topsoil matenals.
G Utilities include on -site underground pipes, conduits, ducts, and cables, as well as underground services
within buildings.
14 SUBMITTALS
A. Samples For the following:
1 '/s cubic foot samples, sealed in airtight containers, of each proposed soil material from borrow
sources.
2. Borrow
EARTHWORK
02300 -1
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
B Material Test Reports From a qualified testing agency indicating and interpreting test results for
compliance of the following with requirements indicated.
1 Sieve analysis by a certified testing laboratory of each material specified, showing the percent
passing for each sieve size specified.
1.5 QUALITY ASSURANCE
A. Pre excavation Conference. Conduct conference at Project site to comply with requirements in
Division 1 Section 01310 "Project Management Coordination
1.6 PROJECT CONDITIONS
A. Existing Utilities. Do not interrupt utilities serving facilities occupied by Owner or others unless
permitted in writing by Owner and then only after arranging to provide temporary utility services
according to requirements indicated.
1 Notify Owner not less than two days in advance of proposed utility interruptions.
2. Do not proceed with utility interruptions without Owner's written permission.
3 Contact utility locator service for area where Project is located before excavating.
PART 2 PRODUCTS
2.1 SOIL MATERIALS
A. Satisfactory Soils. On -site soil free of rock or gravel larger than 3 inches in any dimension, debns, waste,
frozen matenals, vegetation, and other deleterious matter
B Unsatisfactory Soils: All other soils including:
1 Satisfactory soils not maintained within 2 percent of optimum moisture content at time of
compaction.
C. Borrow (WSDOT 9 -03 14) Provide borrow soil materials when sufficient satisfactory soil materials are
not available from excavations. Aggregate for gravel borrow shall consist of granular material, either
naturally occurring or processed, and shall meet the following requirements for grading and quality.
D Backfill and Fill. Satisfactory soil matenals.
EARTHWORK
All percentages are by weight.
Sieve Size Percent Passing
1 /a' square 100
'A square 25 min
U.S No. 40 40 max.
U.S No. 200 7 0 max.
Sand Equivalent 50 min.
Earthwork
Section 02300
1 If requested by the Contractor the sieve size may be increased with the approval of 'the Owner's Repre-
sentative if it is determined that larger size aggregate will be satisfactory for the specified backfillmg or
embankment construction.
02300 -2
Bruce Dees Associates 2010
1
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
PART 3 EXECUTION
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
31 PREPARATION
B Protect sub grades and foundation soils against freezing temperatures or frost. Provide protective
insulating materials as necessary
Earthwork
Section 02300
A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement,
lateral movement, undermining, washout, and other hazards created by earthwork operations.
C. Provide erosion control measures to prevent erosion or displacement of soils and discharge of soil
beanng water runoff or airborne dust to adjacent properties and walkways.
3.2 DEWATERING
A. Prevent surface water and ground water from entering excavations, from ponding on prepared sub grades,
and from flooding Project site and surrounding area.
B Protect sub grades from softening, undermining, washout, and damage by rain or water accumulation.
1 Reroute surface water runoff away from excavated areas. Do not allow water to accumulate in
excavations. Do not use excavated trenches as temporary drainage ditches.
2. Install a dewatenng system to keep sub grades dry and convey ground water away from
excavations. Maintain until dewatering is no longer required.
3.3 EXCAVATION GENERAL
A. Unclassified Excavation. Excavation to sub grade elevations regardless of the character of surface and
subsurface conditions encountered, including rock, soil materials, and obstructions.
3 4 EXCAVATION FOR STRUCTURES
A. Excavate to indicated elevations and dimensions within a tolerance of plus or minus tenth -foot (10').
Extend excavations a sufficient distance from structures for placing and removing concrete formwork, for
installing services and other construction, and for inspections.
1 Excavations for Footings and Foundations. Do not disturb bottom of excavation. Excavate by
hand to final grade just before placing concrete reinforcement. Trim bottoms to required lines and
grades to leave solid base to receive other work.
2. Excavation for Underground Mechanical or Electrical Utility Structures: Excavate to elevations
and dimensions indicated within a tolerance of plus or minus 1 inch. Do not disturb bottom of
excavations intended for bearing surface.
3.5 EXCAVATION FOR WALKS AND PAVEMENTS
A. Excavate surfaces under walks and pavements to indicated cross sections, elevations, and grades.
EARTHWORK
02300 -3
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
3.6 APPROVAL OF SUBGRADE
A. Notify Owner's Representative when excavations have reached required sub grade.
3 7 UNAUTHORIZED EXCAVATION
C. Reconstruct sub grades damaged by freezing temperatures, frost, ram, accumulated water or construction
activities, at the Contractor's expense.
Earthwork
Section 02300
B Cut Areas. After cutting to finish sub grade, proof roll sub grade at all cut areas to receive paving or
structures with heavy pneumatic -tired equipment or a 2,0001b roller to identify soft pockets and areas of
excess yielding. Do not proof roll wet or saturated sub grades.
1 Any soft cut areas identified by the Owner's Representative, and if directed by the Owner's
Representative, shall be over excavated to a depth determined by the Owner's Representative, and
the excavated material re- compacted.
2. Payment for removal and re- compaction shall be negotiated.
3 In the event the other Owner's Representative determines the existing soil to be unsuitable, the cost
for removal and replacement with borrow shall be negotiated.
A. Fill unauthonzed excavation under foundations or wall footings by extending bottom elevation of
concrete foundation or footing to excavation bottom, without altering top elevation. Lean concrete fill
may be used when approved by Owner's Representative.
1 Fill unauthorized excavations under other construction or utility pipe as directed by Owner's
Representative.
3.8 STORAGE OF SOIL MATERIALS
A. Stockpile borrow materials and satisfactory excavated soil materials. Stockpile soil materials without
intermixing. Place, grade, and shape stockpiles to drain surface water Cover to prevent windblown dust.
1 Stockpile soil materials away from edge of excavations. Do not store within drip line of remaining
trees.
3.9 BACKFILL
A. Place and compact backfill m excavations promptly but not before completing the following:
1 Surveying locations of underground utilities for record documents.
2. Inspecting and testing underground utilities.
3 Removing concrete formwork.
4 Removing trash and debris.
5 Removing temporary shoring and bracing, and sheeting.
6. Installing permanent or temporary horizontal bracing on horizontally supported walls.
3 10 FILL
A. Preparation. Remove vegetation, topsoil, debris, unsatisfactory soil materials, obstructions, and
deletenous materials from ground surface before placing fills.
B Plow scarify bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so fill matenal
will bond with existing material.
EARTHWORK 02300 -4
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010
100% CD's
Earthwork
Section 02300
C. Place and compact fill material in layers as specified to required elevations to the specified densities.
3 11 MOISTURE CONTROL
A. Uniformly moisten or aerate sub grade and each subsequent fill or backfill layer before compaction to
within 2 percent of optimum moisture content.
1 Do not place backfill or fill material on surfaces that are muddy frozen, or contain frost or ice.
2. Remove and replace, or scarify and air -dry otherwise satisfactory soil matenal that exceeds
optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight.
3 12 COMPACTION OF BACKFILLS AND FILLS
A. Place backfill and fill matenals in layers not more than 8 inches in loose depth for material compacted by
heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand
operated tampers.
B Place backfill and fill materials evenly on all sides of structures to required elevations, and uniformly
along the full length of each structure.
C. Compact soil to not less than the following percentages of maximum dry unit weight according to
ASTM D 1557
1 Under non porous pavements, scarify and re- compact top 12 inches of existing sub grade and each
layer of backfill or fill matenal at 95 percent.
2. Under porous pavement, scarify and re- compact top 6 inches below sub grade and compact each
layer of backfill or fill material at 95 percent.
3 Under lawn or unpaved areas, scarify and re- compact top 6 inches below sub grade and compact
each layer of backfill or fill material at 85 percent.
4 Under synthetic turf the subgrade shall be moisture conditioned to near optimum moisture content
and fine graded with tracked equipment only to provide a firm non yielding surface.
313 GRADING
A. General. Uniformly grade areas to a smooth surface, free from irregular surface changes. Comply with
compaction requirements and grade to cross sections, lines, and elevations indicated.
1 Provide a smooth transition between adjacent existing grades and new grades.
2. Cut out soft spots, fill low spots, and trim high spots to comply with required surface tolerances.
B Site Grading: Slope grades to direct water away from building pad sites and to prevent ponding. Finish
sub grades to required elevations within the following tolerances.
1 Lawn or Unpaved Areas: Plus or minus 1 tenth foot (10')
2. Pavements. Plus or minus .05
3 Walks Plus or minus 1 tenth foot (10')
4 Athletic Fields. Plus (0.00) minus (0.05)
3 14 FIELD QUALITY CONTROL
A. Testing Agency. Owner will engage a qualified independent geotechnical engineering testing agency to
perform field quahty control testing.
EARTHWORK
02300 -5
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
Earthwork
Section 02300
B Allow testing agency to inspect and test sub grades and each fill or backfill layer Proceed with
subsequent earthwork only after test results for previously completed work complies with requirements.
C. Footing Sub grade. At footing sub grades, at least one test of each soil stratum will be performed to
verify design bearing capacities. Subsequent verification and approval of other footing sub grades may
be based on a visual comparison of sub grade with tested sub grade when approved by Owner's
Representative.
D Testing agency will test compaction of soils in place according to ASTM D 1556, ASTM D 2167
ASTM D 2922, and ASTM D 2937 as applicable. Tests will be performed at the following locations and
frequencies.
1 Paved Areas. At sub grade and at each compacted fill and backfill layer at least one test for every
2,000 sq. ft. or less of paved area, but in no case fewer than three tests.
2. Trench Backfill. At each compacted initial and final backfill layer at least one test for each 150
feet or less of trench length, but no fewer than two tests.
E. When testing agency reports that sub grades, fills, or backfills have not achieved degree of compaction
specified, scarify and moisten or aerate, or remove and replace soil to depth required, re- compact and
retest until specified compaction is obtained.
315 PROTECTION
A. Protecting Graded Areas. Protect newly graded areas from traffic, freezing, and erosion. Keep free of
trash and debris.
B Repair and reestablish grades to the specified tolerances where completed or partially completed surfaces
become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations
or weather conditions.
1 Scarify or remove and replace soil material to depth as directed by Owner's Representative;
reshape and re- compact.
C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with
additional soil material, compact, and reconstruct surfacing.
1 Restore appearance, quality and condition of fmished surfacing to match adjacent work, and
eliminate evidence of restoration to the greatest extent possible.
3 16 DISPOSAL OF SURPLUS AND WASTE MATERIALS
A. Disposal. Unless otherwise specified, remove surplus satisfactory soil and waste material, including
unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property
317 BORROW
A. The Contractor shall be responsible for determining quantities of cut and fill. In the event there is
insufficient on -site fill material, use import borrow The cost for import borrow shall be incidental to the
lump sum contract pnce.
END OF SECTION 02300
EARTHWORK
02300 -6
Bruce Dees Associates 2010
1
1
1
1
1
1.2 SUMMARY
1
1
1
1
1
1
1
1
1
1
1
1
1
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
SECTION 02510 DOMESTIC WATER
PART 1 GENERAL
1 1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and
Division 1 Specification Sections, apply to this Section.
A. This Section includes domestic water and connection to a water meter
B Related Sections include the following:
1 Division 2, Section 02300 `Earthwork'
2. Division 2, Section 02870 `Site Furnishings'
1.3 QUALITY ASSURANCE
B The Owner or the Owner's authorized agent shall notify the City Inspector of a person who can be
contacted regarding problems dunng construction on a 24 -hour basis.
14 SUBMITTALS
A. Submit product data for the following:
1 Pipe
2. Fittings
3 Valves
4 Valve Boxes
DOMESTIC WATER
Domestic Water
Section 02510
A. All workmanship and materials shall be in accordance with the latest `English' unit edition of the
Standard Specifications for Road, Bridge, and Municipal Construction (WSDOT /APWA) The Standard
Specifications, except as they may be modified or superseded by the City of Bellevue Standards and these
plans, shall govern all phases of work.
C. Call underground locate line at 1- 800 -424 -5555 a minimum of 72 hours pnor to any excavations. Retain
a private locate service to locate utilities within the project site.
D Before any construction or development activity a pre- construction meeting must be held between the
Contractor the City's Inspector and other appropnate parties.
02510 -1
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
PART 2 PRODUCTS
2.1 GENERAL
A. All materials shall be new and undamaged. The same manufacturer of each item shall be used throughout
the work.
B Where reference is made to other specifications, it shall be the latest revision of the time of construction,
except as noted on the plans or herein.
C. All materials not specifically referenced shall comply with applicable sections of ANSI, ASTM, AWWA,
or the APWA/WSDOT Standard Specifications.
2.2 VALVE BOXES
A. Valve boxes shall be Carson 14 x 19'
2.3 DOMESTIC WATER METER
A. Not required.
2.4 SERVICE PIPE
A. Service lines shall be two -inch iron pipe size, minimum 200 p.s.i. SDR 9 poly pipe high MOL plastic as
manufactured by Phillips Drisco pipe.
B All brass conforms to AWWA Standard C800 -89 (ASTM B -62, UNS No. C83600- 85- 5 -5 -5) as
manufactured by the Ford Meter Box Company Inc. (219) 563 -3171
2.5 BEDDING MATERIAL
Domestic Water
Section 02510
A. Pipe bedding shall consist of crushed, processed, or naturally occurring granular material. It shall be
essentially free from various types of wood waste or other extraneous of objectionable materials. It shall
have such characteristics of size and shape that it will compact readily and shall meet the following
specifications for grading and quality
DOMESTIC WATER
Sieve Size Percent Passing
1 square 100
'/a square 25 -80
U.S No 200 15 0 max.
Sand Equivalent 35 Min.
All percentages by weight.
02510 -2
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
2.6 TRENCH BACKFILL
A. Trench back fill shall be excavated native matenal. Suitable native material shall be free from mud,
muck, organic matter broken pavement, rocks greater than 6' dimension, and other deletenous material,
and must be capable of compaction to the required density at the time of placement. If the native material
cannot be readily compacted to the specified density on Bank Run Gravel shall be utilized and any
insufficiently compacted native material shall be removed and replaced with Bank Run Gravel.
2.7 VALVES
A. Valves shall be as shown on drawings.
2.8 DRINKING FOUNTAINS
A. Drinking Fountain (Outdoor Handicapped with jug filler).
1 MDF Model 440SM with optional jug filler with dark green color powder coated finish, vandal-
resistant anti -squirt bubbler, stainless steel receptor, front mounted push- button valve and self
closing jug filler Provide with stainless steel vandal resistant screws for access panels and vandal
resistant nuts for mounting plate. Manufactured by Most Dependable Fountains, 1- 800 -552 -6331
2. Provide chrome- plated acorn nut caps on all ground mount nuts.
3 Isolation valve shall be i/s Cxc Hd Stop Valve 105583HC by Mueller Industries.
4 Stop and waste valve shall be i/2 Cxc S &W Valve 105683HC by Mueller Industries.
2.9 DETECTABLE MARKING TAPE
A. Shall be detectable, 3' wide, blue color reading `Caution, Potable Water Line Buried Below'
Manufactured by Christy Enterprises, (800) 258 -4583 or approved equal.
B Place as detailed.
2.10 TRACE WIRE
A. Trace wire shall be 12 -gauge solid copper wire.
PART 3 EXECUTION
31 GENERAL
Domestic Water
Section 02510
A. The City Inspector must be notified at least 24 hours prior to commencing construction. Installation of all
water main pipe and appurtenances, including placement and compaction of bedding and backfill, shall
occur only when an authorized representative of the City is present to directly observe the work. All costs
of such inspection shall be paid by the Contractor No Part of the water system shall be put into use until
the City has completed its normal inspections and has concluded that the work is acceptable. The City
Inspector may waive this requirement on a case -by -case basis if continued evidence of sound construction
practice by the Contractor so warrants. In any event, installations, which do not meet the requirements of
these standards, shall be removed and replaced at the Contractor's sole expense.
DOMESTIC WATER
02510 -3
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
If, after the Contractor has given the City Inspector the required 24 -hour notification pnor to commencing
construction and after a preconstruction conference has been held with the City where the Contractor has
clearly defined the waterline construction schedule and if the City's inspector or representative is absent
form the site during the time the Contractor has scheduled construction of the waterline, then such ab-
sence shall constitute the City's waiver of the requirement.
3.2 EXISTING UTILITIES
Domestic Water
Section 02510
B No connection to the existing mains will be allowed except by means of an approved backflow prevention
device prior to satisfactory flushing, testing, disaffection, and receipt of satisfactory bacteriological test
results.
A. When utility services occupy the same space as the new water service, the Contractor shall do all
necessary excavation to fully expose such services. The Contractor shall protect said services and work
around them during excavating and pipe laying operations. The Contractor shall be responsible for all
damages to the services due to his operation and shall immediately notify the engineer and arrange for
replacement of all damaged services.
B In the event of conflicts the contractor shall remove and restore existing catch basin connections, inlet
connections, drains, side sewers, inlets, and other sewerage and drainage facilities. All restoration shall
be constructed to City of Bellevue standards.
3.3 TRENCH EXCAVATION AND BACKFILL
A. Trench excavation and backfill shall conform to the requirements of Section 7 10 of the Standard
Specifications except as modified herein and by the Standard Plans.
B Backfill shall be placed in lifts not to exceed 12 inches in loose depth, and each lift shall be mechanically
compacted to the following densities.
1 Along and over the pipe to a depth of one foot above the crown of the pipe 90 percent of
maximum density
2. Above one foot above the crown of the pipe in unimproved areas 90 percent of maximum
density
3 Above one foot above the crown of the pipe in areas to be paved (roadway and/or sidewalk) 95
percent of maximum density
C. Compaction of trench backfill material shall be accomplished with mechanical tampers, vibratory
compactors, or other equipment suitable to the characteristics of the soils. Water settling shall not be
employed. The use of compaction equipment directly over the pipe shall be controlled and limited m
accordance with installation instruction and recommendation provided by the manufacturer of the pipe.
D In -place density testing of compacted backfill matenal shall be in accordance with ASTM D 1556 (sand
cone device) or ASTM D2922 (nuclear density gauge). Laboratory maximum density testing or fill
material shall be performed m accordance with ASTM D 1557
E. A mimmum of one compaction test is required for each 200 feet of trench or as directed by the City
Inspector Trenches failing the required test shall have the backfill removed, replaced, and re- compacted.
Compaction testing shall be done only by an approved testing laboratory at the contractor's expense All
test results and analysis shall be promptly given to the City Inspector The City reserves the right to
contract with an independent testing laboratory for testing of trench backfill.
DOMESTIC WATER 02510 -4
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
Domestic Water
Section 02510
F When, after excavating for pipes to the foundation level, the insitu material at the bottom of the trench is
determined by the City Inspector to be unsuitable, excavation shall be continued to such additional depth
as may be required by the City Inspector Unsuitable foundation material shall be replaced with
foundation gravel conforming to Section 9 -03 17 of the Standard Specifications.
G Shoring: The requirements of the Occupational Safety and Health Act (OSHA) and the Washington
Industrial Safety and Health Act of 1973 (WISHA) shall apply to all excavation, trenching, and ditching
operations on this project. All trenches over four feet (4 in depth shall be shored, braced, and shielded
in compliance with applicable Federal AND /OR State regulations. Shoring, bracing, or shielding shall be
required in all street area excavations, including those areas where all existing pavement is being
removed. Sloping to the angle of repose will be permitted only in non critical, off street areas.
Shoring and cribbing of excavation and trenches shall be provided in accordance with the provisions of
Section 2 -09 of the Standard Specifications.
The shoring system shall be a commercial available shoring system designed for the depths anticipated
on the project. The shoring system shall meet all requirements of the Washmgton State Safety and
Health Act (WISHA) and United States federal Occupational Safety and Health Act (OSHA)
3 4 VALVE INSTALLATION
A. Valves shall be set with the stems vertical. The axis of the valve box shall be common with the projected
axis of the valve stem. The tops of the adjustable valve boxes shall be set to the existing or established
grade, whichever is applicable.
B The valve box shall be placed over the valve or valve operator in such a manner that the valve box does
not transmit shock or stress loads to the valve. The lower casting of the unit shall be installed in such a
manner as to be supported by a minimum backfill of not less than two inches in thickness. The casting
shall not rest directly upon the body of the valve or upon the water main. Use 5' cast iron soil pipe for
extension of valve boxes.
3.5 PIPE AND FITTINGS
A. Connect to domestic service line as shown on plans.
B Pipe installation for waterline.
l Cover of pipe shall be 24 inches mrnrmum from top of pipe to finish grade. Adjustment m depth to
avoid conflicts with other utilities shall be accomplished by deflecting the pipe in conformance
with manufacturer's recommendations. The Contractor shall lay the pipe at grades, which limit
high points in the waterline to the specific locations indicated on the construction plans.
3.6 HYDROSTATIC TESTS
A. The waterline pipes shall be disinfected and tested before being placed in service. All pumps, gauges,
plugs, saddles, corporation stops, miscellaneous hose and piping, and measunng equipment necessary for
performing the test shall be furnished, installed and operated by the contractor The section to be
disinfected shall be thoroughly flushed at maximum flow pnor to chlorinating.
B Testing and disaffection shall take place after all underground utilities are installed and compaction of the
trench section is complete.
DOMESTIC WATER 02510 -5
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
C. Pipelines shall be backfilled sufficiently to prevent movement of the pipe under pressure.
D Waterline and appurtenances shall be pressure tested in accordance with Section 7 -11.3 (11) of the
Standard Specifications.
E. Lines and appurtenances shall be disinfected when being tested. Dismfection shall be performed in
accordance with 7 11.3 (12) E through 0 of the Standard Specifications.
3 7 SERVICE CONNECTION
Domestic Water
Section 02510
A. Included, as apart of the service connection shall be the adjusting of the box complete with a lid, set flush
with the proposed finished grade. Upon completion of each service line as indicated herem, the
Contractor shall flush the service line to remove debris and further venfy that the service line has full
pressure to the connection.
3.8 WATER METER
A. Existing.
3.9 DRINKING FOUNTAINS AND GROUND HYDRANTS
A. Drinking fountains and ground hydrants shall be mounted in accordance with the manufacturer's
instructions and as detailed and onented as shown on the plans.
END OF SECTION 02510
DOMESTIC WATER
02510 -6
Bruce Dees Associates 2010
Peninsula College Synthetic Tuf Soccer Fields
January 29 2010 100% CD's
SECTION 02620 SUBDRAINAGE
PART 1 GENERAL
1 1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and
Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes subdrainage systems for the following:
1 Athletic Fields.
1.3 DEFINITIONS
A. HDPE. High- density polyethylene.
B PE. Polyethylene.
14 SUBMITTALS
A. Product Data. For drainage conduit, drainage panels, and geotextile fabrics.
1 HDP pipe and fittings.
2. Perforated polyethylene pipe (PP) and fittings.
3 Drainage aggregate.
4 Prefabricated tees.
5 Geotextile fabric
B Submit composite data sheets on all materials. See Part 2 `Sampling of Permeable Matenals' for
submittal requirements.
PART 2 PRODUCTS
2.1 GENERAL
A. All materials used in the drainage system shall be new and of the type specified.
2.2 POLYETHYLENE PIPE AND FITTINGS
A. Perforated polyethylene pipe (PP) shall be virgin polyethylene, coiled, corrugated drain tubing,
manufactured in accordance with ASTM F-405 Standard Specifications for Corrugated Polyethylene
Tubing and Fittings.
SUBDRAINAGE
Subdrainage
Section 02620
02620 -1
Bruce Dees Associates 2010
Peninsula College Synthetic Tuf Soccer Fields
January 29 2010 100% CD's
B Pipe shall be flexible with circumferential ribbing for maximum strength. For perforated pipe (PP) the
perforation shall be a minimum of three rows at 120 degree angles. Perforations shall be of the saw -cut'
variety or of sufficiently small circular holes to not permit passage of pea gravel.
C. Fittings shall be of the same manufacture as the pipe and shall be of the snap -on type.
D Lengths of tubing shall be joined by split couplings. Tape for wrapping of split couplings shall be
polyethylene matenal.
E. Corrugated perforated pipe and corrugated pipe shall be Advance Drainage System (ADS) or approved
equal.
2.3 HIGH DENSITY POLYETHYLENE PIPE (HDP) AND Ff1 °1INGS
A. HDP dram pipe and fittings shall be High Density Polyethylene (HDP) conforming to ASTM F405
Standard Specifications for Corrugated Polyethylene Tubing and Fittings. HDP pipe shall be AASHTO
M252, Type S smooth intenor, corrugated exterior pipe, N -12, manufactured by Advanced Drainage
Systems, Hi -Q pipe as manufactured by Hancor Inc. or approved equal. Fittings shall be of the same
manufacture as the pipe and shall be of the snap -on type. Lengths of tubing shall be joined by split
couplings.
2.4 CATCH BASINS
A. See Section 02630 `Storm Drainage
2.5 NONWOVEN GEOTEXTILE
A. Synthetic Industnes 311 or approved equal, meetmg or exceeding mullen burst of 220 psi (ASTM -D-
37866), trapezoidal tear of 40 lbs. (ASTM D -4533) and a puncture strength of 65 lbs. (ASTM D- 4833).
2.6 DRAINAGE AGGREGATE
A. All aggregate used in the drainage and trench infiltration shall be pea gravel, washed, per the following:
1 Pea Gravel
B Drainpipe aggregate gravel shall be used as the envelope around the corrugated polyethylene drain piping
from the bottom of the pipe trench to the level of the existing native material subgrade.
SUBDRAINAGE
Sieve Size Passing
#1/2 100%
#3/8 95 -100%
#5/16 80 -90%
#114 10 -50%
#4 1 10%
#8 0 -1%
Subdrainage
Section 02620
02620 -2
Bruce Dees Associates 2010
Peninsula College Synthetic Tuf Soccer Fields
January 29 2010 100% CD's
2.7 SAMPLING OF PERMEABLE MATERIALS
Subdrainage
Section 02620
A. Prior to the importation of any of the permeable materials, the Contractor shall provide the Owner with a
V2 cubic foot sample and with a certified test lab report of the sieve analysis of the product listing
compliance with the same sieve sizes specified. Owner shall be the final determining factor in
establishing compliance with sieve requirements. No material shall be brought onto the job site until the
initial sieve analysis has been approved by the Owner, in writing. The testing laboratory shall be an
independent, professional laboratory approved by the Owner
B During the course of importation of the permeable materials, the Contractor shall be responsible for
continually checking the materials to insure that they contmue to meet the Specifications. Failure to do so
may require that the Contractor remove non qualifying material from the site at his own cost. The Owner
will have the option to take random samples for testing at their own laboratory In the event that any
sample taken and tested by the Owner reveals that non qualifying material is being imported, the
Contractor shall cease all importation until the Owner is assured that the Contractor is meeting the
specifications. In the event that the Owner's sieve analysis and the Contractor's sieve analysis are at
variance, and either analysis reveals the matenal to be non complying, the Contractor shall be responsible
for obtaining the services of a third party professional testing laboratory which, in turn shall analyze
samples selected by the Owner Such analysis shall be turned over to the Owner for resolution.
C. The certified test lab reports required in paragraph above, shall be submitted by the Contractor as early as
possible to avoid potential delays in the Contract due to sample rejections.
PART 3 EXECUTION
3 1 FINISH SUBGRADE
A. Verify that the subgrade depths are correct and as shown on the drawings. Tolerance of subgrade See
Section 02300 Earthwork. Subgrade must be in a smooth, even condition prior to trenching.
3.2 TRENCHING
A. Excavation. Trenches shall be cut with smooth sides, no less width than as shown on the drawings. All
trench spoils removed from the under drained areas may be used as fill in other on -site areas. In the event
that the trench has been over excavated, the Contractor may correct the cut by use of the gravel filler
matenal, as long as the invert elevations of the drainpipe and the minimum gravel filter blanket are as
specified. All trenches shall have loose matenal removed form the trench bottom before any geotechnical
fabric and bedding gravel shall be placed. Trench bottom shall be smooth and compact and to the grade
specified.
B Trench Maintenance: All trenches shall be maintained with vertical sides and without loose or sloughed
materials therein, care shall be taken in placement of geotechnical fabric and gravel to ensure no
sloughing of trench sides or contamination of the gravel.
C. The Contractor shall not dnve rubber tired vehicles across excavated trenches unless trenches are bndged
with i/2 steel sheeting (approximately 4 x 8 size) Dunng delivery of matenals, trucks shall be guided
by a field worker to ensure no trenches are crossed without protection.
D All excavations over four feet (4 deep shall be in conformance with WISHA shonng regulations and
2008 Standard Specifications (WSDOT), Section 7 17.3(1).
SUBDRAINAGE 02620 -3
Bruce Dees Associates 2010
Peninsula College Synthetic Tuf Soccer Fields
January 29 2010 100% CD's
3.3 GEOTECHNICAL FABRIC
A. Verify that the trenches and subgrade are properly graded, cleaned, and compacted.
B Place geotechnical fabnc as detailed avoiding damage or sloughing of trench sides.
C. Overlap fabnc 12' with the up slope piece over the down slope piece.
3 4 PEA GRAVEL ENVELOPE
A. Pea gravel shall be placed m properly graded and approved trenches for the drainpipe with lures and
grades per the plans. The gravel shall be carefully placed on the clean and graded trench bottom and
brought to the appropriate level, no less than 2 at any point. The drainpipe shall be placed on the
bedding and the balance of the filler gravel shall be placed on the pipe and brought up to finish subgrade
level. Gravel shall be placed along the sides of the pipe and the top of the pipe with the pipe held in place
to prevent vertical or lateral displacement by the fluid effort of the gravel.
3.5 POLYETHYLENE PIPE INSTALLATION
A. Polyethylene drainpipe shall be uncoiled and cut to length and then permitted to remain in the uncoiled
position until excessive set induced by coilmg is relieved. Pipe shall be laid on the bed to grade and held
to prevent displacement. Pipe shall be end capped at the ends. Pipe shall be coupled with snap -on
couplings to ensure locking of the couplings and shall be wrapped with two wraps of polyethylene tape
(one tape width)
3.6 HIGH DENSITY POLYETHYLENE PIPE INSTALLATION
A. Install piping beginning at low points of system, true to grades and alignment indicated, with unbroken
continuity of invert. Bed piping with full bearing in drainage aggregate. Install couplings according to
manufacturer's written instructions and other requirements indicated.
END OF SECTION 02620
SUBDRAINAGE
Subdrainage
Section 02620
02620 -4
Bruce Dees Associates 2010
1
1
1
1
1.2 SUMMARY
1
1
1
1
1
1
1
1
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
SECTION 02630 STORM DRAINAGE
PART 1 GENERAL
1 1 RELATED DOCUMENTS
Storm Drainage
Section 02630
A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and
Division 1 Specification Sections, apply to this Section.
A. This Section includes site storm drainage and connection to an existing storm sewer manhole at the
northwest corner of the site.
B Related Sections include the following:
1 Division 2, Section 02620 `Subdrainage
1.3 DEFINITIONS
A. PVC: Polyvinyl chloride plastic.
14 PERFORMANCE REQUIREMENTS
A. All workmanship and materials shall be in accordance with the latest `English unit edition of the
Standard Specifications for Road, Bridge, and Municipal Construction (WSDOT /APWA). The Standard
Specifications, except as they may be modified or superseded by the City of Bothell Standards and/or
these plans, shall govern all phases of work.
B Fees and Permits. Obtain and pay for all required permits for work under this section.
1.5 SUBMITTALS
A. Submit composite data sheets on all manufactured materials including:
1 Pipe
2. Catch Basins
3 Frame and Grates
4 Control Structure
B Submit samples and certified test results on bedding.
STORM DRAINAGE
02630 -1
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
PART 2 PRODUCTS
2.1 PIPING
A. PVC Sewer Pipe and Fittings
1 PVC Sewer Pipes and Fittings, NPS 15 and Smaller ASTM D 3034 SDR 35 for solvent
cemented joints.
2.2 CATCH BASINS
A. Catch Basins.
1 Type I WSDOT Std. Plan B -1 unless otherwise indicated on drawings.
2. Type II WSDOT Std. Plan B -le unless otherwise indicated on the drawings.
2.3 GRATES AND FRAMES
A. Solid Rectangular Cover WSDOT Standard Plan B- 30.20 -00 (lockable)
B Round Cover- WSDOT Standard Plan B -30 70 -00 flange up MH ring and cover bolt lid frame with 3-
5/8' x 1 1/4 SKTHD cap screw
2.4 PIPE BEDDING
A. Pipe bedding shall consist of crushed, processed, or naturally occurring granular material. It shall be
essentially free from various types of wood waste or other extraneous of objectionable materials. It shall
have such characteristics of size and shape that it will compact readily and shall meet the following
specifications for grading and quality-
2.5 TRENCH BACKFILL
A. Trench backfill shall be excavated native matenal. Suitable native matenal shall be free from mud, muck,
organic matter broken pavement, rocks greater than 6' dimension, and other deleterious material, and
must be capable of compaction to the required density at the time of placement. If the native material
cannot be readily compacted to a specified density Bank Run Gravel shall be utilized and any
insufficiently compacted native matenal shall be removed and replaced with Bank Run Gravel.
2.6 CONTROL STRUCTURE
A. See Drawings.
STORM DRAINAGE
Sieve Size Percent Passins
1 square 100%
'/a square 25 -80%
U.S No. 200 15.0 Max.
Sand Equivalent 35 Min.
Storm Drainage
Section 02630
02630 -2
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
PART 3 EXECUTION
Storm Drainage
Section 02630
31 GENERAL
A. Call underground locate line at 1- 800 -424 -5555 a minimum of 72 -hours prior to any excavations.
B Before any construction or development activity a preconstruction meeting must be held between the
Contractor the City's Inspector, and other appropnate parties.
C. The City's Inspector must be notified at least 24 -hours prior to commencing construction. No part of the
drainage system shall be put into use until it has been inspected by the City The City may waive this
requirement on a case -by -case basis if continued evidence of sound construction practice by the
Contractor so warrants. In any event, installations which do not meet the requirements of these standards
shall be removed and replaced at the Contractor's sole expense.
3.2 EXCAVATIONS
A. Trench Excavation and Backfill.
1 The maximum permissible trench width between the foundation level and up to 12 inches above
the pipe shall be 40 inches for pipe 15 inches or smaller inside diameter or 1 -1/2 times the inside
diameter plus 18 inches for pipe 18 inches or larger If the maximum trench width is exceeded
without written authorization of the City the Contractor will be required to provide pipe of higher
strength classification or to provide a higher class of bedding, as required by the City
2. Back fill shall be placed in lifts not to exceed 12 inches in loose depth, and each lift shall be
mechanically compacted to the following densities.
a. Along and over the pipe to a depth of one foot above the crown of the pipe— 90 percent of
maximum density
b Above one foot above the crown of the pipe in unimproved areas 90 percent of maximum
density
c. Above one foot above the crown of the pipe in areas to be paved (roadway and/or sidewalk)
95 percent of maximum density
3 Compaction of trench backfill matenal shall be accomplished with mechanical tampers, vibratory
compactors, or other equipment suitable to the characteristics of the soils. Water settlmg shall not
be employed. The use of compaction equipment directly over the pipe shall be controlled and
limited in accordance with installation instructions and recommendations provided by the
manufacturer of the pipe.
4 In -place density testing of compacted backfill material shall be in accordance with ASTM D1556
(sand cone device) or ASTM D2922 (nuclear density gauge) Laboratory maximum density testing
of fill material shall be performed in accordance with ASTM D 1557
5 A minimum of one compaction test is required for each 200 feet of trench or as may be directed by
the City Trenches failing the required test shall have the backfill removed, replaced, and
recompacted. Compaction testing shall be done only by an approved testing laboratory at the
Contractor's expense. All test results and analyses shall be promptly given to the City Inspector
The City reserves the nght to contract with an independent testing laboratory for testing of trench
backfill. This testing shall also be done at the Contractor's expense.
6. When, after excavating for pipes to the foundation level, the material remaining in the trench is
unsuitable, as determined by the City Inspector excavation shall be continued to such additional
depth as may be required by the City Inspector Unsuitable foundation material shall be replaced
with foundation gravel conforming to Section 9 -03 17 of the Standard Specifications.
STORM DRAINAGE
02630 -3
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
7 The Contractor shall furnish, install, and operate all necessary equipment to keep excavations
above the foundation level free from water during construction, and shall dewater and dispose of
the water so as not to cause injury to public or private property or nuisance to the public
8 Sufficient pumping equipment in good working condition shall be available at all times for all
emergencies, including power outage, and shall have available at all times competent workmen for
the operation of the pumping equipment.
3.3 PIPE BEDDING
A. Bedding shall be placed to a minimum depth of 6 inches under the barrel of the pipe and up to the
following levels.
1 PVC high- density polyethylene and corrugated polyethylene pipe one (1) foot above the crown of
the pipe.
3 4 SHORING
A. The requirements of the Occupational Safety and Health Act (OSHA) and the Washington Industrial
Safety and health Act of 1973 (WISHA) shall apply to all excavation, trenching, and ditching operations
on this project. All trenches over four (4) feet m depth shall be shored, braced, and shielded in
compliance with applicable Federal and/or State regulations. Shoring, bracing, or shielding shall be
required in all street area excavations, including those areas where all existing pavement is being
removed. Sloping to the angle of repose will be permitted only in non critical, off street areas.
B Shoring and cribbing of excavations and trenches shall be provided in accordance with the provisions of
Section 2 -09 of the Standard Specifications.
C. The shoring system shall be a commercially available shoring system designed for the depths anticipated
on the project. The shoring system shall meet all requirements of the Washington State Safety and Health
Act (WISHA) and United States Federal Occupational Safety and Health Act (OSHA)
3.5 PIPE LAYING
A. Pipe laying shall comply with the Standard Specifications (WSDOT).
3.6 CATCH BASINS AND CONTROL STRUCTURE
A. Place the base section on the prepared bedding so as to be fully and uniformly supported m true
alignment, making sure that all entenng pipes can be inserted on proper grade and alignment.
C. Precast sections shall be placed and aligned to provide vertical sides.
Storm Drainage
Section 02630
B All lift holes and all joints between precast elements shall be thoroughly wetted and then be completely
filled with mortar, smoothed and pointed both inside and out, to ensure watertightness with brushed
fmish.
D The Contractor shall construct structures of the type specified on the project drawings so as to provide
adjustment space for setting frames and covers to a finished grade. Frame and cover shall be installed and
adjusted in accordance with Standard Specifications.
STORM DRAINAGE
02630 -4
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
3 7 TESTING
A. Testing
1 The storm drain system will be inspected by the City Any departures from the best construction
practices, such as pipeline misalignment, presence of foreign matter in the catch basins or manhole,
poor manhole or catch basin construction, etc. shall be corrected.
2. Continuous poor construction practice shall be cause to require complete testing of the storm drain
system in accordance with Section 7 -04 of the Standard Specifications.
3.8 CLEANING
A. Cleaning shall comply with Standard Specifications (WSDOT), Section 7 -17.3 (4)
END OF SECTION 02630
STORM DRAINAGE
Storm Drainage
Section 02630
02630 -5
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Porous Asphalt Paving
January 29 2010 100% CD's Section 02742
SECTION 02742 POROUS ASPHLAT PAVING
PART 1 GENERAL
1 1 RELATED DOCUMENTS
A. Drawings and General Provision of the Contract, including General and Supplementary Conditions and
Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This section includes.
1 Porous asphalt paving.
2. Base course.
B Standard Specifications Related work in other sections include, but is not limited to
1 Section 02300 Earthwork.
2. Section 02790 Permeable Crushed Rock Base for Synthetic Turf System
1.3 QUALITY ASSURANCE
A. Asphalt Contractor to attend a pre construction conference with the General Contractor and Landscape
Architect prior to mobilizing for paving.
B Unless otherwise specified herein, requirements for Class B asphalt pavement contained in the 2008
`Standard Specification for Road, Bridge, and Municipal Construction," prepared by the Washington
State Department of Transportation (WSDOT) applies to porous asphalt pavement.
14 REFERENCE STANDARDS
A. Standard Specifications. All construction shall be in accordance with the latest edition of the `Standard
Specification for Road, Bridge, and Municipal Construction, prepared by the Washington State
Department of Transportation (WSDOT) and the Amencan Public Works Association, Washington State
Chapter
1.5 SUBMITTALS
A. Provide the following submittals prior to installation.
1 Provide composite data sheets for
a. Soil sterilant.
b Porous asphalt.
2. Provide cubic foot sample and sieve analysis from a certified testing laboratory listing the
percent passing the sieve sizes shown for all porous asphalt aggregates.
POROUS ASPHALT PAVING
02742 1
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Porous Asphalt Paving
January 29 2010 100% CD's Section 02742
PART 2 PRODUCTS
2.1 POROUS ASPHALT AGGREGATE
A. General.
1 Aggregate to be open graded, fractured, friction course.
2. To ensure free drainage, material to be clean with two (2) maximum fines.
3 Material to be a minimum of 75% fractured with at least one fractured face by mechanical means
on each individual particle larger than '4'
B Gradation.
1 Aggregate to meet the following particle size limitations.
Sieve Size Passine by Weight
100
3/8' 95 -100
4 30 -50
8 5 -15
30
200 (wet sieve) 2 -5
2.2 POROUS ASPHALT CONCRETE PAVEMENT
A. General.
1 This mix is intended to have an acceptable balance between adequate and uniform permeability and
strength.
2. The amount of liquid asphalt used in the formulation must be precisely controlled to obtain the
desired strength while not adversely affecting the permeability
B Aggregate material to be clean, open graded as specified above.
C. Asphalt cement content shall be 5.5% by weight.
2.3 AGGREGATE BASE
A. Base Course for Porous Asphalt: Shall be the permeable rock base course (see Section 02790)
2.4 SOIL STERILANT
A. Casaron pre- emergent herbicide, or approved equal.
POROUS ASPHALT PAVING
02742 2
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Porous Asphalt Paving
January 29 2010 100% CD's Section 02742
PART 3 EXECUTION
31 SUBGRADE
A. Prepare subgrade in conformance with Section 02300 `Earthwork' Obtain approval of subgrade prior to
placing crushed rock and geotextile.
B Subgrade will be sloped as indicated on the drawings.
C. Base elevation as specified on the plans. Base course will be placed at depths required on subgrade to
achieve finished grades indicated on plans.
3.2 COMPACTION
A. No work shall be performed in this section until subgrade for the section to be paved is 100% completed
and accepted by the Owner's Representative.
B Finish subgrade shall be compacted as specified in Section 02300
C. Once subgrade elevations are achieved, contractor will keep construction vehicles and other traffic off
subgrade.
D Subgrade shall be established to within the tolerance specified in Section 02300.
3.3 SOIL STERILIZATION
A. All areas to be paved shall be sterilized with a relative apphcation of material as recommended by the
manufacturer
B Apply material immediately prior to placement of the geotextile fabric.
3 4 GEOTEXTILE FABRIC
A. See Section 02790
3.5 CONSTRUCTION REQUIREMENTS
A. Placement:
1 The mix shall be transported to the job site in clean vehicles with smooth dump beds that have been
sprayed with a non petroleum release agent. Limit the time of haul to avoid drainage of the asphalt
to the bottom of the truck bed. The mix should be covered during transportation to prevent cooling
and the formation of lumps.
2. Pavement, where possible, shall be laid utilizing a self propelled paving machine of 12 minimum
width and laser plane control.
3 Vertical joints between successive days work shall be given a light track coat of emulsified asphalt
SS -1 diluted with one part water to one part emulsified asphalt.
POROUS ASPHALT PAVING
02742 3
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Porous Asphalt Paving
January 29 2010
3.6 ROLLERS
100% CD's Section 02742
4 The top lift surface elevation, in the compacted condition, shall not deviate more than 1/8' from
specified elevations. Trueness measurement to be taken from 10' long straight edge placed in all
directions.
B Completion.
1 Upon completion of the paving and Contractor confirmation of conformance with the tolerances,
the Contractor shall notify the Owner's Representative and schedule an inspection for approval.
The Contractor shall have a laser plane system available to the Owner's Representative for the
inspections.
2. The Contractor must keep the porous asphalt free of contamination from site soil. The Contractor
shall take precautions as necessary such as washing truck tires, etc. Grading will direct water away
from asphalt dunng construction or erosion control measures will prevent sediment from reaching
pavement.
A. Roller to be tandem drum -type, static -type of a 3 -5 ton size. Maximum loading to be 2651bs. Weight per
lineal inch of drum.
B Compaction shall be commenced when the asphalt mix temperature is at a range of 200 degrees to 240
deg. F for modified AR -4000.
C. The asphalt pavement shall be rolled a minimum of two rollmgs.
D The surface shall receive a final rolling utihzing a one -ton roller to remove all roller marks and
imperfections in the surface.
3 7 SPREADING AND FINISHING
A. Compacted depth of porous asphalt pavement of any layer of any course shall not exceed .25 foot.
END OF SECTION 02742
POROUS ASPHALT PAVING
02742 -4
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Cement Concrete Pavement
January 29 2010 100% CD's
SECTION 02751— CEMENT CONCRETE PAVEMENT
PART 1 GENERAL
1 1 RELATED DOCUMENTS
1.3 DEFINITIONS
1.5 QUALITY ASSURANCE
CEMENT CONCRETE PAVEMENT
Section 02751
A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and
Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes exterior cement concrete pavement for the following:
1 Curbs
2. Miscellaneous Concrete
B Related Sections include the following:
1 Division 2, Section 02300 'Earthwork" for subgrade preparation, grading, and subbase course.
A. Cementitious Materials. Portland cement alone or in combination with one or more of blended hydraulic
cement, expansive hydraulic cement, fly ash and other pozzolans, ground granulated blast furnace slag,
and silica fume
14 SUBMITTALS
A. Product Data. Composite data sheets or each type of manufactured material and product indicated.
1 Curing Compound
B Design Mixes. For each concrete pavement mix. Include alternate mix designs when characteristics of
materials, project conditions, weather test results, or other circumstances warrant adjustments.
A. Installer Qualifications: An experienced installer who has completed pavement work similar in material,
design, and extent to that indicated for this Project and whose work has resulted in construction with a
record of successful in- service performance.
B Manufacturer Qualifications Manufacturer of ready -mixed concrete products complying with
ASTM C 94 requirements for production facilities and equipment.
1 Manufacturer must be certified according to the National Ready Mix Concrete Association s Plant
Certification Program.
C. ACI Publications Comply with ACI 301 'Specification for Structural Concrete, unless modified by the
requirements of the Contract Documents.
02751 1
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Cement Concrete Pavement
January 29 2010 100% CD's Section 02751
D Preinstallation Conference. Conduct conference at Project site to comply with requirements in Division 1
Section 'Project Meetings."
1 Require representatives of each entity directly concerned with concrete pavement to attend,
including the following:
a. Contractor's superintendent.
b Concrete subcontractor
1 6 PROJECT CONDITIONS
A. Traffic Control. Maintain access for vehicular and pedestrian traffic as required for other construction
activities.
PART 2- PRODUCTS
2.1 FORMS
A. Form Matenals. Plywood, metal, metal- framed plywood, or other approved panel -type materials to
provide full- depth, continuous, straight, smooth exposed surfaces.
1 Use flexible or curved forms for all radii.
B Form- Release Agent: Commercially formulated form- release agent that will not bond with, stain, or
adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces.
2.2 STEEL REINFORCEMENT
A. Reinforcement Bars. ASTM A 615/A 615M, Grade 60, deformed.
2.3 CONCRETE MATERIALS
A. General. Use the same brand and type of cementitious matenal from the same manufacturer throughout
the Project.
B Portland Cement: ASTM C 150, Type I or II.
C. Aggregate. ASTM C 33, uniformly graded, from a single source, with coarse aggregate as follows.
1 Maximum Aggregate Size. 3/4 inch nominal
2. Do not use fine or coarse aggregates containing substances that cause spoiling.
D Water Potable and in conformance with ASTM C 94
2.4 ADMIXTURES
A. General. Admixtures certified by manufacturer to contain not more than 0 1 percent water soluble
chloride ions by mass of cement and to be compatible with other admixtures.
B Air- Entraining Admixture: ASTM C 260
CEMENT CONCRETE PAVEMENT
02751 2
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Cement Concrete Pavement
January 29 2010 100% CD's
2.5 CURING MATERIALS
A. Moisture Retaining Cover ASTM C 171 polyethylene film or white burlap polyethylene sheet.
B Water Potable.
C. Clear Waterborne Membrane Forming Cunng Compound. ASTM C 309 Type 1, Class B
2.6 RELATED MATERIALS
Section 02751
A. Expansion and Isolation Joint Filler Strips. ASTM D 1751 asphalt saturated cellulosic fiber 3/8' thick.
1 Expansion and Isolation Joint Sealant: Not Required.
2.7 CONCRETE MIXES
A. Prepare design mixes, proportioned according to ACI 211 1 and ACI 301 for each type and strength of
normal- weight concrete determined by either laboratory trial mixes or field experience.
B Use a qualified independent testing agency for preparing and reporting proposed mix designs for the trial
batch method.
1 Do not use Owner's field quality control testing agency as the independent testing agency
C. Proportion mixes to provide concrete with the following properties.
1 Compressive Strength (28 Days) 3000 psi. Walks Misc. Concrete
2. Slump Limit- 4 inches.
D Add air- entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement
having an air content as follows.
1 Air Content: no less than 4.5% and no more than 7.5% for 3/4 -inch maximum aggregate.
2.8 CONCRETE MIXING
A. Ready -Mixed Concrete: Comply with requirements and with ASTM C 94
B Admixtures. Add admixtures within an accuracy of three percent (3 Where two or more admixtures
are used in the same batch, they shall be added separately and must be compatible. Approved admixtures
must be added at the appropriate time in strict compliance with manufacturer's directions. Concrete that
shows evidence of total collapse or segregation caused by the use of admixture shall be removed from the
site.
2.9 CRUSHED ROCK BASE
A. 5/8 minus crushed rock.
CEMENT CONCRETE PAVEMENT
02751 3
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Cement Concrete Pavement
January 29 2010 100% CD's Section 02751
PART 3 EXECUTION
3 1 SUBGRADE PREPARATION AND CRUSHED ROCK BASE
A. Verify the subgrade is correct to line and grade before beginning work.
B Proof -roll prepared subbase surface to check for unstable areas and verify need for additional compaction.
Proceed with pavement only after nonconforming conditions have been corrected and subgrade is ready to
receive pavement.
C. Remove loose material from compacted subbase surface immediately before placing crushed rock base.
B Place crushed rock base in one lift and compact.
3.2 EDGE FORMS AND SCREED CONSTRUCTION
A. Set, brace, and secure edge forms, bulkheads, and intermediate screed guides for pavement to required
lines, grades, and elevations. Install forms to allow continuous progress of work and so forms can remain
in place at least 24 hours after concrete placement.
B Clean forms after each use and coat with form release agent to ensure separation from concrete without
damage.
3.3 STEEL REINFORCEMENT
A. General. Comply with CRSI's 'Manual of Standard Practice for fabricating reinforcement and with
recommendations in CRSI's 'Placing Reinforcing Bars' for placing and supporting reinforcement.
B Clean reinforcement of loose rust and mill scale, earth, ice, or other bond reducing materials.
C. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position dunng concrete
placement. Maintain minimum cover to reinforcement.
3 4 JOINTS
A. General. Construct construction, isolation, and contraction joints and tool edgings true to line with faces
perpendicular to surface plane of concrete. Construct transverse points at nght angles to centerline, unless
otherwise indicated.
1 When joming existing pavement, place transverse joints to align with previously placed joints,
unless otherwise indicated.
B Construction Joints. Set construction points at side and end terminations of pavement and at locations
where pavement operations are stopped for more than one -half hour, unless pavement terminates at
isolation Jomts.
1 Provide preformed galvanized steel or plastic keyway- section forms or bulkhead forms with keys,
unless otherwise indicated. Embed keys at least 1 -1/2 inches into concrete.
2. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue
reinforcement through sides of pavement strips, unless otherwise indicated.
3 Provide tie bars at sides of pavement stnps where indicated.
CEMENT CONCRETE PAVEMENT
02751 -4
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Cement Concrete Pavement
January 29 2010 100% CD's Section 02751
4 Use a bonding agent at locations where fresh concrete is placed against hardened or partially
hardened concrete surfaces.
C. Isolation Joints. Form isolation joints of preformed joint filler strips abutting concrete curbs, catch
basins, manholes, inlets, structures, walks, other fixed objects, and where indicated.
1 Locate expansion joints at intervals indicated.
2. Extend joint fillers full width and depth of joint.
3 Terminate Joint filler less than 1/2 inch or more than 1 mch below finished surface if joint sealant is
indicated.
4 Furnish joint fillers in one -piece lengths. Where more than one length is required, lace or clip
joint -filler sections together
5 Protect top edge of joint filler during concrete placement with metal, plastic, or other temporary
preformed cap. Remove protective cap after concrete has been placed on both sides of joint.
D Edging: Tool edges of joints in concrete after initial floating with an edging tool to the following radius.
Repeat tooling of edges after applying surface finishes. Eliminate tool marks on concrete surfaces.
1 Radius: 1/4 inch.
3.5 CONCRETE PLACEMENT
A. Inspection. Before placing concrete, inspect and complete formwork installation, reinforcement steel, and
items to be embedded or cast m. Notify other trades to permit mstallation of their work.
B Remove snow ice, or frost from subbase surface and reinforcement before placing concrete. Do not
place concrete on frozen surfaces.
C. Moisten subbase to provide a uniform dampened condition at the time concrete is placed. Do not place
concrete around manholes or other structures until they are at the required finish elevation and alignment.
D Comply with requirements and with recommendations in ACI 304R for measuring, mixing, transporting,
and placing concrete.
E. Deposit and spread concrete in a continuous operation between transverse pmts. Do not push or drag
concrete into place or use vibrators to move concrete into place.
F Consolidate concrete by mechanical vibrating equipment supplemented by hand spading, rodding, or
tamping. Use equipment and procedures to consolidate concrete according to recommendations in
ACI 309R.
1 Consolidate concrete along face of forms and adjacent to transverse joints with an internal vibrator
Keep vibrator away from joint assemblies, reinforcement, or side forms. Use only square -faced
shovels for hand spreading and consolidation. Consolidate with care to prevent dislocating
reinforcement, dowels, and joint devices.
G Screed pavement surfaces with a straightedge and strike off Commence initial floating using bull floats
or darbies to form an open textured and uniform surface plane before excess moisture or bleed water
appears on the surface. Do not further disturb concrete surfaces before beginning finishing operations.
H. Cold- Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical
damage or reduced strength that could be caused by frost, freezing actions, or low temperatures.
1 When air temperature has fallen to or is expected to fall below 40 deg F uniformly heat water and
aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F and
not more than 80 deg F at point of placement.
CEMENT CONCRETE PAVEMENT 02751 5
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Cement Concrete Pavement
January 29 2010 100% CD' s Section 02751
2. Do not use frozen materials or materials containing ice or snow
3 Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical
accelerators, unless otherwise specified and approved in mix designs.
Hot Weather Placement: Place concrete according to recommendations in ACI 305R and as follows
when hot weather conditions exist:
1 Cool ingredients before mixing to maintain concrete temperature at time of placement below 90
deg F Chilled mixing water or chopped ice may be used to control temperature, provided water
equivalent of ice is calculated to total amount of mixing water Using liquid nitrogen to cool
concrete is Contractor's option.
2. Cover reinforcement steel with water soaked burlap so steel temperature will not exceed ambient
air temperature immediately before embedding in concrete.
3 Fog -spray forms, reinforcement steel, and subgrade just before placing concrete. Keep subgrade
moisture uniform without standing water soft spots, or dry areas.
3.6 CONCRETE FINISHING
A. General. Wetting of concrete surfaces during screeding, initial floating, or finishing operations is
prohibited.
B Float Finish. Begin the second floating operation when bleed -water sheen has disappeared and the
concrete surface has stiffened sufficiently to permit operations. Float surface with power -dnven floats, or
by hand floating if area is small or inaccessible to power umts. Finish surfaces to true planes. Cut down
high spots, and fill low spots. Refloat surface immediately to uniform granular texture.
1 Medium -to- Fine Textured Broom Finish. Draw a soft bnstle broom across float finished concrete
surface perpendicular to line of traffic to provide a uniform, fine -line texture.
3 7 CONCRETE PROTECTION AND CURING
A. General. Protect freshly placed concrete from premature drying and excessive cold or hot temperatures.
Comply with ACI 306.1 for cold- weather protection and follow recommendations in ACI 305R for hot
weather protection during curing.
B Evaporation Retarder Apply evaporation retarder to concrete surfaces if hot, dry or windy conditions
cause moisture loss approaching 0.2 lb /sq ft. x h before and during finishing operations. Apply
according to manufacturer's written instructions after placing, screeding, and bull floating or darbying
concrete, but before float fmishing.
C. Begin cunng after finishing concrete, but not before free water has disappeared from concrete surface.
D Curing Methods. Cure concrete by moisture curing, moisture retaining -cover cunng, curing compound,
or a combination of these as follows.
1 Moisture Curing: Keep surfaces continuously moist for not less than seven days with the following
materials.
a. Absorptive cover water saturated, and kept continuously wet. Cover concrete surfaces and
edges with 12 -inch lap over adjacent absorptive covers.
2. Moisture- Retaining -Cover Curing: Cover concrete surfaces with moisture retaining cover for
curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches,
and sealed by waterproof tape or adhesive. Immediately repair any holes or tears dunng curing
penod using cover matenal and waterproof tape.
CEMENT CONCRETE PAVEMENT
02751 -6
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Cement Concrete Pavement
January 29 2010 100% CD's Section 02751
3 Curing Compound. Apply uniformly in continuous operation by power spray or roller according to
manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours
after initial application. Maintain continuity of coating and repair damage during curing period.
3.8 PAVEMENT TOLERANCES
A. Comply with tolerances of ACI 117 and as follows.
1 Elevation. 1/4 inch.
2. Thickness: Plus 3/8 inch, minus 1/4 inch.
3 Surface: Gap below 10- foot long, unleveled straightedge not to exceed 1/4 inch.
4 Lateral Alignment and Spacing of Tie Bars and Dowels. 1 inch.
5 Vertical Alignment of Tie Bars and Dowels. 1/4 inch.
6. Joint Spacing: As shown.
7 Joint Width. Plus 1/8 mch, no minus.
8. Joint Sealmg: Not Required,
3.9 FIELD QUALITY CONTROL
A. Testing Agency. Owner will engage a qualified testing and inspection agency to sample materials,
perform tests, and submit test reports dunng concrete placement. Sampling and testing for quality control
may include those specified in this Article.
B Test results shall be reported in writing to Owner's Representative, concrete manufacturer and Contractor
within 24 hours of testing. Reports of compressive strength tests shall contain Project identification name
and number date of concrete placement, name of concrete testing agency concrete type and class,
location of concrete batch in pavement, design compressive strength at 28 days, concrete mix proportions
and materials, compressive breaking strength, and type of break for both 7- and 28 -day tests.
C. Additional Tests. Testing agency shall make additional tests of the concrete when test results indicate
slump, air entrainment, concrete strengths, or other requirements have not been met, as directed by
Owner's Representative. Testing agency may conduct tests to determine adequacy of concrete by cored
cylinders complying with ASTM C 42, or by other methods as directed.
3 10 REPAIRS AND PROTECTION
A. Remove and replace concrete pavement that is broken, damaged, or defective, or does not meet
requirements in this Section.
B Drill test cores where directed by Owner's Representative when necessary to determine magnitude of
cracks or defective areas. Fill drilled core holes in satisfactory pavement areas with portland cement
concrete bonded to pavement with epoxy adhesive.
C. Protect concrete from damage. Exclude traffic from pavement for at least 14 days after placement. When
construction traffic is permitted, maintain pavement as clean as possible by removing surface stains and
spillage of materials as they occur
D Maintain concrete pavement free of stains, discoloration, dirt, and other foreign material. Sweep concrete
pavement not more than two days before date scheduled for Substantial Completion inspections.
CEMENT CONCRETE PAVEMENT
02751 7
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Cement Concrete Pavement
January 29 2010 100% CD's
END OF SECTION 02751
CEMENT CONCRETE PAVEMENT
Section 02751
02751 -8
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010
100% CD's
SECTION 02790 PERMEABLE CRUSHED ROCK BASE FOR SYNTHETIC TURF SYSTEM
PART 1 GENERAL
1 1 RELATED DOCUMENTS
Permeable Crushed Rock Base for
Synthetic Turf System
Section 02790
A. Drawings and general provisions of the Contract, mcluding General and Supplementary Conditions and
Division 1 Specification Sections, apply to this Section.
B Drawings. All sections of the standard specifications applicable to any and all parts of this project shall
govern, except as specifically modified in this section.
C. References.
1 American Society for Testing and Materials (ASTM)
2. Standard Specifications for Municipal Public Works Construction Washington State Chapter
(latest edition)
1.2 SUMMARY
A. This Section includes the following:
1 Work includes site preparation, subgrade fine grading, and the placement, grading and compaction
of drain rock in accordance with the lines, grades, spot elevations and cross sections shown on the
drawings.
2. For the plastic lumber perimeter header /nailer (see Section 02792)
B Related Work in other sections of these specifications includes, but is not limited to
1 Section 02300 Earthwork.
2. Section 02620 Subdrainage.
3 Section 02791— Synthetic Turf
4 Section 02792 Plastic Lumber
1.3 DEFINITIONS
A. The `Owner' may be the actual project owner or an owner selected representative.
14 PERFORMANCE REQUIREMENTS
A. The Contractor shall perform all layout. The Owner's Representative may or may not inspect the layout
prior to installation. Improperly placed material shall be reinstalled (or removed) by the Contractor at no
additional cost to the Owner
B Contractor Operator Experience: Only skilled operators shall be allowed to perform grading of the base
and top stone. The operator(s) shall have completed a minimum of five (5) permeable base stone
installations. Provide project names, locations, contact person, and phone number
PERMEABLE CRUSHED ROCK BASE FOR SYNTHETIC TURF SYSTEM
02790 -1
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010
1.5 SUBMITTALS
A. Materials shall not be mixed on site.
1 7 PROJECT CONDITIONS
1.8 PERMITS
A. See Section 01300, 1.3
1.9 COORDINATION
1 10 AS -BUILT DRAWINGS
100% CD's
A. Sieve analysis performed by a certified testing laboratory of the Permeable Crushed Rock Base material
using the sieves shown and percent passing, and conformance with the listed restrictions per paragraph
2.3
B Base Stone and Top Stone —'h CF sample of each.
1 6 DELIVERY STORAGE, AND HANDLING
Permeable Crushed Rock Base for
Synthetic Turf System
Section 02790
A. The Contractor shall satisfy himself as to the nature and quantity of materials to be moved and other
Work to be performed and shall notify the synthetic turf system manufacturer /installer and the Owner of
any discrepancies between site conditions shown on the drawings and actual conditions prior to
commencement of Work.
B Underground Utility Lines. Known underground utility lines are shown on the general survey drawing.
The contractor shall locate and clearly mark all underground utilities and obstructions and protect or
relocate all that conflict with the Work described herein. Assume that other utilities may be present and
use caution when excavating. Notify the Owner if any other underground utihties or structures are
discovered.
A. No site work shall be performed without notifying the synthetic turf system installer or Owner's
representative at least 48 hours prior to commencing Work.
B Coordinate Work with other trades as applicable.
A. The Contractor shall maintain a current record of all matenal installed and record any deviations
(including horizontal and vertical dimensions) on the plans (all deviations to the plans shall be pre
approved by the Owner's representative.)
B Upon completion of the installation and prior to final acceptance, the Contractor shall provide the
Owner's Representative with a NEAT CLEAN and LEGIBLE, reproducible, set of "As- Built" drawmgs.
C. As- Built' records shall be updated daily and shall be available daily for review by the Owner's
Representative.
PERMEABLE CRUSHED ROCK BASE FOR SYNTHETIC TURF SYSTEM
02790 -2
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010
1 11 FINAL APPROVAL INSPECTION AND TESTING
A. A representative designated by the synthetic turf system manufacturer and the Owner's Representative
will be present intermittently to observe the Contractor's operation, to perform test and measurements,
and to adjust the Work as necessary to meet field conditions. Such observations, tests, measurements and
Work adjustment shall not alter the requirements of the drawings or specifications nor imply any
superintendence or control of the Contractor's operation, nor warranty the Contractor's Work.
B Relative compaction of compacted soils will be determined in general conditions with the American
Society for Testing and Materials (ASTM) Test Methods D1557 (modified proctor) and D2167 D2922,
or D3017
PART 2 PRODUCTS
2.1 DRAIN PIPE
A. See Section 02620 Subdrainage.
2.2 PERIMETER HEADER NAILER
A. See Section 02792 Plastic Lumber
2.3 CRUSHED STONE
100% CD's
Permeable Crushed Rock Base for
Synthetic Turf System
Section 02790
A. Material used for Permeable Base construction shall conform to the following specifications.
Gradation Base Stone Top Stone
Sieve Size Percent Passing Percent Passing
1 2' or 50mm 1 100
1' or 38mm 1 90 -100
1 or 25mm 1 75 -100
3/4 or 19mm 65 -95
i/ or 12 5 mm 55 -85 100
or 9 5mm 40 -75 85 -100
/a' or 6 3mm 25 -65 75 -100
US #4 or 4 75mm 15 -60 60 -90
US #8 or 2.36mm 0-40 35 -75
US 16 or 1 18mm 0 -20 10 -55
US #30 or 600µm 0 -15 0-40
1 US #60 or 250 gm 0 -10 0 -15
1 US #100 or 150 gm 0-4 0 -5
1 US #200 or 75 µm 0 -3 0-4
B Restrictions.
1 To ensure structural stability.
PERMEABLE CRUSHED ROCK BASE FOR SYNTHETIC TURF SYSTEM
02790 -3
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
D60/D10 5 and 1 D 3
DioD6o
Fragmentation must be 100%
2. To ensure separation of both stones.
D of ton stone 2
D15 of base stone
3 To ensure proper drainage:
2.4 CRUSHED STONE MATERIALS
And
3 DSO, of base stone 6
D50 of top stone
PERMEABLE CRUSHED ROCK BASE FOR SYNTHETIC TURF SYSTEM
Permeable Crushed Rock Base for
Synthetic Turf System
Section 02790
Permeability of base stone and top stone 50 in/hr (0.035 cm/sec)
Porosity of both stones 25%
(When stone is saturated and compacted to 95% Proctor)
C. Depending on the type of rock present in the crushed stone mix, other mechanical characteristics might be
necessary for approval.
D `D is the size of the sieve (in mm) that lets x of the stone pass. For example, D is the size of the
sieve that lets 60 of the stone pass. These sizes, for calculation purposes, may be obtained by
interpolation on a semi -log graph of the sieve analysis.
E. Should the field need to support heavy vehicles, consideration must be given for the load bearing
requirements of the base.
A. Sampling and Testing Pnor to Importation.
1 Pnor to the importation of any of the permeable materials (crushed rock base and top stone), the
Contractor shall provide the Owner with a ih cubic foot sample and a certified test lab report of the
sieve analysis of the products. The materials shall be in compliance with the same sieve sizes
specified and associated restrictions per paragraph 2.3 The turf manufacturer and the Owner shall
be the final determining factor in establishing compliance with sieve requirements and restnctions.
No matenal shall be brought onto the job site until the initial sieve analysis has been approved by
the turf manufacturer and the Owner in wnting. The testing laboratory shall be an independent,
professional testing laboratory approved by the Owner
B Sampling and Testing During Importation.
1 During the course of importation of the permeable matenals, the Contractor shall be responsible for
continually checking the materials to ensure that they continue to meet the Specifications. Failure
to do so may require that the Contractor remove non complying matenal from the site at his own
cost. The Owner will have the option to take random samples for testing at their own laboratory
02790 -4.
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010
2.5 GEOTEXTILE FABRIC
A. See Section 02620 Subdrainage.
PART 3 EXECUTION
3 1 GENERAL CONSIDERATIONS
100% CD's
Permeable Crushed Rock Base for
Synthetic Turf System
Section 02790
In the event that any sample taken and tested by the Owner reveals that non complying material is
being imported, the Contractor shall cease all importation until the Owner is assured that the
Contractor is meeting the Specifications. In the event that the Owner's sieve analysis and the
Contractor's sieve analysis are at variance, and either analysis reveals the material to be non-
complying, the Contractor shall be responsible for obtaining the services of a third party
professional testing laboratory which, in turn shall analyze samples selected by the Owner Third
party testing fees shall be the responsibility of the Contractor Such analysis shall be turned over to
the Owner for resolution.
C. Testing After Placement and Before Installation of Synthetic Turf.
1 The certified test lab reports required in the paragraph above, shall be submitted by the Contractor
as early as possible to avoid potential delays in the Contract due to sample rejections.
A. Excavation and subgrade fine grading shall be performed in conformance with the alignment, grade and
cross sections indicated on the drawings.
3.2 SPILLAGE, DUST AND EROSION CONTROL
A. The Contractor shall prevent spillage when hauling on or adjacent to any public street or highway In the
event that spillage occurs, the Contractor shall remove all spillage and sweep, wash or otherwise clean
such streets in accordance with City County and/or State requirements.
B The Contractor shall take all precautions needed to prevent a dust nuisance to adjacent public and private
properties and to prevent erosion and transportation of soil downstream or offsite due to Work under this
contract. Any damage so caused by the Contractor's Work shall be corrected or repaired by the
Contractor
3.3 SUBGRADE EXCAVATION AND GRADING
A. The subgrade shall be excavated to create a positive slope towards the subsurface drainpipes. Unless
otherwise specified on the drawings, the minimum slope of the subgrade shall be one (1) percent.
B Following rough grading of the subgrade, the exposed soil shall be moisture conditioned to near optimum
moisture content and compacted to produce a firm non yielding surface as specified in Section 02300
PERMEABLE CRUSHED ROCK BASE FOR SYNTHETIC TURF SYSTEM
02790 -5
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
3 4 SUBGRADE SLOPES AND FINAL GRADES
Permeable Crushed Rock Base for
Synthetic Turf System
Section 02790
A. Final subgrade grades shall conform to the Imes and grades shown on the drawings. The measured grades
shall not deviate more than 0.06 feet from the planned grades and not vary more than 0.04 feet in ten (10)
feet in any direction. Laser grading is required.
B All subgrade grades shown on the drawings shall be completed by the Contractor and inspected by the
Owner's Representative prior to commencing with the subsequent Work items. Finish subgrade elevation
shall be verified with laser plane equipment in the presence of the Owner's Representative.
3.5 DRAIN PIPE AND GEOTECHNICAL FABRIC
A. See Section 02620 Subdrainage.
3 6 BASE STONE
A. The specified base stone shall be carefully placed and compacted over the subgrade and/or drainpipe to
the grades and elevations shown on the drawings. If the thickness of the planned base stone exceeds six
(6) inches, the stone shall be placed in horizontal layers not exceeding six (6) inches and each layer shall
be rolled to 90 percent relative compaction (modified proctor) with a smooth drum, vibratory roller
B Finished surface shall be rolled with a smooth drum, vibratory roller to provide a non yielding, smooth,
and flat surface.
C. Final base stone grades shall conform to the lines and grades shown on the drawings. The measured
grades shall not deviate more than 0.04 feet from the planned grades and not vary more than 004 feet in
ten (10) feet in any direction. Laser grading is required.
D The top surface of the base stone shall be sloped as shown on the drawings.
E. All base stone grades shown on the drawings shall be completed by the Contractor and inspected by the
turf manufacturer and the Owner's Representative prior to commencing with the subsequent Work items.
3 7 TOP STONE
A. The specified top stone shall be carefully placed and compacted over the base stone to the grades and
elevations shown on the drawings.
B The finished surface shall be `proof' rolled with a smooth drum, vibratory roller to 90 percent relative
compaction (modified proctor) provide a non yielding, smooth, and flat surface.
C. Final top stone grades shall conform to the lines and grades shown on the drawings. The measured grades
shall not deviate more than 0 04 feet from the planned grades and not vary more than 0 02 feet in ten (10)
feet in any direction.
D The top surface of the top stone shall be sloped as shown on the drawings.
PERMEABLE CRUSHED ROCK BASE FOR SYNTHETIC TURF SYSTEM
02790 -6
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010
E. All top stone grades shown on the drawings shall be completed by the contractor and inspected by the turf
manufacturer and the Owner's Representative for approval in writing for the purpose of warranting the
artificial turf prior to commencing with the subsequent Work items.
3.8 PERIMETER HEADER NAILER
A. See Section 02792.
310 CLEAN -UP
END OF SECTION 02790
100% CD's
3.9 PERMEABLE CRUSHED ROCK BASE ACCEPTANCE
Permeable Crushed Rock Base for
Synthetic Turf System
Section 02790
A. Pnor to placement of the synthetic turf, the manufacturer installer must provide written acceptance that
the in -situ matenal is acceptable as a base course for their system and that it will not adversely affect their
system s performance or warranty
A. The contractor is responsible for maintaining a clean and safe working environment throughout the
project site. Regular policing of the project site of trash and project debris will be required. The disposal
to all trash will be the contractors' responsibility
PERMEABLE CRUSHED ROCK BASE FOR SYNTHETIC TURF SYSTEM
02790 -7
Bruce Dees Associates. 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
SECTION 02791— SYNTHETIC TURF
PART 1 GENERAL
1 1 RELATED DOCUMENTS
Synthetic Turf
Section 02791
A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and
Division 1 Specification Sections, apply to this Section.
B All sections of the standard specifications applicable to any and all parts of this project shall govern,
except as specifically modified in this section.
C. References.
1 American Society for Testing and Materials (ASTM) latest edition.
2. Federation Internationale de Football Association (FIFA).
3 Standard Specifications for Municipal Public Works Construction Washington State Chapter
(latest edition).
4 Guidelines for Essential Elements of Synthetic Turf System Specifications Synthetic Turf
Council (latest edition.)
1.2 SUMMARY
A. This Section includes the following:
1 To furnish and install a complete synthetic turf system as indicated on the plans and specified
herein including, but not limited to carpet, infill, extra matenals, and maintenance equipment.
B Related Work in other sections of these specifications includes, but is not limited to
1 Section 02792 Plastic Lumber
1.3 DEFINITIONS ABBREVIATIONS
A. Carpet: the synthetic turf system (less infill) consisting of the tufted fiber, primary backing and
secondary backing.
B G -Max: the scale by which shock absorbing properties of playing surfaces are measured. Pursuant to
ASTM F 355 -95 (locations pursuant to F 1936 -98).
C. Infill Material. A combination of rubber and sand mixed, layered, or blended unique to the vendor
specifications contained herein, and placed on the carpet in multiple, thin lifts that support the
polyethylene fibers in a vertical position.
D Owner• may be the actual project owner or an owner selected representative.
E. Contractor. The installer manufacturer of the turf or their representative.
F The following are industry abbreviations.
SYNTHETIC TURF 02791 1
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
1 SBR. Styrene Butadiene Rubber
1 4 PERFORMANCE REQUIREMENTS
A. The system shall consist of an mfilled synthetic grass system that provides the look, feel, and the
playability of natural grass with the respect to ball speed and bounce, while providing maximum safety to
the athletes or users.
B The system shall be designed specifically for a multi -use combination of soccer and lacrosse.
C. All components shall be resistant to weather, insect infestation, rot, fungus, mildew ultra- violet light and
heat degradation and shall be non toxic.
1.5 SUBMITTALS
A. Submit the following prior to bid award.
1 Quality assurance information listed in subsection 2.7 A, B, C, and D
Synthetic Turf
Section 02791
B Submit the following within 14 days after the Notice to Proceed.
1 One (1) finished product box (carpet and infill) approximately 18' x 18"
2. Two (2) samples of the green `field' carpet (without infill) each 2 x 2 in size.
3 One (1) sample of the each of the colored `line carpets each 3 long by the proposed line width.
4 One (1) quart size sample (sealed) of the proposed infill mix (sand and rubber mixes shall be
provided in separate containers) Include source of material and test results indicating compliance
with the specifications contained herein.
5 Shop drawings per paragraph 1.6.
6. Sample Warranty Certificate, per paragraph 1 15 C.
7 Manufacturer to submit information attesting to the Contractor's authority to utilize the specified
system. Manufacturer to provide an Indemnification Statement indemnifying the Owner and
Owner's Representative from any patent infnngement or royalty payment issues.
C. Submit the following pnor to delivery of the synthetic turf to the project site.
1 Certified test results for drainage characteristics (with Infill) and abrasiveness, per paragraph 2.1 D-
E. Testing shall be performed on two random samples, one each, obtained from the first and
second half of the total rolls being shipped for this project.
2. Certified test results indicating conformance with the charactenstics listed by the specific vendor
per paragraph 2.4 Testing shall be performed on two random samples, one each, obtained from
the first and second half of the total rolls being shipped on this project.
3 Letter from the manufacturer certifying that the turf product is free of lead chromate prior to their
delivery (see paragraph 2.2.)
D Submittals required pnor to any installation of the synthetic turf
1 Letter from the manufacturer approving the in situ base course and permeable top stone materials
ready for laying of carpet (see paragraph 1.8)
E. Submittals required pnor to final acceptance:
1 Maintenance Manuals The Contractor shall provide four (4) sets of the following:
a. Manufacturer's minimum eight (8) year warranty of all products in accordance with the
approved sample warranty
SYNTHETIC TURF
02791 2
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
b. Maintenance instructions.
c. As -built drawings and specifications for the synthetic turf system (see paragraph
1 11).
2. Maintenance guideline traming and maintenance manuals (see paragraph 1 12)
3 Maintenance equipment and associated manuals (see paragraph 2.8)
4 Initial performance test results (per paragraph 3.5)
Provide the above information in three ring binders clearly indexed, tabbed, and highlighted.
1.6 SHOP DRAWINGS
A. Shop drawings shall be prepared by the manufacturer at the scale of the construction documents and
contain all pertinent information regarding installation. Drawings must be completed by the
manufacturer Copies of the construction documents are not acceptable. These drawings shall be
submitted to the Owner for approval prior to the manufacturing and shipment of matenals.
B Submit drawings for
1 Seaming plan (include roll numbers and sizes)
2. Installation details, edge detail, other inserts, etc
3 Stnping layout showing any field lines, markings and boundaries, per the project drawings.
1 7 DELIVERY STORAGE, AND HANDLING
A. Protect all materials from the adverse weather
B Provide safe and secure storage of all material required for system installation.
1.8 PROJECT CONDITIONS
Synthetic Turf
Section 02791
A. The synthetic -turf installation contractor shall review and provide written approval to the Owner, of the
proposed permeable base and top course material prior to the delivery and placement of any material. In
addition, the turf contractor shall verify and provide written approval of the condition of the base course
once the material has been placed and compacted.
B The base material shall be verified for compliance with the construction documents with a laser level and
a string line to verify compliance with the contract documents prior to placing any turf
C. The permeable base material contractor shall correct any conditions that are not m compliance with the
design elevations and acceptable tolerances.
1.9 COORDINATION
A. Coordinate Work with other trades as applicable.
SYNTHETIC TURF
02791 3
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
1 10 EXTRA MATERIALS
A. Prior to final acceptance, the Contractor shall provide to the Owner (at no additional cost) the following
extra materials.
1 1,500 SF Standard green turf (15 width x 50' long x 2 rolls). Scrap pieces are not acceptable.
2. 150 LF any turf used for field lines (width and color[s] as utilized on project) The above
mentioned matenals are to be utilized by the Contractor for warranty related repairs. This will
insure that the repair materials will match the dye lots used on the initial field.
3 One (1) 5 gallon pail of seaming epoxy
4 200 LF of seaming fabnc scrim (12' width)
5 6,000 lbs. of cryogenic rubber mfill, in an unopened container(s)
B Refer to paragraph 2.8 for maintenance equipment.
1 11 AS -BUILT DRAWINGS
A. The Contractor shall maintain a current record of all installed products and record any deviations
(including honzontal and vertical dimensions) on the plans (all deviations from the plans shall be pre
approved by the Owner's Representative).
B As- Built' records shall be updated daily and shall be available daily for review by the Owner's
Representative.
1 12 VIDEO TAPED MAINTENANCE GUIDELINE TRAINING AND MAINTENANCE MANUAL
A. Contractor shall provide on -site, hands -on training for Owner's maintenance staff Traming shall include
proper procedures for maintenance and minor repairs. Duration and content of training shall be sufficient
to ensure adequate understanding of the system and required maintenance procedures, in order for the
Owner to properly maintain the system in compliance with the warranty The Owner's Representative
shall be notified of this session in wnting at least 72 hours in advance. Contractor shall coordmate a
mutually agreeable training schedule with the Owner
B Contractor shall provide two copies of the video taped training session.
1 13 FINAL APPROVAL
A. Final approval will be considered upon satisfactorily completion of the following: all compliance and
performance tests, receipt of acceptable as- built' documents and extra materials, training session, receipt
of signed and approved permits, and substantial completion approval from the Owner's Representative.
114 WARRANTY
A. The synthetic turf system shall be warranted by the manufacturer for a minimum penod of eight (8) years
from the date of final acceptance against:
1 Defects in workmanship
2. Ultraviolet degradation due to normal exposure to the sun.
3 Fading.
4 Excessive wear
SYNTHETIC TURF
Synthetic Turf
Section 02791
02791 -4
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
5 Seam failure (inc inlays)
6 Inadequate dynamic cushioning (G -Max) levels (see paragraphs 3.5 3 7)
B Definitions.
1 Fading the polyethylene fiber shall remain a uniform shade of green, without a significant loss of
color over the entire warranty period of the field.
2. Excessive Wear the polyethylene fiber shall not decrease in length and/or width (measured by
weight) by more than 10% per year or a total of 40% over the warranty period.
3 Seam Failure. any seam that opens, tears, or otherwise fails under normal use.
4 Dynamic Cushioning (G -Max). the synthetic system shall stay within the parameters for dynamic
cushioning set for in paragraphs 3.6 3 7 m accordance with ASTM F 355 -95 (locations pursuant
to F 1936 -98)
C. A preliminary sample Warranty Certificate to be approved by the Owner's Representative will be
required as part of the submittal process (see paragraph 1.5 A)
115 SCHEDULE
Synthetic Turf
Section 02791
A. The Contractor shall complete all Work on the synthetic turf system no later than the schedule described
in Section 01110 Summary of Work.
116 PERMITS
A. The grading permit and the right -of -way access permit have been obtamed and paid for by the Owner
All other required permits shall be obtained by the Contractor at the Contractor's expense.
PART 2 PRODUCTS
2.1 GENERAL CHARACTERISTICS
A. The turf shall be an extruded, polyethylene monofilament fiber attached (tufted) to a pnmary backing.
The fibers shall be tufted to a finished pile height of approximately 2 2 inches. The primary backing
will have a secondary backing (coating) of polyurethane that binds the fibers in place. The turf fabric
(carpet) shall be filled with a mixture of sand and rubber in the specific mix ratio to a settled depth as
indicated for each manufacturer listed in paragraph 2.4
B All components and their installation methods shall be designed and manufactured for a multi -sport
combination of soccer and lacrosse to be used on outdoor athletic fields. The matenals as herein after
specified should be able to withstand full climatic exposure in Western Washington.
C. All components shall be resistant to weather, insect infestation, rot, fungus, mildew ultra- violet light and
heat degradation and shall be non toxic.
D The synthetic turf system shall have the basic characteristic of a flow through drainage system allowing
free movement of surface water through the turf, where such water may flow to the existing sub base and
into the field drainage system. The permeability of the synthetic turf system (w /infill) shall be a minimum
of fourteen (14) inches per hour Certified test results will be required from recognized testing laboratory
SYNTHETIC TURF
02791 5
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100 CD's
E. The abrasiveness index of the turf shall be less than 25 as measured per ASTM F 1015
2.2 SUITABILITY
A. The synthetic turf system shall be suitable for practice and play of all field sports indicated herein and
recreational use, in all potential local climatic seasons.
B The system shall provide superior traction in all types of weather with the soles of conventional athletic
shoes "flats or composition molded cleat soles "moldeds
C. The synthetic turf system shall be lead chromate free. Provide a letter of certification from the product
manufacturer
2.3 APPROVED PRODUCTS
A. The following products are approved for installation.
1 FieldTurf Outdoor Monofilament (FTOM 1) SporTech (360- 668 -8989
2. Spectra Terra Sport Star 57 Spectra Sport (866- 963 -8873
3 Mondoturf Classic MF- 4560DL Kiefer Flooring (847 265 -8873
2.4 SYNTHETIC TURF COMPONENTS
A. The following will be considered minimum standards for the individual products.
1 FieldTurf FTOM -1
ASTM. Pronertv /Characteristic:
n/a Yarn Type
D 1097 Yarn Denier
D 3575 Elongation to Break
D 3575 Breaking Strength
D 5848 Yarn Pile Height
D 5848 Yarn Pile Weight
D 5034 Grab/Tear Strength
D 5848 Primary Backing
D 5848 Secondary Coating
D 1335 Tuft Bind (w /o infill)
n/a Infill Depth
D 2859 Flammability (Pill Burn Test)
n/a Infill Material
Warranty Period
Yes/No Guaranteed Warranty Availability
ASTM.
n/a
D 1097
D 3575
D 3575
D 5848
SYNTHETIC TURF
2. Spectra Terra Sport Star 57
Pronertv /Characteristic.
Yarn Type
Yarn Denier
Elongation to Break
Breaking Strength
Yarn Pile Height
Specifications (minimum).
PE Monofilament
9 000
40 Nominal
24 lbs. Nominal
2.5
36 oz. per Sq Yd
200 lbs. /force
>7oz. /Sq Yd
16 -18 oz./ Sq Yd
>7 lbs. Force /Bundle
1 75 in
Pass Rubber
Cryogenic Rubber Silica Sand
8 Years
Yes
Specifications (minimum).
PE Monofilament
10,800
70% Nominal
>24 lbs. Force
2.25
Synthetic Turf
Section 02791
02791 -6
Bruce Dees Associates 2010
Peninsula CollegeSynthetic Turf Soccer Fields
January 29 2010
2.5 INF1LL MATERIALS
A. The infill materials shall be a combination of sand and rubber as specifically designed for each system
listed in paragraph 2.4
B Infill rubber must be recycled, ambient or cryogenically ground SBR rubber No steel fines or fluff
allowed. Rubber shall be all black made from ground treads, no white letter material allowed. Particle
size should be .5 to 1.5 mm. Rubber shall be rated Number 1 Tire Granule by the Crumb Rubber
Universal Marketmg Bureau (C.R.U.M.B
C. Sand shall be rounded silica, whole grain, non compacting, and dust free. The sand must have an
angularity range from sub angular to rounded, without any sharp edges.
D Provide proposed sand rubber ratios for review pnor to installation.
2.6 TURF COLORS
A. The following colors shall be used for field construction.
1 Main Body of Field Green (color shall resemble a healthy natural turf
2. Lines See Plans
SYNTHETIC TURF
D 5848
D 5034
D 5848
D 5848
D 1335
n/a
D 2859
n/a
3 Mondo Turf
ASTM.
n/a
D 1097
D 3575
D 3575
D 5848
D 5848
D 5034
D 5848
D 5848
D 1335
n/a
D 2859
n/a
100% CD's
Yarn Pile Weight
Grab/Tear Strength
Primary Backing
Secondary Coating
Tuft Bind (w /o infill)
Infill Depth
Flammability (Pill Burn Test)
Infill Material
MondoTurf Classic MF- 4560DL
Property /Characteristic:
Yarn Type
Yarn Denier
Elongation to Break
Breaking. Strength
Yarn Pile Height
Yarn Pile Weight
Grab/Tear Strength
Primary Backing
Secondary Coating
Tuft Bind (w /o infill)
44 oz. per Sq Yd
200 lbs. /force
>7 oz. /Sq Yd
26 oz✓ Sq Yd
>8 lbs. Force /Bundle
1 75
Pass
Ambient or Cryogenic SBR
Warranty Period 8 Years
Yes/No Guaranteed Warranty Availabilitylnformation not provided, contact vendor
Specifications (minimum).
PE Monofilament
12,000
60 Nominal
>25 lbs.
2.375 Nominal
34oz. per Sq Yd
270 lbs. /force
>7oz. /Sq Yd
28 oz./ Sq Yd
>14 lbs. Force
Infill Depth 1 75
Flammability (Pill Burn Test) Pass
Infill Material Ambient SBR Sand
Warranty Period 8 Years
Yes /No Guaranteed Warranty Availabilitylnformation not provided, contact vendor
Synthetic Turf
Section 02791
02791 7
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
B Provide samples of all colors per paragraph 1.5 A for approval prior to ordering.
2.7 QUALITY ASSURANCE
A. Installer Qualifications.
B Installers must be the manufacturer's installer or an installer approved by the manufacturer The installer
shall have installed a minimum of five (5) similar sized fields (minimum 60,000 SF) of the type specified
in paragraph 2.4 A, using sand/rubber infilled synthetic turf systems, with a proven record of successful
in- service performance. The Owner reserves the right to approve or reject the superintendent assigned to
the job
C. Superintendent:
Only trained technicians skilled in the installation of athletic- quality synthetic turf systems shall be
allowed to perform the installation. All installers shall be supervised by a superintendent with a minimum
of ten (10) successfully constructed fields of the same type as being installed. The superintendent shall
not be changed until completion of the installation and any follow -up punchlist items, unless approved by
the Owner
D References.
Installer shall provide a list of references (including names and contact numbers) for the above mentioned
fields. Additional references may be required.
E. Visual Inspection.
SYNTHETIC TURF
Material dehvered to the site will be visually inspected to insure conformance with the specifications.
Secondary coatings will be checked to insure that they are adequate in weight (application amount) and
completely cover the fiber tufts. Any roll of carpet will be rejected in its entirety if a portion of the carpet
does not pass inspection.
F Testing of Samples Before Commencing Installation.
One (1) 12' x 12' sample shall be taken from every sixth roll of the delivered material and tested by an
approved lab specializing in ASTM testing of synthetic turf material. Tests for conformance with
specifications shall mclude.
1 Total Weight
2. Pile Weight
3 Tuft Bind (without infill)
4 Pile Height
5 Grab Tear Strength
6. Perf Sprung Diameter
7 Fiber Melt Point
All costs for testing services shall be borne by the selected Turf vendor
Synthetic Turf
Section 02791
The Owner reserves the right to test the synthetic turf independently for conformance to the specification.
Any roll of matenal that does not meet or exceed the requirements outlined in the specification will be
removed and replaced entirely at no additional cost to the Owner
02791 -8
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
2.8 MAINTENANCE EQUIPMENT
A. Provide the following equipment (with four (4) copies of the operation and parts maintenance manual) to
the owner prior to completion, and include their operation as part of the specified orientation session.
1 One (1) HDT -15 Groomer
2. One (1) HDBS Sweeper
B Coordinate the appropnate hitch type based upon the Owner's equipment.
C. Provide all parts and miscellaneous equipment required for complete, 100% operation and compatibility
with Owner's equipment.
PART 3 EXECUTION
31 GENERAL
A. The installation shall be performed in full compliance with the approved shop drawings and
specifications.
3.2 EXISTING CONDITIONS
A. Refer to paragraph 1.8.
3.3 INSTALLATION
A. After the prepared permeable base and perimeter nailer have been accepted by the manufacturer /installer
install the turf as directed by the manufacturer's instructions.
B The synthetic turf shall be loose laid across the field, stretched, and attached to the penmeter nailer (6'
o.c.) Turf shall be of sufficient length to permit full cross -field installation. Carpet edges should cover
the nailer in its entirety Any piece of carpet that does not cover the entire nailer board will be rejected.
No head or cross seams will be allowed, except as required for `tufted' in touchlines.
C. Seams shall be sewn whenever possible. Sewn seams shall be double row lock- stitched utilizing high
tenacity thread approved by the manufacturer If gluing is necessary an appropriate adhesive for use on
synthetic turf shall be used. Glued seams shall be remforced with a fabric scrim backing. Gluing shall
only take place only when the ambient air temperature and materials (carpet scrim) reach a temperature
of above 50° Fahrenheit, and ram is not forecast for the next 48 hours.
D All seams shall be transverse to the field direction, i.e. run perpendicularly across the field. Seams shall
be flat, tight, and permanent with no separation or fraying. Seams will be tested pnor to any mfill
material being placed. Cutting and gluing seams to remove bubbles, folds, or stretched fabric is
prohibited.
E. Prior to placmg the infill materials, any loose tufts, debris or other deletenous materials shall be removed
from the carpet surface.
SYNTHETIC TURF
Synthetic Turf
Section 02791
02791 9
Bruce Dees Associates 2010
Penmsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
F Infill materials shall be properly mixed on site and applied in numerous thin lifts (minimum of twelve
(12) lifts) using special broadcasting equipment. The turf shall be raked and brushed properly as the
mixture is apphed. The infill material shall be installed to the appropnate settled depth specified in
paragraph 2.4 The mixture can only be applied when dry
3 4 FIFiLD MARKINGS
A. The field will have inlaid lines as per approved shop drawings, following the approved design drawing
previously distributed.
B Lines shall be `tufted' in at the factory when appropriate. If factory tufting is not possible, lines can be
sewn or glued. Glued lines shall be reinforced with a fabnc scrim backing. Short fines may be glued into
place after removal (shaving) of the existing tufts.
3.5 INITIAL PERFORMANCE TESTING
A. Prior to final acceptance, the Contractor shall have the field tested by an independent testing laboratory
not affiliated with the Turf Vendor/Manufacturer for acceptable dynamic cushioning characteristics in
accordance with ASTM F 355 -95 (locations pursuant to F 1936 -98 and as revised herein) The
Contractor is responsible for any costs associated with testing.
B The lab must be approved by the Owner's Representative prior to testing. The tests shall be witnessed by
the Owner and/or Owner's Representative. Coordinate exact schedule with Owner
C. The minimum and maximum standards for initial testing at each test location are as follows.
1 Minimum G -Max 110
2. Maximum G -Max 140
D Any areas of the field (individual locations not averages) that do not comply with the above standards
shall immediately be remedied or replaced at no additional cost.
3.6 FINAL REVIEW
A. Pnor or to request for final review accomplish the following:
SYNTHETIC TURF
Synthetic Turf
Section 02791
1 Complete the installation.
2. Perform all necessary testing (see paragraph 3.5)
3 Provide adequate training and orientation for the owner's maintenance staff (see paragraph 1 12)
4 Provide required maintenance equipment (see paragraph 2.8)
5 Provide required extra materials (see paragraph 1 10)
3 7 ONGOING PERFORMANCE TESTING
A. At the yearly anniversary date of final acceptance, the Contractor shall have the field tested by an
independent testing laboratory not affiliated with the Turf Vendor/Manufacturer for acceptable dynamic
cushioning charactenstics m accordance with ASTM F 355 -95 (locations pursuant to F 1936 -98 and as
revised herein) The synthetic turf contractor is responsible for any costs associated with the testing. A
total of eight (8) tests will be required.
02791 10
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
B It is the Owner's responsibility to verify that ongoing performance testing is completed in accordance
with the specifications.
C. The lab must be approved by the Owner's Representative prior to testing. The tests will be witnessed by
the Owner and/or Owner's Representative.
D The field shall never exceed a G -Max rating of 175 over the warranty period of the field (eight (8) years
from the date of final acceptance) Any area of the field (individual results not averages) cannot
increase by more than 15 on the G -Max scale in any single year period.
E. Any areas of the field (individual results not averages) that do not comply with the above standards shall
immediately be remedied or replaced at no additional cost.
3.8 CLEAN -UP
Synthetic Turf
Section 02791
A. The Contractor is responsible for maintaining a clean and safe working environment throughout the
project site. Regular policing of the project site of trash and project debris will be required. The disposal
to all trash will be the Contractors responsibility
END OF SECTION 02791
SYNTHETIC TURF'
02791 11
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
SECTION 02792 PLASTIC LUMBER
PART 1 GENERAL
1 1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and
Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes the following:
1 Plastic lumber nailer and hardware for Synthetic Turf Edge.
B Related Sections include the following:
1 Section 02751 Cement Concrete Pavement.
2. Section 02790 Permeable Stone Base for Synthetic Turf System.
3 Section 02791 Synthetic Turf
1.3 SUBMITTALS
A. General Requirements. Meet requirements of Section 01300 Administrative Procedures.
B Product Literature. Submit product literature for nailer board and concrete anchors.
C. Samples.
1 2" x 4 plastic lumber material sample (min. 6' long)
2.1 NAILER BOARDS
Plastic Lumber
Section 02792
14 PRODUCT DELIVERY STORAGE AND HANDLING
A. Matenal. Close stack material in a manner that will prevent material from sagging or becoming crooked.
PART 2 MATERIALS
A. Header /nailer boards shall be 100% recycled or virgin resin plastic Products shall be UV (ultra violet)
stabilized and guaranteed for 50 years against damage caused by mildew rot, fungal decay insects, and
water absorption.
2.2 HARDWARE
A. Spht Dnve Concrete Anchors.
1 Mushroom head.
PLASTIC LUMBER
02792 1
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
B Approved Product: Simpson Strong Tie Anchor Systems MSD25312.
PART 3 EXECUTION
3 1 SYNTHETIC TURF EDGE
A. Install as shown on drawings.
B Do not oversize drilled holes for split drive anchors.
3.2 PROTECTION AND CLEAN UP
A. Protection.
1 Replace any boards that are broken or chipped.
B Debris. Remove all debris.
END OF SECTION 02792
PLASTIC LUMBER
2. Hot -dip galvanized steel.
3 Size. 1/4' dia. X 3' long.
Plastic Lumber
Section 02792
02792 2
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Irrigation Systems
January 29 2010 100% CD's
SECTION 02810 IRRIGATION SYSTEM
PART 1 GENERAL
1 1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
B North Creek Sports Fields drawings. All sections of the standard specifications applicable to
any and all parts of this project shall govern, except as specifically modified in this section.
C. References.
1 Clallam County Standards.
2. City of Port Angeles Standards.
3 American Society for Testing and Materials (ASTM)
4 American Water Works Association (AWWA).
5 Foundation for Cross Connection Control and Hydraulic Research University of
Southern California.
6. National Electrical Code (NEC)
7 Standard Specifications for Municipal Public Works Construction Washington State
Chapter (latest edition).
8 State of Washington Department of Health.
D Unit Prices. Sand bedding of irrigation pipe (if required) See Bid Proposal.
1.2 SUMMARY
A. This Section includes the following:
1 To furnish and install a new irrigation system for the North Creek Sports Fields, as
indicated on the plans and specified herein including, but not limited to, piping, valves,
sprinklers, specialties, controls, and wiring.
2. The irrigation system will be maintamed by Peninsula College.
3 The water source will be an irrigation main show existing in the northwest
corner of the field. The contractor will connect the system downstream of the existmg
backflow preventer see drawings.
4 A portion of the work includes modifications to the point of connection. Coordinate this
work closely with the Owner before commencing.
B Related work in other sections of these specifications includes, but is not limited to
1 Section 02300 Earthwork.
2. Section 02920 Lawns and Grasses.
IRRIGATION SYSTEMS
Section 02810
02810 -1
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Irrigation Systems
January 29 2010 100% CD's
1.3 DEFINITIONS
A. Mainline Piping: Downstream from point of connection to water distribution piping up to and
mcludmg the control valves and quick couplers. Piping is under constant pressure when the
system is activated.
B Lateral Line Piping: Downstream from control valves and quick couplers to spnnklers and
specialties. Piping is under pressure during individual zone operation.
C. The following are industry abbreviations for plastic materials.
1 ABS Acrylonitrile- butadiene styrene plastic.
2. FRP• Fiberglass reinforced plastic.
3 PA. Polyamide (nylon) plastic
4 PE. Polyethylene plastic.
5 PP- Polypropylene plastic.
6. PTFE. Polytetrafluoroethylene plastic.
7 PVC: Polyvinyl chlonde plastic.
8 '1 'FE. Tetrafluoroethylene plastic.
D The `Owner' may be the actual project owner or an owner selected representative.
14 PERFORMANCE REQUIREMENTS
A. Location of Sprinklers and Specialties. Design location is approximate and intended for graphic
clarity Make minor adjustments as required to avoid obstructions such as plantings, site
fumishmgs, signs and light standards. Coordinate material installation with other trades to
avoid conflicts. Maintain 100% coverage of landscape areas indicated. Avoid overspray onto
walks as practical.
B The Contractor shall perform all system layout. The Landscape Architect may or may not
inspect the system layout prior to installation. System components not properly located shall be
reinstalled by the Contractor at no additional cost to the Owner
C. Minimum Working Pressures: The following are minimum pressure requirements for piping,
valves, and specialties, unless otherwise indicated.
1 Mainline Piping: 350 psi.
2. Lateral Line Piping: 200 psi.
1.5 SUBMITTALS
A. Product Data. Material and equipment composite data sheets shall be submitted for the
following:
1 Galvanized and PVC pipe.
2. Gate valves.
3 Manual drain valve.
4 Quick coupling valves (inc key and hose swivel)
5 Control valves.
6. Wire splices (all types)
IRRIGATION SYSTEMS
Section 02810
02810 -2
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Irrigation Systems
January 29 2010 100% CD's Section 02810
7 Swing jomts.
8 Sprinkler heads nozzles.
9 Valve boxes and vaults.
B Provide four (4) copies of each data sheet to the Landscape Architect for approval. Clearly
index, label, and highlight products to be utilized.
C. Operation and Maintenance Manuals. The Contractor shall provide four (4) sets of the
following:
1 Guarantee /warranty certificates for all equipment used.
2. Contractors wntten one -year guarantee/warranty for the entire system.
3 List of authorized distributors and service centers for all products installed on the project.
Include contact names, addresses, and phone numbers.
4 Instruction manuals for all equipment used.
5 Parts lists and exploded' view drawings showing part numbers for each item.
6. Detail drawings of all areas that were unable to be shown clearly on the as- builts'
7 Reduced and laminated zone chart.
8. Winterization and spring start-up procedures.
9 Complete submittal data for all pump station components described m 2.7 -C.
Provide the above information in three ring binders clearly indexed, tabbed, and highlighted.
1.6 DELIVERY STORAGE, AND HANDLING
A. Protect stored PVC piping from direct sunlight. Support pipe as necessary to prevent sagging
and bending.
B Provide safe and secure storage of all material required for system installation.
1 7 PROJECT CONDITIONS
A. The Contractor shall verify underground utility locations within the site before commencing
work. Care should be taken to avoid damage to any existing utilities and plant material.
Contractor should contact Utility Locate Services at 1 -800- 424 -5555 and/or a private locating
service prior to any work, to have existing utilities located and marked on site. The Contractor
is responsible for any damage that is caused.
B Interruption of Existing Water Service Do not interrupt water service to facilities occupied by
Owner or others unless permitted under the following conditions and then only after arranging
to provide temporary water service according to requirements indicated.
1 Notify Owner no fewer than two (2) working days in advance of any proposed
interruption of water service. Do not proceed with interruption of water service without
Owner's written permission.
1.8 PERMITS
A. All required permits for irrigation shall be obtained through the City of Port Angeles by the
Contractor at the Contractor' s expense.
IRRIGATION SYSTEMS
02810 -3
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Irrigation Systems
January 29 2010 100% CD's
1.9 COORDINATION
A. Coordinate work with other trades as applicable.
1 10 EXTRA MATERIALS
A. Pnor to final acceptance, the Contractor shall provide to the Owner (at no additional cost to the
Owner), the keys and/or other tools necessary to activate, operate, and drain the system,
including:
1 Two (2) quick coupling valve keys w/ hose swivels.
2. Two (2) quick coupling valve cover keys.
3 Two (2) manual gate valve keys.
4 Two (2) sets of all valve box cover keys.
5 Five (5) of each type of rotor head installed.
6. Five (5) of each type of spray head installed.
7 All extra nozzle sets not utilized during the installation.
8. One (1) Rainbird PHG pressure hose gauge assembly
1 11 IRRIGATION SYSTEM COMPLETION
A. The Contractor shall submit the following items to the Landscape Architect prior to final
acceptance:
1 Warranty Cards on all equipment so warranted.
2. As- Built' plans as detailed in these Specifications.
3 Operations and Maintenance Manuals per paragraph 1.5 C.
4 Extra Materials per paragraph 1 10 A.
1 12 AS -BUILT DRAWINGS
A. The Contractor shall maintain a current record of all facilities /equipment installed and record
any deviations (includmg horizontal and vertical dimensions) on the plans (all deviations to the
plans shall be pre- approved by the Landscape Architect)
B Upon completion of the system installation and prior to final acceptance, the Contractor shall
provide the Landscape Architect with a NEAT CLEAN and LEGIBLE, reproducible, set of
"As- Built' drawings of the completed irrigation system. Any pipe not installed in accordance
with the contract plans, shall be dimensioned to a permanent structure for location after burial.
All quick coupling valves, automatic valves, manual valves, electrical splice boxes, etcetera,
shall be dimensioned on the As- Builts to two (2) permanent monuments (preferably buildings
or hardscapes)
C. Provide a separate as -built drawing of the system cut -in assembly and components. Drawings
shall match the requirements for other as-built drawings described in paragraph B above and
shall be enlarged to clearly identify each component (isolation valves, by -pass isolation valves,
flow sensors, master valves, etc.) for locating in the field.
IRRIGATION SYSTEMS
Section 02810
02810 -4
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Irrigation Systems
January 29 2010 100% CD's
D As- Built' records shall be updated daily and shall be available daily for review by the Owner's
Representative and Landscape Architect.
E. At the controller provide a reduced- scale, As- Built' schematic drawing of the irrigation
system. Laminate the drawing in plastic and mount inside of the controller cabinet door or on
the control panel.
1 13 TRAINING
A. Contractor shall provide on -site, hands -on training for Owner's maintenance staff. Training
shall include proper procedures for irrigation system operation, maintenance, and wmterizing.
Duration and content of training shall be sufficient to ensure adequate understanding of system
operation and maintenance to enable the Owner to operate, maintain, and wintenze the system
after the departure of the Contractor The Owner's Representative shall be notified of this
session at least 72 hours in advance. Contractor shall coordinate a mutually agreeable training
schedule with the Owner
1 14 FINAL APPROVAL
A. Final approval will be considered upon satisfactory completion of the following: all
performance tests, receipt of acceptable As- Built' documents and extra materials, training
session, receipt of signed and approved permits, and substantial completion approval from the
Owner's Representative and Landscape Architect.
PART 2 PRODUCTS
2.1 GALVANIZED PIPE AND 1 1'1"1INGS
A. Galvanized Pipe shall be Schedule 40, domestic manufacture, and shall conform to
ASTM A 53 Fittings shall be malleable galvanized.
1 All galvanized pipe and fittings installed below grade shall be painted with Fields A470
`Rainstop' nonfibered asphalt coating.
2. All galvanized pipe and fittings installed above grade shall be painted with one coat each
of galvanized metal primer and matte black alkyd oil enamel.
2.2 PIPE THREAD COMPOUND
A. All galvanized pipe threads shall be wrapped at least three (3) times (but no more than four (4))
with Teflon tape. A thin coat of Teflon paste (Rector Seal T +2) shall be applied on top of the
Teflon tape prior to assembly
2.3 POLYVINYL CHLORIDE (PVC) PIPE, FITTINGS AND CEMENT
A. Polyvinyl chloride pipe shall be PVC 1120 or 1220. PVC pipe shall be PW Pipe Purple Plus
PVC pipe for non potable reclaimed water systems or approved equal.
IRRIGATION SYSTEMS
Section 02810
02810 -5
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Irrigation Systems
January 29 2010 100% CD's
1 Mainline Pipe: Schedule 40.
2. Lateral Line Pipe: Class 200
3 Sleeves See paragraph 2.4 A (plain white PVC)
Risers on swing joints shall be Schedule 80, conforming to ASTM D 1784
Section 02810
C. Solvent weld fittings shall be manufactured by Lasco (or approved equal) and installed as
follows.
1 Mainline Fittings. Schedule 40/80
2. Lateral Line Fittings. Schedule 40
3 Valve and Quick Coupler Fittings. Schedule 40/80
D Solvent welding compounds shall be IPS `Weld -On products:
1 Primer- P -70 purple.
2. Cement: P -711 gray (heavy bodied)
2.4 PIPE AND WIRE SLEEVES
A. Pipe sleeves shall be six inches (6 in diameter Class 200 No more than one pipe shall be
installed in each sleeve. Install separate sleeves for control and communication wires.
B Sleeve under all paved surfaces whether indicated on the plan or not.
C. Extend all sleeves twelve inches (12 past any pavement edge.
2.5 GATE VALVES
A. Gate valves shall be Kennedy Ken -Seal II #4057 (up to 2' or #4561N (3' and larger), sized
per plan. Valves shall be the same size as the mainline The valve shall have a cast iron body
(with fusion- bonded coating), non -using stem, resilient coated wedge, square operating nut, and
pressure rated to 200 psi. Valve shall comply with AWWA Standard C 509
B Provide two (2) valve operating keys per paragraph 1 10 A. Keys shall be 36 inches long, 3 /4
inch stock with `tee' handle, and painted with rust- resistant paint.
2.6 PRESSURE GAUGE
A. Pressure gauge shall be Ashcroft Duraltfe Type 1009 Provide one (1) #25- 1009- AW -04L -160
B Provide appropriate fittings to adapt gauge to a quick coupling valve key
2.7 MANUAL DRAIN VALVE
A. Manual drain valve shall be a Champion 200 -100 (1.00 manual angle valve. The valve shall
have a heavy -duty brass body removal bonnet, flow control stem with cross handle for manual
IRRIGATION SYSTEMS 02810 -6
Bruce Dees Associates 2010
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Peninsula College Synthetic Turf Soccer Fields Irrigation Systems
January 29 2010 100% CD's Section 02810
valve key and pressure rated to 150 psi. The valve shall have a manufacturer's limited
warranty of not less than three (3) years.
2.8 QUICK COUPLING VALVES
A. Quick coupling valves shall be Rainbird 44 -LRC. Valve shall have brass construction, two
piece body design, stainless steel spring, purple, locking thermoplastic cover and pressure rated
to 125 psi. The valve shall have a manufacturer's limited warranty of not less than five (5)
years.
B Provide two (2) 44K keys and two (2) SH -1 hose swivels per paragraph 1 10 A.
2.9 CONTROLLER
A. Controllers are existing, see drawmgs.
2.10 AUTOMATIC CONTROL VALVES
A. Automatic control valves shall be senes RainBird PEB -PRSD series, size as noted in the Valve
Data Table. Valves shall be high strength glass filled construction, 24 volt, normally closed,
with flow control handle, internal bleed and rated at 200 psi.
B Each valve shall be tagged with a Rainbird VID Senes or Christy's ID- STD -Y2 valve tag
(yellow).
C. Size valves as noted in the Valve Data Table.
2.11 SPRINKLER HEADS
A. Sprinkler heads shall be described on drawings.
2.12 SPRINKLER AND QUICK COUPLING VALVE SWING JOINTS (RISERS)
A. Swing joints for sprinkler heads shall be as described on drawings.
B Swing joint for quick coupling valve shall be as follows.
1 Rainbird 44LRC: Dura Q C. Standard Unibody #1 A4- 1 -11 -12 (includes Quick Lock).
2.13 BACKFLOW PREVENTER
A. Existing backflow preventer shall be used, see drawings.
IRRIGATION SYSTEMS
02810 -7
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Irrigation Systems
January 29 2010 100% CD's
2.14 VALVE BOXES AND VAULTS
A. Valve Boxes shall be a combination of polyolefin and fibrous material. Extensions may be
required to bring the valve box to the proper level. Utilize drop -in -lid style covers unless
specified otherwise. All unions shall be accessible within the box. Boxes shall be as follows.
1 Be bolted down with stainless steel bolts. Box and cover shall be green.
2. Automatic Valves. Carson 1220 -18 with bolt -down cover or equal. The cover shall be
bolted down with stainless steel bolts. Box and cover shall be green.
3 Quick Coupling Valves: Carson 910 with 910-4B cover Box and cover shall be green.
4 Mainline Gate Valves. Six -inch (6 diameter PVC pipe or Ametek or Carson Roadway
Extension with a ten -inch (10 valve box on top per detail. Carson 910 with 910-4B
cover Box and cover shall be green. Box and cover at point of connection shall be gray
5 Coiled 24 -volt Wire and Communication Wire (PE 89 cable) to CCU Carson 1419 -12
with 1419 -4B bolt down cover or equal. Cover is to be gray and marked `Electrical.
2.15 DRAIN ROCK
A. Drain rock shall be 5/8' washed rock.
2.16 CONTROL WIRES AND PIPE LOCATOR WIRE
2.17 ELECTRICAL TAPE
2.18 ELECTRICAL WIRE SPLICES
IRRIGATION SYSTEMS
Section 02810
A. For automatic control valves #14 single strand copper wire designed for 24 -50 volts and shall be
UL approved for UF (underground feeder) UL and UF designations must be clearly marked on
the insulation jacket of the wire. Copper conductor must exceed ASTM B -3 specifications.
Paige, Service Wire Co or approved equal.
B Locator wires for below -grade piping shall be #14 bare copper, U.L. approved as UF ASTM B-
3 rated.
A. Electrical tape shall be black plastic, 3/4' wide, minimum 0.007 -inch thick, and all- weather type.
A. Automatic control valve wire splices shall be 3M DBY or DBR, no substitutions. All splices
shall be within a valve box. At each splice, the wire is to be tagged with a non -fading plastic
marker with the zone number permanently marked on the tag. This tag must also be included at
the control valve itself
B Splicing of the PE89 cable shall be done with Preformed Line Products Super Serviseal
Closures #8000639 All splicing shall be done within a valve box. All splice boxes must be
numbered and indicated on the As -Built drawings.
02810 -8
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Irrigation Systems
January 29 2010 100% CD's Section 02810
2.19 ELECTRICAL CONDUIT
A. This specification pertains only to low voltage wiring. All 120 -volt power shall be furnished in
accordance with national code and city electrical codes, established safety codes and applicable
local codes and ordinances.
B Conduit above finish grade shall be rigid galvanized steel with zmc- protected threads. Fittings
shall be of the same material with hot dipped galvanized finish.
C. Conduit within a building shall be EMT where permitted by Code. Fittings shall be suitable for
this product.
D Conduit within the ground shall be Schedule 40 Rigid PVC. Fittings shall be suitable for this
product. Any run over 400 feet will require a pull box in the middle of the run or every 400
feet. Pull boxes shall be ten inch (10 round with `ELECTRICAL labeled on the lid.
E. All equipment furnished and installed shall be in accordance with National, State, and City
Electncal Codes, established safety codes and applicable local codes and ordinances.
PART 3 EXECUTION
3 1 EXISTING CONDITIONS
A. Verify that the proper flow and dynamic pressure are available at the point of connection
(downstream of the meter) pnor to beginning any imgation work.
1 Flow 100 gallons per minute (gpm.).
2. Dynamic Pressure 240 gpm 100 psi.
Notify the Owner or Landscape Architect of any deficiencies.
B Prior to beginning any trenching, verify that the subgrade is at the correct design grade and has
been approved by the Owner's Representative or Landscape Architect.
3.2 PREPARATION
A. Stake the locations of any major component of the proposed irrigation system. Bring any
potential discrepancies to the attention of the Landscape Architect before installation.
3.3 GENERAL CONSIDERATIONS
A. Install unions adjacent to valves and to final connections to other components with 21/2 or
smaller pipe connections.
B Install flanges adjacent to valves and to final connections to other components with 3' or larger
pipe connections.
C. Install dielectnc fittings to connect piping of dissimilar metals.
IRRIGATION SYSTEMS
02810 -9
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Irrigation Systems
January 29 2010 100% CD's
D Transition Fittings. Use transition fittings for plastic -to -metal pipe connections.
E. Reassembly work has to be done after the fittings have been coated, a new coat shall be applied
to the disturbed surface.
F Dielectric Fittings. Use dielectric fittings for dissimilar -metal pipe connections.
3 4 PVC PIPE TRENCHING AND BACKFILLING
Section 02810
A. Mainline pipe shall be installed with a minimum of eighteen inches (18 and a maximum of
twenty -four inches (24 of cover Provide thrust blocking at changes in direction.
B Lateral line pipe shall be installed with a minimum of twelve inches (12 and maximum of
eighteen inches (18 of cover
C. Install pipe with manufacturer' s markings facing up (12 o clock).
D Pipe shall be laid on stable soil with trench bottom evenly graded (without humps or
depressions) Ledge rock, boulders and cobbles two inches (2 or larger shall be removed so
that there is no contact with any piping. Voids remaining from the removal of large rocks shall
be filled and compacted with select matenal. Install piping free of sags or bends.
E. Where multiple irrigation pipes share a common trench, trench shall be sufficiently wide (or
piping shall be arranged) to allow four inches (4') minimum of honzontal separation and six
inches (6 minimum of vertical separation between piping, while maintaining specified
minimum and maximum cover over piping. Irrigation pipes shall be located in a separate
trench from any domestic water piping.
F Backfill around pipe and fittings shall be free from large rocks and shall be well tamped. The
trenches shall be thoroughly compacted to 90% density at optimum moisture content. Trenches
shall be backfilled in lifts to a level that is even with subgrade (or surrounding grade), raised to
a slight mound and rolled with a 200 -pound roller or with an approved compactor or vibrator
Lifts shall be six inches (6 maximum. All roots, rocks, and surplus excavations shall be
removed from the site. Contractor is responsible for all trench settlement during the warranty
period of the Contract.
G If the existing soils are determined by the Owner's Representative to be unacceptable for use as
backfill matenal, the pipes shall be sand bedded. Sand shall be placed to a minimum depth of
2' below the pipe and 4 above and along side the pipe (approx. 1 CF of sand per LF of trench)
The Contractor will be compensated for sand bedding on a unit cost basis established in the bid
proposal. Do not proceed with any sand bedding pnor to inspection approval by the Owner's
Representative.
H. Install PVC piping in dry weather when temperature is above 40 degrees Fahrenheit. Allow
joints to cure at least 24 hours at temperatures above 40 degrees Fahrenheit before testing unless
otherwise recommended by manufacturer
3.5 WELDING OF PLASTIC PIPE AND FITTINGS
A. Prior to construction of this project, Contractor shall provide the Owner' s Representative with
wntten evidence that all Contractor staff assigned to solvent welding duties of PVC pipe or
IRRIGATION SYSTEMS
02810 -10
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Irrigation Systems
January 29 2010 100% CD's Section 02810
fittings are in possession of an up -to -date certification card issued by manufacturer
representative of specified solvent cement. If Contractor' s staff are not in possession of current
certification cards, the Contractor shall schedule and complete a training seminar (conducted by
solvent cement manufacturer representative) and provide written evidence of training
completion for each staff member, to the Owner's Representative prior to construction. Only
staff that are certified shall be permitted to solvent weld pipe and fittings.
B All gasketed and solvent weld plastic pipe shall be installed in accordance with manufacturer's
installation instructions. Great care shall be taken to ensure that the inside of the pipe is
absolutely clean. Pipe ends (not being worked) shall be protected and not left open. Cleaning
of cutting burrs is mandatory
C. For solvent weld pipe, PVC pipe ends shall be cut at a 90- degree angle to the pipe length and
shall be cleaned (use approved reaming tool) of all burrs prior to cementing. Pipe ends shall be
wiped clean with a rag that has been lightly wetted with PVC thinner Joints shall be
completely free of moisture or condensation.
D Cement shall be applied with a light coat on the inside of the fitting and a heavier coat on the
outside of the pipe (no further back from the end of pipe than the fitting would slip).
Application of cement on the interior of the fittings shall be quantified to ensure no cement shall
be pushed into the flow stream of the pipe. Pipe shall be inserted into the fitting and given a
quarter turn to seat the cement. Excess cement shall be wiped from the outside of the pipe.
Cement that becomes unduly thick or heavy shall not be thinned and re -used. CONTRACTOR
SHALL DISPOSE OF SAME. Pipe shall be tested as indicated elsewhere in these
specifications.
E. Allow 15 minutes (minimum) set -up time for solvent weld joints before moving or handling.
Pipe shall be partially center loaded to prevent arching or slipping. No water shall be permitted
in the pipe for at least 10 hours to permit solvent weld set and cure. Backfillmg shall be done
when the pipe is not in an expanded condition due to heat or pressure. Cooling of the pipe can
be accomplished by operating the system for a short period of time before backfilling, or by
backfilhng in the early part of the morning before the heat of the day Before pressure testing,
allow 24 hours cure time for solvent weld joints.
F Lateral lme pipe may be longitudinally bent at a ratio of 200 times the outside diameter (o.d.) of
the pipe over the length of one (1) full stick of pipe [i.e. 1h pipe (1.9' o.d.) can be bent to a
minimum radius of 1.9 x 200 or 380 inches (31 7') over 20']
3.6 PIPE AND WIRE SLEEVES
A. Provide pipe sleeves under paved areas as required, or as shown on plans. Provide multiple
parallel pipe sleeves where shown on plans or as required. Install electrical wiring in a separate
sleeve from irrigation piping. See paragraph 2.4
B Provide three (3) 2' diameter conduits for each controller into the proposed building at the
designated location for the controllers. Verify with the Owner if different than shown on plans
and adjust location at contractor's cost. A total of twelve (12) conduits. Terminate conduits in a
standard valve box (junction box) outside the building.
IRRIGATION SYSTEMS
02810 -11
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Irrigation Systems
January 29 2010 100% CD's
3 7 GATE VALVES
A. Gate valves shall be installed per detail at mainline depth. Valves shall be installed in a six -inch
(6 PVC pipe collar or plastic roadway valve box (depending upon actual depth), topped with a
ten -inch (10 valve box with locking lid.
3.8 PRESSURE GAUGE
A. Provide gauge to Owner's Representative as part of spare parts per Part 1 10 A.
3.9 MANUAL DRAIN VALVE
A. Install manual drain valve per detail, at the two lowest points of each mainline (C, D E, F)
3 10 QUICK COUPLING VALVES
D Thoroughly flush mainline before installing Quick Coupling Valves.
3 11 AUTOMATIC CONTROL VALVES
Section 02810
A. Owner shall approve all locations pnor to construction. Quick coupling valves shall be installed
per detail on unibody swing jomts.
B Quick Coupling Valves shall be installed a minimum of twelve inches (12 and maximum of
thirty -six inches (36 from pavement or lawn edge (except at point of connection) The
maximum distance from the top of the quick coupler to the top of the valve box shall be three
inches (3 Make sure quick coupler key easily passes the top of the valve box when fully
engaged. The valve shall be installed inside a ten inch (10 round valve box. Care must be
taken to prevent excessive water backup withm the valve box.
C. A six -inch (6 layer of washed drain rock shall be placed in the bottom of the valve box,
encased in a layer of geotextile fabric
A. Automatic valves shall be installed per detail in specified valve boxes, one valve per valve box.
Provide Schedule 80 PVC unions downstream of valve, per detail. Thoroughly flush mainline
before installing automatic valves. Use valve -box extensions as necessary to extend box
completely below bottom of valve.
B Install only one valve per valve box. Use Schedule 80 nipples and Schedule 80 fittings and pipe
from the mainline to the valve. Use valve box extensions to insure that the box extends at least
ten inches (10 below the bottom of the valve. The maximum distance from the flow control
handle to the top of the valve box shall be six inches (6 Automatic valves shall be installed
inside a thirteen by twenty -four inch (12' x 20 jumbo valve box. Care must be taken to
prevent excessive water backup within the valve box. A six -inch (6 layer of drain rock shall
be placed in the bottom of the valve box. Group valves where practical. Locate valve boxes six
inches (6 from and perpendicular or parallel to walk edge, building, and walls. Provide
twelve inches (12 between boxes where valves are grouped together
IRRIGATION SYSTEMS
02810 -12
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Irrigation Systems
January 29 2010 100% CD's Section 02810
C. For pressure regulating valves, set downstream pressure using a pressure gauge assembly to
obtain optimum sprinkler performance.
3 12 SPRINKLER HEADS
A. Backfill around heads shall be approved native or import topsoil, well compacted. Sprinklers
shall be installed flush with sidewalks and curbs and no closer than three inches (3 from paved
edge. All heads shall be set perpendicular to fmish grade unless otherwise specified on the
plans. Refer to details.
B Thoroughly flush lines before installing sprinkler heads.
C. Refer to installation details.
3 13 SPRINKLER AND QUICK COUPLING VALVE SWING JOINTS (RISERS)
A. On rotor spray and quick coupling valve triple swing joints, apply two wraps of Teflon tape
around threaded outlet connection (to sprinkler or quick coupling valve) Threaded connections
shall be watertight. Do not over tighten.
3 14 VALVE BOXES
A. Install valve boxes plumb and flush with finish grade, so that a reel type mower may pass over
without interference. Box shall be supported on continuous bnck foundation per detail. Valve
box archway shall not rest on piping provide a minimum of one -inch (1 clearance around
any piping.
B Provide filter fabnc cover over all below grade openings to prevent debris from contaminating
the drain rock.
C. If construction debris washes into the automatic valve or quick coupling valve boxes prior to
project completion, remove existing gravel and replace with new gravel.
3 15 CONTROL WIRES FOR VALVES, PIPE TRACER WIRE AND SPLICES
A. Control wires shall be taped together at 10 -foot intervals and place alongside the main (not
under) approx. 6' from side of pipe. Provide three (3) foot long expansion loops at all
directional changes.
B There shall be a separate "hot' lead for each automatic valve One common wire may be used
to reach all valves on an individual controller Auxiliary wires shall be installed as noted on the
plans. Install auxiliary wires to pass through each intermediate valve box. Seal ends of
auxiliary wires. Hot common and auxiliary wires shall be looped (18' minimum loop) as they
pass through each valve box.
C. Minimum size of copper wire for this project is #14 OF The control wires shall be color coded
as follows.
1 Neutral Wire (common) white
IRRIGATION SYSTEMS
02810 -13
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Irrigation Systems
Section 02810
January 29 2010 100% CD's
2. Signal Wire (controller) red
3 Spare Wires (auxiliary) orange
D All wire from controller to valves shall be rated Underground Feeder (UF)
E. All splices shall be encapsulated in the device specified m the paragraph for 'Electrical Wire
Splices All splices shall be contained in a plastic valve box wherein a valve is installed. No
splices are permitted between controller and the valves.
F Install #14 bare copper locator (trace) wire, taped to pipe, along each mainline and all sports
field laterals. Tie all bare copper wire together in one continuous web
G Trace wire shall be visible and accessible at point of connection, all gate valves, all quick
coupling valves, all ball valves, and all remote control valves.
3 16 SYSTEM FLUSHING
A. The entire system shall be flushed prior to the installation of the spnnkler heads. After capping
all risers, Contractor shall remove the cap nearest the automatic valve, flush and recap
Contractor shall then repeat this process by removing the next nearest cap Repeat this process
until the last head on the circuit is flushed. Valve zones with spray spnnklers on swing pipe
risers to be flushed with pressure regulating valve adjusted to less than 75 psi.
3 17 PRESSURE TESTS
A. Before any testing, all piping shall be thoroughly flushed. Center loading of the pipe is
permissible prior to testing, but all pipe end joints, fittings, gate valves, and automatic
B Valve stub outs shall be exposed for inspections during the pressure test.
C. Mamhnes shall be filled from the point of connection until all air is removed from the mainline
Smaller sections of the mainline can be tested by closing the gate valves that isolate that
particular section of piping. All mainline pipe, fittings, gate, and automatic valves shall be
subjected to a hydrostatic pressure test of 125 psi for one hour with no allowable pressure loss.
D Lateral lines shall be tested at 75 psi. Test following swing joint or riser installation. All swing
joints and fixed risers shall be capped. All pipe end joints, fittings, and swing joints shall be left
exposed for inspection. Pnor to inspection, lines shall be filled with water and all air shall be
purged from the lateral. Inspection of lateral lines will be done visually
E. Rejected systems or any portions thereof shall be repaired and re- tested as specified.
F Contractor shall furnish all equipment, materials, and labor for all testing. The Contractor shall
notify the Owner's Representative or Landscape Architect at least seventy -two (72) hours prior
to the test so an inspector may witness the test.
3 18 LABELING AND IDENTIFYING
A. Install all valve i.d. tags per paragraph 2.12 C.
IRRIGATION SYSTEMS
02810 -14
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Irrigation Systems
January 29 2010 100% CD's Section 02810
B Provide a reduced, laminated version of the system layout and mount per the Owner's direction
next to the control panel.
3 19 FINAL REVIEW
A. Prior to request for final review accomplish the following:
1 Complete the installation.
2. Balance the system by adjusting pressure regulating devices and flow controls on valves.
3 Confirm proper operation of controller Perform diagnostic test for communication with
central computer controller
4 Test for proper operation of system using Owner provided remote.
5 Clean sediment from valve boxes so that drain rock (below valves) and wiring (including
auxiliary wire) is clearly visible.
6. Submit Operation and Maintenance manuals for review by the Landscape Architect.
7 Complete As Built' documents and submit for review by the Landscape Architect.
8 Submit miscellaneous keys, spare parts, and required tools and deliver them to the
Owner's Representative.
3.20 PERFORMANCE TESTS
A. A performance test is part of the final review
B Upon completion of the system installation and after the pressure tests have been completed and
the system has been adjusted, the Contractor shall operate the system in the presence of the
Landscape Architect.
C. Coverage check: Each automatic valve shall be operated to determine proper sprinlder
coverage. Excessive water on non landscaped areas will be checked carefully During the
coverage check, check operation via the Owner provided remote.
D The controller shall be tested for manual and automatic operation and for operation from the
central computer and owner provided hand -held remote.
E. After the system performance test, the Landscape Architect may request up to five percent (5
of the total sprinkler nozzles be substituted at no additional cost.
3.21 CLEAN UP
A. The contractor is responsible for maintaining a clean and safe working environment throughout
the project site. Regular policing of the project site of trash and project debris will be required.
The disposal to all trash will be the Contractors' responsibility
END OF SECTION 02810
IRRIGATION SYSTEMS
02810 -15
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Chainlink Fencing Gates
January 29 2010 100% CD's Section 02820
SECTION 02820 CHAINLINK FENCING GATES
PART 1 GENERAL
1 1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and
Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes the following:
1 Chainlink fencing.
2. Soccer screen.
B Related Sections include the following:
1 Section 02300 Earthwork.
1.3 SUBMITTALS
A. Product Data. Material descriptions, construction details, dimensions of individual components and
profiles, and finishes for the following:
1 Fence and gateposts, rails, and fittings.
2. Chainlink fabric, reinforcements, and attachments.
3 Submit shop drawings for gates and soccer screen and netting.
B Product Certificates: Signed by manufacturers of chain -link fences and gates certifying that products
furnished comply with requirements.
C. Qualification Data. For firms and persons specified in 'Quality Assurance Article to demonstrate their
capabilities and experience. Include lists of completed projects with project names and addresses, names
and addresses of architects and owners, and other information specified.
1 4 QUALITY ASSURANCE
A. Installer Qualifications. An experienced installer who has completed chain -link fencing similar m
matenal, design, and extent to those indicated for this Project and whose work has resulted in construction
with a record of successful in- service performance.
B All welding shall be by a WABO certified welder
1.5 PROJECT CONDITIONS
A. Existing Utilities. Locate all buried utilities prior to beginning work. Exercise caution in the vicinity of
the buried utilities.
CHAINLINK FENCING GATES
02820 -1
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
B Field Measurements. Verify layout information shown on Drawings in relation to property survey and
existmg structures. Verify dimensions by field measurements.
PART 2 PRODUCTS
2.1 CHAINLINK FABRIC
A. Steel Chainlink Fabric Provide fabric fabricated in one -piece widths. Comply with Chain Link Fence
Manufacturers Institute 'Product Manual" and with requirements indicated below
1 Mesh and Wire Size 2 -inch mesh, 9 gauge (0 148 inch diameter) and 6 gauge (0 192 inch
diameter)
2. Galvanized with .30 oz. per sf on wire.
3 Knuckle selvage top and bottom.
2.2 FRAMEWORK
A. Round Steel Pipe: Standard weight, Schedule 40, galvanized steel pipe complying with ASTM F 1083
Comply with ASTM F 1043 Material Design Group IA, external and internal coating Type A, consisting
of not less than 1.8- oz. /sq ft. zinc; and the following strength and stiffness requirements.
1 Posts
a. All posts shall be standard hot -dip galvanized steel pipe, straight, true as to section and
unspliced.
b Line posts shall be 2.375 inch outside diameter Schedule 40 pipe, and 3.65 pounds per
linear foot.
c. Terminal posts shall be 3.5 inch outside diameter, Schedule 40 pipe.
d. All post finials shall be standard moisture proof, heavily galvanized, malleable iron securely
fastened to posts.
e. Soccer screen posts 4 outside diameter Schedule 40, 9 1 pounds per linear foot.
2. Rails
a. Fences shall have both top and bottom rails and some have mid rails. See details for rail
height.
b. Rails shall be standard galvanized steel pipe 1.66 inch outside diameter weight 2.27 pounds
per lineal foot.
c. Top rail shall be securely fastened to terminal posts and pass through tops of line post
fittings, forming a contmuous rail for the full length of fence. Top rail shall be furnished in
random lengths from 18 to 20 feet long and with standard hot -dip galvanized steel expansion
couplings not less than 6' in length. Short lengths shall not be used adjacent to terminal
posts.
3 Brace Assembly
a. All terminal pull posts, corner posts, and gate posts shall be furnished with double adjustable
brace assembly as specified by the fence manufacturer
4 Tension Bars Wire Ties
a. Tension bars shall be used at all terminal posts and both sides of pull posts, corner posts, and
gates. Tension bars shall be of full height of fabric 3/16' x 3/4
b Wire ties shall be 9 -gauge steel with a minimum of 0.9 oz per sf of zinc coating.
5 Wood Back Board
a. See kick wall back boards.
CHAINLINK FENCING GATES
Chainlink Fencing Gates
Section 02820
02820 -2
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Chainlink Fencing Gates
January 29 2010 100% CD's Section 02820
2.3 COATING
A. Vinyl Coating
1 Fabric shall be hot dipped galvanized prior to vinyl coating.
2. Vinyl coating shall be thermally fused and bonded, Class 2B
3 Thickness of vinyl coating fabric shall be 6 -10 mil.
4 Color Black.
B TGIC Polyester Coating
1 All fencing components other than fabric shall be Polymer coating, PVC, or polyolefin elastomer
10 -mils (0.254 -mm) minimum or polyester 3 -mils (0.0076 -mm) minimum coating can be applied
to the exterior surface of tubular shapes. Color of the coating shall be in accordance with
Specification F934 and match fabnc.
C. Paint
1 All nuts, bolts, and washers shall be painted to match vinyl coating.
2.4 CAST -IN -PLACE CONCRETE
A. General. Comply with ACI 301 for cast -in -place concrete.
B Materials. Portland cement complying with ASTM C 150 aggregates complying with ASTM C 33 and
potable water
1 Concrete Mixes. Normal- weight concrete air entrained with not less than 3000 -psi compressive
strength (28 days), 3 -inch slump, and 1 -inch maximum size aggregate.
C. Materials. Dry- packaged concrete mix complying with ASTM C 387 for normal weight concrete mixed
with potable water according to manufacturer's written instructions.
2.5 KICK WALL BACKBOARDS
A. Wood Planks
1 S4S select structural.
B Preservative Treatment
1 All lumber shall be pressure- treated as follows.
Soecies/Tvne Treatment Retention
Douglas Fir Ammoniacal Copper Zinc 40
Arsenate (ACZA) Chemonite
AWPA Standard C2 C18
2. All treatment shall be in accordance with AWPA C2 and all lumber shall bear
AWPB quality mark designation. After treatment, dry all wood to moisture content
3 CCA treated lumber shall not be stained brown with factory- applied stain.
4 Preservative treated wood shall be produced using the Best Management Practices
use of treated wood in actual environments.
the appropriate
of 19%
(BMPs) for the
C. Hardware
1 Bolts and nuts shall conform to ASTM A307
2. All hardware, including all fasteners, shall be hot dipped galvanized in accordance with ASTM A-
123 or ASTM A 153 as applicable.
CHAINLINK FENCING GATES 02820 -3
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Chainlink Fencing Gates
January 29 2010 100% CD's
PART 3 EXECUTION
31 SEQUENCING
A. Layout all fence lines and gates for approval by Owner's Representative prior to beginning any work.
3.2 CHAINLINK FENCE SOCCER SCREEN
A. Posts.
1 Space line posts uniformly and plumb as shown.
2. Place all soccer screen posts as shown.
B Top Rail. Install alignment. Run rail continuously on top of posts.
C. Bottom Rails. Install, spanning between posts, attaching at posts.
Section 02820
D Chainlink Fabnc Apply fabric to inside of framework. Leave the space showing on the Drawings
between finish grade or surface and bottom selvage. Pull fabric taut and tie to posts, rails, and stretcher
rod. Anchor to framework so fabric remains under tension after pulling force is released.
E. Tension or Stretcher Rod. Thread through fabric and secure to curved ends with O.D galvanized
tension rods.
F Tie Wires: Use wire of proper length to firmly secure fabnc to line posts and rails. Attach wire at one
end to chain -link fabnc, wrap wire around post a minimum of 180 degrees, and attach other end to chain
link fabric per ASTM F 626 usmg standard round wire ties with either a preformed hook or pigtail at one
end, designed to engage on picket of the chain link fabric at the preformed end, wrap around the rail and
wrap around one picket of the chain link fabric at least one full turn at the other end in a manner that will
draw up tightly around the rail or post. Both ends shall be wrapped with at least one full turn. Bend ends
of wire to minimize hazard to individuals and clothing.
1 Maximum Spacing: Tie fabric to line posts, rails and structural rod 12' inches o.c
G Fasteners. Install nuts for tension bands and carriage bolts on the side of the fence opposite the fabnc
side.
H. Wood Kick Wall. Ease all exposed edges 'A inch.
3.3 CLEANUP
A. Contractor shall leave grounds in good condition, remove all sand, gravel, debris, dirt, and leave fence
complete and workable in all details.
34 GUARANTEE
A. The Contractor shall guarantee in every detail the material and construction against defects. Any defects
which develop within one (1) year from date of final acceptance shall be replaced at the expense of the
Contractor
CHAINLINK FENCING GATES
02820 -4
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Chainlink Fencing Gates
January 29 2010 100% CD's Section 02820
END OF SECTION 02820
CHAINLINK FENCING GATES
02820 -5
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
SECTION 02870 SITE FURNISHINGS
PART 1 GENERAL
1 1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and
Division 1 Specification Sections, apply to this section.
1.2 SUMMARY
A. This Section includes the following site and street furnishings.
1 Bleachers.
2. Soccer goals.
3 Bleacher cover
4 Dugout benches and storage shelves.
5 Bases and plates.
Site Furnishings
Section 02870
B Related Sections include the following:
1 Division 2, Section 'Earthwork' for excavation for installation of concrete footings.
2. Division 3, Section "Cast -in -Place Concrete for concrete footings.
C. Products furnished, but not installed under this section, include base plates and anchor bolts to be cast in
concrete footings.
1.3 SUBMITTALS
A. Product Data. For each type of product indicated. Include construction details, material descnptions,
dimensions of individual components and profiles, finishes, field- assembly requirements, and installation
details.
B Samples for Initial Selection. For units with factory- applied color finishes.
C. Product Schedule For site furnishings. Use same designations indicated on Drawings.
1 4 QUALITY ASSURANCE
A. Source Limitations. Obtain each type of site furnishings through one source from a single manufacturer
PART 2 PRODUCTS
2.1 MANUFACTURERS
A. Available Products Subject to compliance with requirements, products that may be incorporated into the
Work include, but are not limited to, the followmg:
SITE FURNISHINGS
02870 -1
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
B Products. Subject to compliance with requirements.
2.2 DUGOUT BENCHES STORAGE SHELVES
A. Description.
1 Dugout benches with back and storage shelf shall be aluminum with three (3) straight legs and
exposed ends capped.
2. Frame. 2 3/8 O.D Schedule 40, hot dipped galvanized steel pipe.
3 Planking: 2 x 10' anodized aluminum, 6063 -T6 with 204 -R1 anodized clear finish end caps.
4 Hardware. Hot dipped galvanized.
B
Quantity
1 Provide sixteen (16) linear feet of dugout bench and storage shelves per dugout.
C. Approved Manufacturers.
1 Dant Heavy Duty Bench, Outdoor Aluminum 'Heavy Duty Galvanized Steel or National
Recreation Systems or approved equal modified to accept pipe collars.
D Pipe Collars at Each Leg
1 Wagner No 1660, 2 -3/8 plain flange galvanized steel, 1- 800 -786 -2111
2.3 SOCCER GOALS
A. Description.
1 Scoremaster DM 2400
a. 8' high x 24 wide x 8'4" deep
b. White powder coat.
c. Rounded edges and smooth corners.
d. With wheel kit five (5) each.
2. Kwik Goal Deluxe European Club Soccer Goal 8'
a. 8' high x 24' wide x 8' deep
b. White polymer coating.
c. Round posts.
d. With wheel kit each goal.
B
Quantity. Provide four (4) goals each with heavy -duty soccer goal nets.
2.4 BASES AND PLATES
A. Description.
1 Hollywood (HIB) bases, pitching rubbers (24 with dual stanchions), home plates, anchors and
rubber plugs.
B Quantity
1 Two (2) bases and one (1) double base and two (2) anchors each.
2. One (1) home plate and anchor
3 One (1) pitcher plate and two (2) anchors.
SITE FURNISHINGS
Site Furnishings
Section 02870
02870 -2
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
2.5 NON ELEVATED ANGLE FRAME BLEACHERS
A. Descnption.
1 Quantity and Size Shall consist of 2 units 3 rows high. Net seating capacity per unit 113
(excluding aisles, based on 18 per seat)
2. Framework: Prefabricated aluminum angle spaced at 6' -0' intervals joined by means of aluminum
angle cross bracing.
3 Shop Connections. Welded to meet AWS standards and local code requirements.
4 Joint Sleeve Assembly. Internal splices, where required shall be two per joint, and shall penetrate
the joint a minimum of 8' in each direction and be riveted at one end only to allow for contraction
and expansion.
5 Rise and Depth Dimensions. 8 vertical rise and 24 tread depth, Seat height is 17' above its
respective tread.
6. Seats. Nominal 2" x 10' anodized aluminum with anodized end caps.
7 Treads. Nominal two (2) 2" x 10' mill finish aluminum with anodized end caps on rows 2 up.
8. Risers. Nominal two (2) 1 x 6' mill finish aluminum with mill finish end caps on top row
Nominal 1" x 6' mill finish aluminum with end caps on all other rows. Risers shall be powder
coated black.
9 Aisles. Aisle footboards shall be of aluminum alloy 6063 -T6 and be of mill fmish with contrasting
aisle markings. Three aisle stiffener angles shall be used to strengthen the aisle step. There shall
be 2 aisles 54 wide.
10 Aisle Handrail. Anodized aluminum pipe with intermediate rail.
B Quality Assurance.
1 Manufacturer Qualifications. Manufacturer must have a minimum of ten years experience in the
design and manufacture of bleachers.
2. Welders must conform to AWS standards.
3 Source Quality Control. Mill Test Certification.
4 Codes and Standards. 2006 International Building Code ICC 300
C. Warranty•
1 Warranty shall guarantee bleachers to be free from defect in materials and workmanship for a
penod of 1 year under normal use. Warranty period shall begin on date of completion for projects
installed by manufacturer, or its subcontractors, or warranty period shall begin on date of final
delivery on projects installed by others.
2. Anodized finish of plank extrusions shall be covered by a 5 year warranty against loss of structural
strength or fmish deterioration due to exposure to weather conditions or UV rays. Discoloration of
mill fmish aluminum due to galvanic reaction not covered.
D Product Liability Insurance.
1 Product liability insurance is carried for the life of the product in the amount of $2,000,000
E. Engineenng
1 Engineering certifications and calculations by a Registered Professional Engineer will be provided
upon request.
F Design.
1 Applicable Codes. International Building Code (IBC), 2006 Edition ICC 300, except
handicapped requirements.
2. Design Loads:
a. Live Loads. Uniform loading Structure 100psf. Uniform loading Seat and Foot plank
120 plf.
SITE FURNISHINGS
Site Furnishings
Section 02870
02870 -3
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
G Materials Finishes.
1 Framework:
a. Aluminum: Structural fabrication with aluminum alloy 6061 -T6 mill finish. Each frame
shall be unit- welded, using metal inert gas method, under guidelines by the American
Welding Society After fabrication, all steel is hot dipped galvanized to ASTM A -123
specifications. All crossbracing and horizontal bracing shall be aluminum angle 6061 -T6
mill finish.
2. Extruded Aluminum
a. Seat Planks Aluminum alloy 6063 -T6, clear anodized 204R1 AA- M10C22A31, Class II
with a wall thickness nominally .078 for impact and deformation resistance.
b Tread and Riser Planks Aluminum alloy 6063 -T6, mill finish with a wall thickness
nominally 078" for impact and deformation resistance.
c. Aisle Pipe: 1 5/8 OD schedule 40 aluminum alloy 6105 -T5 clear anodized 204R1 AA-
M10C22A31 Class II.
3 Accessories.
a. Channel End Caps. Aluminum alloy 6063 -T6, clear anodized 204R1 AA- M10C22A31
Class II.
b. Hardware Bolts and nuts shall be hot dipped galvanized.
c Hold Down Clip Assembly. Aluminum alloy 6063 -T6 mill fmish.
d. Joint Sleeve Assembly. Aluminum alloy 6061 -T6, mill fmish.
H. Acceptable Manufacturer
1 National Recreation Systems, Inc. Outdoor Aluminum, Dant.
2.6 BLEACHER COVER
A. Roof
1 Roll formed structural roof panels. 24" wide, W- shaped 2 deep ribs on 8 centers, watertight
snap -lock connection in high strength embossed 3105 H154 aluminum.
2. Facia. Aluminum alloy 6063 T5 extruded gutter trim facia, and ndge cap
3 Fasteners. #8 -18 x 3 /4 #2 Tek 410SS and #12 x 3 /4 #3 Tek zinc plated Hex washer head screws.
4 Finish. Anti- graffiti finish polyurethane -based powder coating 3 -6 mils thick.
B Structure.
1 Steel. Conform to ASTM A500.
2. Posts. Structural steel rectangle tubing, 3 x 4" x 3/16" or 3" x 5' x 3/16'
3 Rafters: Structural steel tubing, 3 x 3 x 1/8
4 Ridge, Rafter Column Plates. Constructed of 3/16' steel.
5 Fasteners. Hot dipped galvanized ASTM A325
PART 3 EXECUTION
31 EXAMINATION
A. Examine areas and conditions, with Installer present, for compliance with requirements for correct and
level finished grade, mounting surfaces, installation tolerances, and other conditions affecting
performance.
SITE FURNISHINGS
b Sway Loads. Perpendicular to seats 10 plf Parallel to seats 24 plf
Site Furnishings
Section 02870
02870 -4
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields
January 29 2010 100% CD's
B Proceed with installation only after unsatisfactory conditions have been corrected.
3.2 INSTALLATION GENERAL
A. Comply with manufacturer's written installation instructions, unless more stringent requirements are
indicated. Complete field assembly of site furnishings, where required.
B Install site furntshmgs after paving has been completed.
Site Furnishings
Section 02870
C. Install site furnishings level, plumb, true, and securely anchored at locations indicated on Drawings.
3.3 SOCCER GOALS
A. Assemble in strict conformance with manufacturer's mstructions.
3 4 BLEACHERS
A. Install bleacher unit in accordance with manufacturer wntten instructions and shop drawings.
B Provide complete and assembled in place Alt.
3.5 CLEANING
A. After completing site furnishing installation, inspect components. Remove spots, dirt, and debris. Repair
damaged finishes to match ongmal finish or replace component.
END OF SECTION 02870
SITE FURNISHINGS
02870 -5
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Lawns and Grasses
January 29 2010 100% CD's
SECTION 02920 LAWNS AND GRASSES
PART 1 GENERAL
1 1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and
Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section includes the following:
1 Hydroseeding.
B Related Sections include the following:
1 Division 2 Earthwork.
2. Division 2 Soil Mixes Placement.
1.3 DEFINITIONS
A. Finish Grade. Elevation of finished surface of soil.
14 QUALITY ASSURANCE
B Pre- installation Conference: Conduct a conference at Project site to comply with requirements in
Division 1
1.5 SUBMITTALS
B Fertilizer Certification. Submit duphcate copies of all invoices for all fertilizer showing the grade
furnished.
C. Schedule Maintenance shall be continuous until the project as a whole is accepted.
LAWNS AND GRASSES
Section 02920
A. Installer Qualifications. A qualified landscape mstaller whose work has resulted in successful lawn
establishment.
1 Installer's Field Supervision. Require Installer to maintain an experienced full-time supervisor on
project site when planting is in progress.
A. Seed Analysis: A complete analysis of the seed shall be submitted by the Contractor pnor to planting.
The analysis shall mclude: the percent of pure seed, germination rate, other crop seed (including inert and
weed seed), and the germination test date. All crop seed in excess of one percent must be itemized.
02920 -1
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Lawns and Grasses
January 29 2010 100% CD's
PART 2 PRODUCTS
2.1 SEED
A. Type I Turf Grass Seed Mix.
1 Mixture: 100% by weight, Turf type, Perennial Ryegrass.
2. Ryegrass Type Ryegrass shall be a blend of three varieties recommended by the Washington State
extension service.
3 Percentage of Pure Seed. Ryegrass 90%
4 Min. Germination Percentage Ryegrass 90%
5 Weed Seed. Total weed seed for the mixture shall not exceed 0.5%
B Other Seed Requirements:
1 Seed Law All seeds shall conform to the requirements of the Washington State Seed Laws, and
where applicable, the Federal Seed Act.
2. Noxious Weed Seed. All seed shall be free of seeds of weeds listed as primary noxious by the
Washington State Seed Law Seeds shall not contain seeds of weeds listed as secondary noxious
by the Washington State Seed Law singly or collectively in excess of the labeling tolerance
specified by the Washington State Seed Law
3 Rejection. When seeds furnished under this specification fail to meet the requirements within
tolerance, as provided by the Washington State Seed Law the lot shall be rejected or subjected to
fiscal adjustment.
4 Re- cleaning: Seeds shall be thoroughly re- cleaned and of uniformly good quality and appearance
throughout each lot.
5 Preparation for Delivery. Seeds shall be packed in clean, sound containers of uniform weight.
Seed shall be labeled as required by law
6 Reference Specifications. Chapter 15 49 Washington State Seed Law
2.2 FERTILIZER
A. For Incorporation with Seeding:
1 Initial Application.
a. Use a 10 -10 -20 or 16 -16 -16 fertilizer with the following characteristics.
1) 50% of the nitrogen shall be denved from 38% urea formaldehyde.
2) Potash shall be denved from sulfate of potash.
3) Fertilizer shall be retained by Taylor standard sieves as follows.
a) No. 4 sieve retains 0%
b) No. 20 sieve retains 65%
c) No 80 sieve retains 95%
b. Preparation for Delivery. Fertilizer shall be packaged in new waterproof, fifty pound
(50 lb) bags, clearly labeled as to weight, manufacturer, and content.
2. For Use After the First Mowing or for All Reseeding or Resodding:
a. Use 15 -7 -7 fertilizer with the following characteristics:
1) The following shall contain the following per ton. Nitrogen shall be totally denved
from miloganite (1,020 lbs.) and 38% urea formaldehyde (1601bs.) Phosphonc acid
shall be denved from milogamte. Potash shall be derived from sulfate of
potashmagnesia. The fertilizer shall contain 4% magnesium, 3% iron, and 5%
sulphur
2) The fertilizer shall be retained by Taylor standard sieves as follows:
a) No 4 sieve retains 0%
LAWNS AND GRASSES
Section 02920
02920 -2
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Lawns and Grasses
January 29 2010 100% CD's Section 02920
b) No. 20 sieve retains 65%
c) No 80 sieve retains 95%
b Preparation for Delivery. The fertilizer shall be packaged in new waterproof, non overlaid,
fifty pound (501b) bags, clearly labeled as to weight, manufacturer, and content.
2.3 MULCH FOR HYDROSEEDING
A. Hydroseed mulch shall be 100% wood fiber mulch manufactured by the defibratmg process, from fir
hemlock, or alder The mulch shall have a minimum of 60% of fibers 8.5 mm or longer and 77% of the
total fiber exceeding 3.5 mm in length.
Wood fiber mulch shall be in uniform weight displayed clearly on each package. Fiber shall be dyed
green in color to provide visual metering of application. Tackifier shall be incorporated in to the wood
fiber I the drying process. Percentage of tackifier shall not be les than 2% or greater than 10% with the
percentage used clearly labeled on outside of package.
2.4 TACKIFIER
A. Tackifier to be primarily composed of guar gum.
B Tackifier shall be incorporated into the wood fiber m the drying process.
C. Percentage of tackifier shall not be less than 2% or greater than 10% with the percentage used clearly
labeled on the outside of package.
D Tackifier rates shall be adjusted by adding wood fiber mulch with tackifier and regular wood fiber mulch
to provide tackifier rates equivalent to or greater than specified.
PART 3 EXECUTION
31 EXAMINATION
A. Examine areas to receive seeding for compliance with requirements and other conditions affecting
performance. Verify finish subgrade is correct before beginning work. Proceed with installation only
after unsatisfactory conditions have been corrected.
3.2 PREPARATION
A. Protect structures, utilities, sidewalks, pavements, and other facilities, trees, shrubs, and plantings from
damage caused by planting operations.
1 Protect adjacent and adjoining areas from hydro seeding over spray
B Provide erosion control measures to prevent erosion or displacement of soils and discharge of soil
beanng water runoff or airborne dust to adjacent properties and walkways.
LAWNS AND GRASSES
02920 -3
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Lawns and Grasses
January 29 2010 100% CD's
3.3 LAWN PREPARATION
A. Limit finish grade preparation to areas to be planted.
B Newly Graded Finish Grades. Loosen soil to a minimum depth of 4 inches. Remove stones larger than 2
inches in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of
them off Owner's property
3 4 HYDROSEEDING
A. Hydroseedmg: After finished grading is complete and approved, apply seed, fertilizer and mulch in one
operation by an approved hydroseeder which utilizes water as the carrying agency and maintains a
continuous agitator action that will keep seed and fiber in homogeneously mixed slurry until pumped
from tank. Distribution and discharge lines must be large enough to prevent stoppage and must be
equipped with a set of hydraulic discharge spray nozzles, which will provide a uniform distribution of the
slurry All spill over on equipment, pavement, trees, etc shall be immediately cleaned off.
B Application Rates.
1 Type I Seed. 6.9 lbs. per 1,000 sf
2. 10 -20 -20 or 16 -16 -16 Fertilizer 15 lbs. per 1,000 sf.
a. Type II Seed. 5 lbs.
3 Mulch. 46 lbs. per 1,000 sf.
4 Tackifier 1 lb per 1,000 sf.
3.5 SECOND APPLICATION OF FERTILIZER
Section 02920
A. Approximately two weeks after seeding or sodding and before the first mowing, apply the second half of
the 10 -20 -20 or 16 -16 -16 fertilizer at the rate of 15 lbs. per 1,000 sf.
3.6 MOWING
A. Grass shall be mowed a minimum of three times before acceptance. The first mowing shall occur when
the grass first reaches two mches (2 in height and then be mowed to a height of one and one half inches
(1'/2') Mowing shall continue on a weekly basis thereafter until all the grass areas or the project as a
whole is accepted by the Landscape Architect.
3 7 FERTILIZATION AFTER FIRST MOWING
A. After the first mowing of Type I seed areas the Contractor shall apply 15 -7 7 at the rate of 1,300 lbs. per
acre or approximately 30 lbs. per 1,000 sf
3.8 MAINTENANCE
A. The maintenance of all lawn areas shall include watering, weed treatment, edging and mowing.
Maintenance shall continue until the project is accepted.
LAWNS AND GRASSES
02920 -4
Bruce Dees Associates 2010
Peninsula College Synthetic Turf Soccer Fields Lawns and Grasses
January 29 2010 100% CD's Section 02920
3.9 RESEEDING OF BARE OR SPARSE AREAS
A. Reseed and fertilize with 15 -7 -7 at the rate of 400 lbs. per acre, all areas failing to show a uniform stand
of grass after germination of seed, or damage through any cause before final acceptance.
B The Contractor shall be responsible for protecting and maintaining all areas and continue to fertilize with
15 -7 -7 at three -week intervals as prescribed by the Landscape Architect.
3 10 INSPECTION AND SUBSTANTIAL COMPLETION
A. After completion of all seeding, the post planting fertilization, which follows the first mowing, and two
subsequent mowings, the Landscape Architect will review the lawn areas for adequacy Areas not fully
germinated with an uniform stand of grass, or areas damaged though any other cause prior to this
inspection shall be reseeded as herein specified at the Contractor's expense. `Uniform stand of grass' is
defined as a complete cover of lush, thriving, green grass with no bare spots greater than four (4) square
inches. It must be emphasized the acceptance may occur after three mowings, but only when all of the
other conditions of this project have been completely met. If the grass is not accepted after the three
edgings and mowings, maintenance and weekly edging and mowing shall continue until acceptance. This
additional maintenance may include disease control, special fertilizers, and other treatment as needed.
3 11 CLEANUP AND PROTECTION
A. Promptly remove soil and debns created by lawn work from paved areas. Clean wheels of vehicles
before leaving site to avoid tracking soil onto roads, walks, or other paved areas.
B Remove erosion control measures after grass establishment period.
END OF SECTION 02920
LAWNS AND GRASSES
02920 -5
Bruce Dees Associates 2010
DIVISION 16 ELECTRICAL
Section 16500 Site Electrical Work TO BE PROVIDED
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
APPENDIX
Geotechnical Information
r I r MI
k.
APPROXIMATE,
LOCATION;OF' -^Kr
SURFACE
SAMPLE` TYP
APPROXIMATE.
LOCATION:OF.
EXPLORAT
BORING :TYP'
;S REFERENCE :.CENTERPOIMTE,CONSULTANTS INC,
•Associated'Eart1 'Sciences; Inc:
N 1':j: j
i41 N MVO a
EB=2 -4'iT
Y 'v
5. enhv,
rst
IPS 15
AlTi2
wS��rY
loss`..
BASE COURSE
APPROXIMATE
LOCATION.OFJ
9NFILTRATIONt.TEST
,,TOP COURSE
tr AR.
k it .6
i t,4
p•. i
rr
EB =3:
to
SITE AND'.EXPLORATION'PLAN
WILBURTON,HILL PAR-SOCCER _FIELO;RENOVATION
BE L' LEVUE. WASHINGTON.:
`TO`P.
v Y.
4 1 x'1 rJ 1
(I
•EB-4 .1 r `!r 'i :I
MSS. iT h I' i
l ASE,COURSE d 1
I1l`• t,1
in; 1 i1 1
A
E84'1
li
A
,20i M
FEET
FIGURE 1.
'DATE :5/09
PROJi NO, :KE09012BA
o'.,: ,Well- gtadedigiavel and
;o .p sG W. gravel with;sand,aittle; to'
m i'cc
2 .ii bg e p o Poorl,-graded grav_e1
0 :m :03:::°i. b
v ro GP and_giavel:w 's acid
v ;littleto'no fines
p 00000
o o e
z' `o C 1 S ilt y gravel a ri d.silty
I GM g ra ve l wit s and
c 17 ,E .ie
ril
0
U
pfr
Clayey:gravel
a with: sand
Well=graded'sand an
n d
SW s andwitfifgravel; little
to
Pooriy-gr
sp and.sarfi
little'tonno'fines
$iltysantl'artti
M° 'silly.sand with
gravel
'CT layey:sand: ;and
ctayey,sarld witligrayel
As s ociated Esi=tl'i Sciences, the
Coarse
Fine
Grained Soils'
:Dosariativefferin
BOUlders
:Cobbles
;Ci arse GradeR
:04e Gra
Sand;
Coars ;Sand.
;Medium Sand
:Fuie'.Sand
'Siltand:Clay
Conioonent
Sitt. sandy silt 'gravelly `silt; Trecg
sllt" sand'or;gravel little,
With
Cl ,ay of ylo f to medium
plasticity :silly,sand' or
gravelly clay leanclay
brganic,clay orsilt =,of bw,
i 'plasticity
Sampler
Type',
Elastic'silt micaceous, clayey °silt; silt;
w ith o
;t►7H i ;;Split -S poon
datomaceous4iine=sand:or,' ?Sainpier
sill ($P?),
Ctay.:01f igh:plasticity` Akio( %sample
sandy or=gravel fat
clay iivitfi ,sand' =or gravel
�r'g2nic +riay.or "silt'of
Terms ng: Relative? Density and Consisten
t Estimated Percentage
Percentage :by.
Weloht
[c5
5"tp 10
1510 25,
tbn-priinary cflarse
constituents: 15
,Fines_conlerittietweeii'
5 %,and 15 %f
"G ab Sarnpig.
Density SPT blows/foot.:
*ilea* 0 to 4
1 nose 4 tq 10.
Medium' Dense 10 10x30
Dense- 30Io 50
very Dense
,Consistency ,SPTmtilowslfoot;
Symbols
ye y Sott 6,to 2
Sott; 24o ..4.
MediurriStiir i40
Stitt S;to;1'
1510'30
Very:StSfl
Hard 30
Component Definitions
Size, Ran ae: an d'Sleve N u tuber
+t arger,then'
lkto;12'-
s3' totNo.,4`(4.75'rruri)
:3•4613f4'
Ilft(i Np. 4'(4:75 "mm)
No 4 14:7 5 min) to No 20t);(0 075 miri);
75. thihytoNo:;ID (2.00 itim
No:`,10 (2'00'inm`.toiNo :•40 ;425 m n
',No. 40 (0.425 iiunj`., No 200;.(0:)75 mm)
Sinalier thab'No: 200 (0:075 rive)
13I6,4s76' or
parli o rol,T
.Sambte r
Desna' tics
3 .O OD Spilt Spoon:Sarripler
:25'OD:Spiit- Spoon' Ring. Sampler
;0'-0D'T}iiri WapTiibe'Sarnpler
irt0.41ng s,h0l jr'ti>be)`
TestSy) c s
G Slie s:
4:= Moistirre'Content
A; =°Atterberg,6imis
C'.= Chemical
DDE= 01itieiisity;
Pemieafiitity
Moisture Ggn#ent
ll
dusty ,:dry,to:the'touch
SGghtJ' Moist Perdepttild
.R
Moist Damp but novisible
•Mater
Very Moist, •Watter;visible,but'
not free_ dra6ung
wet 'Visiblereewater usually,
trom:below water, table
eiiierd groid:
"surfer se
Bentiudle;
(�l seat:
Filler pack_•Ith,
pj btarik casing;
section;
Screened casing:
&HitiiO6p
1 w9h filler pack
End'e.ap
Portion;not recovered'
OH medium::lo'.high ;pl Reicen a4,
tag e'by;diy;.weighl. :Depth;OTgrourid:waler
,i „ice p lasticity' „C9 Or) Standard'Pehetration ;tett
TM'_D -1586) g Static water level'(dale)
Peat ;.muck`and other ir'
1A
Fiigliiy glsaiifc soils 5tandard, Corttbin USCS used tor
a Identiiication,of Soiis,(AS 2488) rrfines between 5 %,ariii'15
dassfFieations
at soils',hi thii'FePort',are'batki ori,visual, andi*.labpratory otrservaGons,. Wh jic1i .ineliide:400,4imris istenry; rtioishi e ientiori; grain stte a nd
plasticity estimates and should not .be d t
construeo'i_ .field,orlaboratory testing;uilless,presented: eio'Ys manualandlor lalioratriry tiasstr atiori
methbds.of ASTM D 2487andiD 2468 es,an identification,gu>de rer.tlie:unified S0ff C1 reificaGOri'Syslein.
EXPLORATION^ LOG KEY
r ATl). =.Att3me::ofdnlGng
:Associated:;Earth Sciences; Inc.
15
20
25'
30
Project`Name'
:Location
Driller /Equipment
S
T
N'. ..2‘z
a o;. E
E; E a,.;
ias 0
S-41
Q
SamplerType :(ST):
0
;o
a
a
Flea
Project =.Number
KE090 Y2
Williurton Hjil Park'Soccer'Field Restoration
Bellevue...WA r
.0e0.logicDrill/Mini Track:
Hammef'Weigtit/0rop• :140#`/ %30
DESCRIPTION
:Sand;field surface 4" top_sand, 4" basefsand.
Medium denser very moist;. mottled gray fine to'coarseAND with _silt
(SM).
B ecomes.veryJoose and :,very moist to wet:(SM).
Medium dense; very moist rnized`rrmottledgray >and dark bcpwn, fneao
medium SAND, with silt, trace o and fine:gravel (SM).
Vashon Undifferentiated
Blowcoutini
nay bell erstated: Dense;;very moist; brown, ;tb rrigdiur*
SAND with:eilt and trace firiedgravel;(SM):
BoUom cif ;expioration'boring:at'lil _efeett
m 2" OD^S`plit SpoonzSampler(SP 1)
m 3" OD.Split S ampier•(D
Grab
I
Exploration: Log
�Exploration.Nuniber Sheen
Ground;Surfade Elevatiori'(ft) 1.821
Datum Pntra:Pninfa
Date''S Firii ai2?im, .ai�zin °a
tole -R^
y Blows/Foot
a �,a 3:
E o
o m
U
No Recovery W Moisture
'Ring Sample V WaterLevei O
Shelby: Tube Samplet Water'�Level at
e of'dniling (ATD
4:
7
6' 413
6-
14
16
10 :20 30 40
;J30
`Logged by' BWG
Approved by
:Associated Earth Sciences >,Inc:
10
'30'
S E
T
Sampler• Type' (ST):
m 2'9Q. Sp lit;S pogl Sample�'(SFT)
,Project`Millibar'
`KE0901-28A.
j Wlli[bv ton 'k o
Fro ect =Name dill Park Soccer Restoration
Lc! cation: 'Bellevue. .WA'..
Driller Equipment: 15eo)ogic Dril)JMini`
Hammer!Weight/Drop 140#V`30
DESCRIPTION
Explorations LOA
Exploration Number.
EB -2,
1,Sand fielii :striate; '3"'top1sand;,no base_sand.
Medium.dense ve y:moist; mottled brown; tine:'to wild silt:
(SM),
Loose,- moist,ibrownmand gray niixed;.fifle to medium SANp,`with °siit, trace
organic,(SM).
No= recovery-first attempt: `.Becomes medium dense: Gradation as
Bottom of:eiiploralion bonng'al'6:5;teet^
Ground:Surface Elevation:(tt); 182.
Datum C Pri4ra Pniritq
Date 4/77/0q,4/27/D9
Hole Diameter=.(in);. -A" R
L No:Recovery M ,Moisture
m 3 "•OD Split:SpoonSarnpler'(D M) E' Ring ample .Q, 'Wafer,- Level:;(•)
CGrab'Sample ShelbyaTubeSample'*, Water Level''. at`tiine:of:drilting (ATD)
Sheet
1..of 1:
,Loggedb• BW.e
Approved',by-
N
1
CO
.8
.to
Q
Asso Earth;Scieiices, Inc.
:Project Name
Location.
.Driller /Equipment;
Hammer Weight /Drop
10•
'15
'20
25
35
2
S E
T. 'C99'.
?ProjectNum
;K'E090128 ber A
Wilbur'ton Hill par* Soccer Field:;Restoration
Bellevue: WA
Gealoai Drill /IVIir1i-Track
'1`:40 30"
DESCRIPTION
Sand field, top°course,!5 "'base ;course.
Fill
:Medium; den very+moist,cmottled gray, to coarse`SAND, wittl silt and
,trace: organic,
Very stiff, very' mois SILT' Mace fine "sand trace organic (ML).
Very stiff; gradallon;as °atiove:
Bolton of exploralon boring 46'01,fee1"
Sampler Type',(
m 2:.OD:Split Spoon,Sampler(SPT):
3' .OD Split Spoon. Sampler
:Grab Sample
xploration Log
No Recovery :14
:Ring Sample: g, `Vitaterte
,Shelby Tube:Sample WaterLevel atyGme'of driliingr(ATD)"
m
Moisture
Exploration
DEB -3
Sheet
i of 1
Ground Suiface`Elevation (ft) 1`83t`
Datum G:entrA PiiinfP
.Date Start/Firiish. 4'%2_7/0c1.4I2.7 /Glpi
`Hole: Diameter-(in)
Blows /Foot;
12
ta:
9'•
10' 20 ;30 40
.413
Al i
Logged:by• BVve:
Approved by-
GI
ar
(k #a te 4 E th knc 41,7
ocm
abm
v�i�gE@pe:
tiammerliVi6tiLitirop
P
3o
P
ƒfife;. u¥ mmm e.
¥R9%U #A« «ad
%pb±+keveym t1 %cr
(f*f r e @M)
\Grade o vary _arise n m ab[oGsM
Willi:646i. mll P £S c r ±Rest Ate
G A)± D.rWUiiTrack: 2..
140#4 30"
o ¥gym
KEO90128A
a m k
DESCRIPTION
Exp|drat Eon Loa;
Er«m
B* ƒ /f}
:o &6&£_km >e 78\
Datum q p$n�
Die b Fwm .a &n /f /77d#
ao _et
20
30
33
s %q%A
3 2 R$slit t poon:8ampler $P 0 'o Recovery ko t o
OD4 /l Spoon %A( &M) ID #+sm@ J W410 Lv R
R&sm% 51 m# +.e4ai
o
7
ƒ
sk A*
a@aeby.
1
0
N
N
m
'p
0
0
m
W
Associated Ea�th:Sciences, Inc.
i i tp" Pioject.Number
KE090128A
Project: Name Wilburton Hill Park Soccer Field Restoration..
Location Bellevue. WA
Driller /Equipment Geologic Drill /MiniTrack
Hammer Weight/Drop' 140# :30:'
10
15
a
O
20:
25'
30
35
a
E
rn
S -1
'S =2
-3
.0.
g 1
DESCRIPTION
'Sand.field 8 "dop cburse;.6 ";basecourse.
Vashon: Undifferentiated
Medium dense, moist „mottled'brown,.fine SAND, with silt,(SM).
Hard, very moist; gray and brown mixed, SILT few fine sand
Grades.to:gray (ML).
Bottom of exploration boring at.6.5feet
Sampler Type: (ST)'
'm 2' -.OD:Split
III 3' ODSplit,Spoon•Sampier (D`8.M)
Grab, Sample
a -No Recovery 'M
LI Ring Sample, 5Z
Q Shelby Tube Sampled
E)cploration ;L
`,Exploration. Number Sheet
EB' -5 1.of:1
Ground Surface=Eleva6om(ft) 182'
Datum ('nitro Pninta
'Date Start/Finish 4i 7l(1 41 ?.71(14
Hole- Diameter (in) -R'
15
15
16
ii
22
26
Moisture
Water= Level O.
Water' Level at time of drilling (ATD)
Blow
10. 20 30 40
A14
&31'
to
'0
Logged by• BWG
Approved by