Loading...
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