Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
2021.0067.PR0003 2021-01-20 - 100% Specifications (for bidding) (Ph 1 Const) - Cochrane Park Rehab
SKILLINGS, Inc. City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 Contract Provisions and Plans For Construction of: RFB # 2021-002 City of Yelm Public Works Department January 2021 SKILLINGS, Inc. 2 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 PROJECT ENGINEER CERTIFICATION For Construction of: Cochrane Park Reconstruction Phase 1 RFB #2021-002 As the Engineer in direct responsible charge of developing these contract provisions, I certify these provisions have been developed or incorporated into this project under my supervision or as a result of certified specifications provided by other licensed professionals. ____________________ Thomas E. Skillings, PE Principle-in-Charge Date: January 20, 2021 SKILLINGS, Inc. i City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 TABLE OF CONTENTS I. CONTRACT DOCUMENTS ADVERTISEMENT FOR BIDS ........................................................................................2 BIDDER’S CHECKLIST ..................................................................................................4 PROPOSAL FORM .......................................................................................................12 PROPOSAL BOND .......................................................................................................14 STATEMENT OF BIDDER'S QUALIFICATIONS ..........................................................15 NON-COLLUSION DECLARATION..............................................................................17 LOCAL AGENCY - SIGNATURE PAGE .......................................................................18 LOCAL AGENCY PROPOSAL – SIGNATURE PAGE .................................................19 PERFORMANCE BOND ...............................................................................................22 PAYMENT BOND .........................................................................................................24 PUBLIC WORKS CONTRACT......................................................................................26 II. SPECIAL PROVISIONS APPENDICES A– SUBCONTRACTOR BID TO GENERALS BY PUBLIC RESTROOM COMPANY (PRC) B – RESTROOM BUILDING PLANS BY PUBLIC RESTROOM COMPANY C- STATE PREVAILING MINIMUM HOUR WAGE RATES SUPPLEMENTAL TO WAGE RATES BENEFIT CODE KEY D - CITY OF YELM COCHRANE PARK RECONSTRUCTION PHASE 1 IMPROVEMENT PLANS. SKILLINGS, Inc. 1 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 I. CONTRACT DOCUMENTS SKILLINGS, Inc. 2 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 ADVERTISEMENT FOR BIDS City of Yelm Cochrane Park Reconstruction Phase 1 Sealed bids for the “Cochrane Park Reconstruction Phase 1” will be received at the City Hall Purchasing Office or by US Mail at City of Yelm, Purchasing Office located at Yelm City Hall, 106 Second St SE, Yelm, WA 98597 until 10:00 am on February 12, 2021. Bid proposals received after 10:00 a.m. on said date will not be considered. All bids will be tabulated and bid results will be E-mailed to every bidder and posted on Builder’s Exchange for this RFB. Due to Covid-19 restrictions, bids will not be read publicly (in person). All bid proposals shall be accompanied by a bid deposit by a cashier’s or certified check, or Bid Bond in an amount equal to five percent (5%) of the amount of such bid proposal. Should the successful bidder fail to enter into a contract and furnish satisfactory Performance Bond within the time stated in the specifications, the bid deposit or bond shall be forfeited to the City of Yelm. The City of Yelm reserves the right to reject any or all bids and to waiver any informalities in the bidding. This project consists of the reconstruction of an existing wetland pond. The work includes demolition and excavation and reshaping of existing wetland pond, construction of temporary construction road, site, pad and foundation preparation for a City-provided, pre-fabricated restroom, electrical, wetland planting, utilities and all other work all in accordance with the Contract Plans, Special Provisions, and the WSDOT Standard Specifications for Road, Bridge, and Municipal Construction and the City of Yelm Standard Drawings and Specifications. Time for completion of this project is 120 Working Days. The Engineer’s base estimate is approximately $350,000 to $400,000. All bid proposals shall be in accordance with the Instructions to Bidders and all other contract documents. Any questions concerning the description of the work contained in the contract documents must be directed in written form only to Thomas Skillings, P.E., by email at tskillings@skillings.com prior to bid opening date. Any questions concerning bidding procedures or requirements must be directed in written form only to Patrick Hughes, P.E., by email at patrickh@yelmwa.gov. Contract Documents for bidding including Project Presentation, Project Manual, and Addendums may be viewed free of charge, through the Builders Exchange of Washington, www.bxwa.com, and clicking posted projects, public works, and city of Yelm. SKILLINGS, Inc. 3 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 A non-mandatory pre-bid meeting will be held at the Project Site, Cochrane Park, on February 3, 2021, at 10:00 am. Dates of Publication: Nisqually Valley News: January 28th, 2021 Daily Journal of Commerce: January 21st, 2021 January 28th, 2021 SKILLINGS, Inc. 4 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 BIDDER’S CHECKLIST Bidder must execute and return with submittal: 1. PROPOSAL FORM - The lump sum bid price must be shown in the space provided. The proposal shall be filled in and signed by the bidder. All addenda must be acknowledged. 2. BID PROPOSAL BOND 3. STATEMENT OF BIDDERS QUALIFICATIONS 4. NON-COLLUSION DECLARATION 5. PROPOSAL SIGNATURE PAGE 6. SIGNATURE PAGE 7. SUBCONTRACTOR LIST After the Contract is awarded, execute: 1. PERFORMANCE BOND 2. PAYMENT BOND 3. CITY OF YELM – PUBLIC WORKS CONTRACT 4. STATEMENT OF INTENT TO PAY PREVAILING WAGES SKILLINGS, Inc. 5 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 1-02 BID PROCEDURES AND CONDITIONS Section Reference is made to the Standard Specifications 1-02.1 Prequalification of Bidders Delete this section and replace it with the following: 1-02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. Add the following new section: 1-02.1(1) Supplemental Qualifications Criteria In addition, the Contracting Agency has established Contracting Agency-specific and/or project- specific supplemental criteria, in accordance with RCW 39.04.350(3), for determining Bidder responsibility, including the basis for evaluation and the deadline for appealing a determination that a Bidder is not responsible. These criteria are contained in Section 1 -02.14 Option C of these Special Provisions. 1-02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17") 3 Furnished automatically upon award. Contract Provisions 3 Furnished automatically upon award. SKILLINGS, Inc. 6 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 Large plans (e.g., 22" x 34") 1 Furnished only upon request. Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor’s own expense. 1-02.7 Bid Deposit (March 8, 2013 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency-assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as oblige; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder’s officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety’s officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 1-02.9 Delivery of Proposal (December 19, 2019 APWA GSP, Option A) Delete this section and replace it with the following: Each Proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. You are hereby notified of the following revisions: I. New Bidding Procedures City of Yelm buildings are open to the public, but in effort to remain in compliance with the Governor's emergency proclamation and the public health guidelines set by the Washington State Department of Health. The following new procedure for bid submittals and bid openings will be effective immediately. SKILLINGS, Inc. 7 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 Bid Submittals: Commercial carriers such as Federal Express and United Parcel Services as well as the United States Post Office will continue to deliver items to City buildings. We encourage the use of commercial carriers for the submittal of your bid for public safety. If you plan to deliver your bid submittal in-person, a City of Yelm staff member will be available to receive bids 15 minutes prior to the bid due date and time in the lobby of Yelm City Hall, 106 Second Street SE, Yelm, WA. Bid Openings: Bids will be opened by City staff. The actual opening can be viewed via Zoom. Bidders may also call in and listen to the bid opening at the number below. View the bid opening from your computer, tablet or smartphone. Join Zoom Meeting https://zoom.us/j/93389683447?pwd=RnBOdEZzWFJuRGJBTmFDWnowek1vQT09 Meeting ID: 933 8968 3447 Passcode: 322487 Proposals that are received as required will be publicly opened and read as specified in Section 1-02.12. The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than that specified in the Call for Bids. The Contracting Agency will not open or consider any “Supplemental Information” that is received after the time specified above, or received in a location other than that specified in the Call for Bids. If an emergency or unanticipated event interrupts normal work processes of the Contracting Agency so that Proposals cannot be received at the office designated for receipt of bids as specified in Section 1-02.12 the time specified for receipt of the Proposal will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which the normal work processes of the Contracting Agency resume. 1-02.10 Withdrawing, Revising, or Supplementing Proposal (July 23, 2015 APWA GSP) Delete this section, and replace it with the following: After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if: 1. The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and 2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and SKILLINGS, Inc. 8 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals. If the Bidder’s request to withdraw, revise, or supplement its Bid Proposal is received before the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to the Bidder. The Bidder must then submit the revised or supplemented package in its entirety. If the Bidder does not submit a revised or supplemented package, then its bid shall be considered withdrawn. Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, revise, or supplement a Bid Proposal are not acceptable. 1-02.13 Irregular Proposals (December 19, 2019 APWA GSP) Delete this section and replace it with the following: 1. A Proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized Proposal form furnished by the Contracting Agency is not used or is altered; c. The completed Proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; h. The Bidder fails to submit or properly complete an Underutilized Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1 -02.6; i. The Bidder fails to submit written confirmation from each UDBE firm listed on the Bidder’s completed UDBE Utilization Certification that they are in agreement with the bidder’s UDBE participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; j The Bidder fails to submit UDBE Good Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made; k. The Bidder fails to submit a UDBE Bid Item Breakdown form, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to meet the requirements of the Special Provisions; l. The Bidder fails to submit UDBE Trucking Credit Forms, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to meet the requirements of the Special Provisions; SKILLINGS, Inc. 9 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 m. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or n. More than one Proposal is submitted for the same project from a Bidder under the same or different names. 2. A Proposal may be considered irregular and may be rejected if: a. The Proposal does not include a unit price for every Bid item; b. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency; c. Receipt of Addenda is not acknowledged; d. A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project (in such an instance, both Bids may be rejected); or e. If Proposal form entries are not made in ink. 1-02.14 Disqualification of Bidders (May 17, 2018 APWA GSP, Option A) Delete this section and replace it with the following: A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended. The Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility criteria in RCW 39.04.350(1). To assess bidder responsibility, the Contracting Agency reserves the right to request documentation as needed from the Bidder and third parties concerning the Bidder’s compliance with the mandatory bidder responsibility criteria. If the Contracting Agency determines the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1) and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency’s determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency’s final determination. 1-02.15 Pre Award Information (August 14, 2013 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or m ore of these items or actions of the apparent lowest responsible bidder: SKILLINGS, Inc. 10 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, if requested, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to a schedule of values, to be used for progress payments, 5. Attendance at a conference with the Engineer or representatives of the Engineer, if requested, 6. Obtain, and furnish a copy of a business license to do business in the of Yelm. 7. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of the extensions of the prices for the base bid and the Alternate 1 bid and the total price. The basis of award will be the lowest responsive, responsible total of the Base Bid plus the bid for Alternate 1, including sales taxes. The Awarded Contract Price amount will be the Base Contract only. The Alternate 1 bid price will be added by Change Order only if determined during construction to be required. The amount of the contract bond will be based on the Base Bid amount. 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within 10 calendar days after the award date, the successful bidder shall return the signed Contracting Agency-prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. SKILLINGS, Inc. 11 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 If the bidder experiences circumstances beyond their control that prevents return of the contract documents within 10 calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1-03.4 Contract Bond (July 23, 2015 APWA GSP) Delete the first paragraph and replace it with the following: The successful bidder shall provide executed payment and performance bond(s) for the full contract amount, (Base Bid). The bond may be a combined payment and performance bond; or be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall: 1. Be on Contracting Agency-furnished form(s); 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 5. Be accompanied by a power of attorney for the Surety’s officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond(s) must be signe d by the president or vice president, unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the corporation (i.e., corporate resolution, power of attorney, or a letter to such effect signed by the president or vice president). SKILLINGS, Inc. 12 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 PROPOSAL FORM Bidder: Address: Date: TO: CITY OF YELM ADDRESS: 106 2nd St SE Yelm, WA 98597 PROJECT: Cochrane Park Reconstruction Phase 1 The undersigned hereby certify(ies) that he/they have personally examined the location and construction details of work as outlined on the plans and specifications for Cochrane Park Reconstruction Phase 1 and have read and thoroughly understand the plans and specifications and contract governing the work embraced in this improvement and the method by which payment will be made for said work and hereby propose to undertake and complete the work embraced in this improvement in accordance with said plans, specifications, and contract at the attached schedule of rates and unit prices. ADDENDA Receipt of Addenda numbers ___ through ___ is hereby acknowledged. Unit prices for all items, all extensions, and total amount of bid shall be shown. All entries must be typed or entered in ink. ITEM DESCRIPTION PLANNED QUANTITY UNITS LS LS Base Bid 1 LS $ $ Erosion Control and Water Pollution Prevention 1 LS $ $ Trench Safety 1 LS $ $ Base Bid - Subtotal $ Trench Safety - Subtotal $ Wash State Sales Tax 9.2% $ Base Bid – Total (Contract Award) $ Alternate 1 (alternate water line alignment) $ Wash State Sales Tax 9.2 $ Total Alternate 1 $ Grand total (Basis of Award) Base Bid Total plus Alternate 1 Total $ SKILLINGS, Inc. 13 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 PROPOSAL FORM (Continued) IF SOLE PROPRIETOR OR PARTNERSHIP IN WITNESS hereto, the undersigned has set his (its) hand this day of , 2021. Signature of Bidder Title IF CORPORATION IN WITNESS WHEREOF, the undersigned corporation has caused this instrument to be executed and its seal affixed by its duly authorized officers this day of , 20___. Name of Corporation By Secretary Title Sworn to before me this day of , 20___. Notary Public in and for the State of Washington residing at NOTE: 1. If the Bidder is a co-partnership, so state, giving the name under which business is transacted. 2. If the Bidder is a corporation, this proposal must be executed by the duly authorized officials and notarized. SKILLINGS, Inc. 14 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS, That we, _________________________________ of ____________________________ as principal, and the ___________________________________ a corporation duly organized under the laws of the state of ____________________, and authorized to do business in the State of Washington, as surety, are held and firmly bound unto the State of Washington in the full and penal sum of five (5) percent of the total amount of the bid proposal of said principal for the work hereinafter described, for the payment of which, well and truly to be made, we bind our heirs, executors, administrators and assigns, and successors and assigns, firmly by these presents. The condition of this bond is such, that whereas the principal herein is herewith submitting his or its se aled proposal for the following construction Project to wit: City of Yelm, Cochrane Park Reconstruction, Phase 1 said bid and proposal, by reference thereto, being made a part hereof. NOW, THEREFORE, If the said proposal bid by said principal be accepted, and the contract be awarded to said principal, and if said principal shall duly make and enter into and execute said contract and shall furnish bond as required by the within a period of twenty (20) days from and after said award, exclusive of the day of such award, then this obligation shall be null and void, otherwise it shall remain and be in full force and effect. IN TESTIMONY WHEREOF, The principal and surety have caused these presents to be signed and sealed this _______________ day of ____________________, __________. _________________________________________ _________________________________________ (Principal) _________________________________________ (Surety) _________________________________________ (Attorney-in-fact) DOT Form 272-001A EF 07/2011 SKILLINGS, Inc. 15 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 STATEMENT OF BIDDER'S QUALIFICATIONS Name of Contractor ________________________________________________________________ Address _________________________________________________________________________ Telephone and Contact Person for this Bid ______________________________________________ Number of years the contractor has been engaged in the construction business under the present firm name indicated: __________________________________________________________________ Gross dollar amount of work under contract: $ __________________________________________ Gross dollar amount of contracts not completed: $ _______________________________________ Type of work generally performed by Contractor: ________________________________________ ________________________________________________________________________________ ________________________________________________________________________________ List of five projects of a similar size and nature that have been completed by the contractor within the last ten years including the project name, year of construction, contracting agency, contract phone number and the gross dollar amount of each project: Project Name Construction Year Agency Name Contact Name and Number Dollar Amount List of five major pieces of equipment which are anticipated to be used on this project by the contractor and note which items are owned by the contractor and which are to be leased or rented from others: SKILLINGS, Inc. 16 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 STATEMENT OF BIDDER'S QUALIFICATIONS (continued) Bank References: _________________________________________________________________ How many general superintendents or other responsible employees in a supervisory position do you have at this time and how long have they been with this contractor? _________________________ Have you changed bonding companies within the last three years? __________________________ If so, why? (optional) _______________________________________________________________ Have you ever been sued by the client on any public works contract for a special district, municipality, county, or state government? ________________________________________________________ For what reason? __________________________________________________________________ Disposition of case, if settled: ________________________________________________________ Washington State: Department of Labor and Industries Workmen's Compensation Account No.: _________________ Department of Licenses Contractor's Registration No.: ____________________________________ Employment Security Department Number: ____________________________________________ Excise Tax Registration Number: ____________________________________________________ IRS Employer Number: ____________________________________________________________ Percentage of work to be performed by General Contractor: _______________________________ ___________________________________________ BIDDER ___________________________________________ By (signed) ___________________________________________ TITLE SKILLINGS, Inc. 17 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 NON-COLLUSION DECLARATION Failure to return this Declaration as part of the bid proposal package will make the bid nonresponsive and ineligible for award. I, by signing the proposal, hereby declare, under penalty of perjury und er the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report rigging activities call: 1-800-424-9071 The U.S. Department of Transportation (USDOT) operates the above toll-free “hotline” Monday through Friday, 8:00 a.m. to 5:00 p.m., Eastern Time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the “hotline” to report such activities. The “hotline” is part of USDOT’s continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. DOT Form 272-036H EF Revised 5/2006 SKILLINGS, Inc. 18 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 LOCAL AGENCY - SIGNATURE PAGE The undersigned hereby agrees to pay labor not less than the prevailing rates of wages in accordance with the requirements of the special provisions for this project. Receipt is hereby acknowledged of addendum(s) No.(s) __________, __________ & __________. Signature of Authorized Official(s) Firm Name Address State of Washington Contractor’s License No. Federal ID No. Note: (1) This proposal form is not transferable and any alteration of the firm’s name entered hereon without prior permission from the will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to section 1-02.6 of the standard specifications, re: “Preparation of Proposal,” or “Article 4” of the Instruction to Bidders for building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number on in your communication__________________- (4) RCW 47.28.030 (2) applies: No bid deposit or performance bond shall be required but it shall be specified in the bidding proposal that each month the contractor may be required to submit paid invoices showing that disbursements have been made to laborers, materialmen, mechanics, and subcontractors due such persons from the previous progress payment. If such disbursements have not been made, the monthly progress payment shall be withheld pending receipt of the paid invoices. DOT Form 272-036J EF 07/2011 Proposal Must be Signed SKILLINGS, Inc. 19 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 LOCAL AGENCY PROPOSAL – SIGNATURE PAGE The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged by requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5%) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below is attached hereto: Cash □ In the Amount of ____________________ Cashier’s Check □ _________________________ Dollars Certified Check □ ($ ____________ ) Payable to the State Treasurer Proposal Bond □ In the Amount of 5% of the Bid Receipt is hereby acknowledged of addendum(s) No.(s) __________, __________ & __________. Signature of Authorized Official(s) Firm Name Address State of Washington Contractor’s License No. Federal ID No. Note: (1) This proposal form is not transferable and any alteration of the firm’s name entered hereon without prior permission from the _ will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to section 1-02.6 of the standard specifications, re: (Preparation of Proposal,” or “Article 4” of the Instruction to Bidders for building construction jobs. DOT Form 272-036K EF 07/2011 SKILLINGS, Inc. 20 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 Local Agency Subcontractor List Prepared in compliance with RCW 39.30.060 as amended To Be Submitted with the Bid Proposal Project Name_________________________________________________________________ Failure to list subcontractors with whom the bidder, if awarded the contract, will directly subcontract for performance of the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical, as described in Chapter 19.28 RCW or naming more than one subcontractor to perform the same work with result in your bid being non-responsive and therefore void. Subcontractor(s) with whom the bidder will directly subcontract that are proposed to perform the work of heating, ventilation and air conditioning, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. To the extent the Project includes one or more categories of work referenced in RCW 39.30.060, and no subcontractor is listed below to perform such work, the bidder certifies that the work will either (i) be performed by the b idder itself, or (ii) be performed by a lower tier subcontractor who will not contract directly with the bidder. Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Local Agency Name City of Yelm Local Agency Address Yelm City Hall, 106 2nd St SE, Yelm, WA 98597 SKILLINGS, Inc. 21 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 Subcontractor Name Work to be Performed * Bidders are notified that is the opinion of the enforcement agency that PVC or metal conduit, junction boxes, etc. are considered electrical equipment and therefore considered part of electrical work, even if the installation is for future use and no wiring or electrical current is connected during the project. DOT Form 271-015A EF Revised 08/2012 SKILLINGS, Inc. 22 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 PERFORMANCE BOND to City of Yelm, WA Bond No.____________________ The City of Yelm, Washington has awarded to _____________ (Principal), a contract for the construction of the project designated as City of Yelm, Cochrane Park, Phase 1 in Yelm, Washington (Contract), and said Principal is required to furnish a bond for performance of all obligations under the Contract. The Principle, and ______________ (Surety), a corporation, organized under the laws of the State of ____________ and licensed to do business in the State of Washington as surety and named in the current list of “Surety Companies Acceptable in Federal Bonds” as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Dept., are jointly and severally held and firmly bound to the [City or County], in the sum of _____________________________________________ US Dollars ($ ___________ ) Total Contract Amount, subject to the provisions herein. This statutory performance bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors, or assigns shall well and faithfully perform all of the Principal’s obligations under the Contract and fulfill all terms and conditions of all duly authorized modifications, additions, and changes to said Contract that may hereafter be made, at the time and in the manner therein specified; and if such performance obligations have not been fulfilled, this bond shall remain in force and effect. The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Contract, the specifications accompanying the Contract, or to the work to be performed under the Contract shall in any way affect its obligation on this bond, and waives notice of any change, extension of time, alteration or addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two (2) original counterparts, and shall be signed by the parties’ duly authorized officers. This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the office executing on behalf of the surety. PRINCIPLE SURETY Principle Signature Date Surety Signature Date Printed Name Date Printed Name Date Title Title SKILLINGS, Inc. 23 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 Name, address, and telephone of local office/agent of Surety Company is: Approved as to form: __________________________________________________________________________ ________________________ [City or County] Attorney, [City of _________________ or _________________ County] Date DOT Form 272-002A EF 08/2012 SKILLINGS, Inc. 24 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 PAYMENT BOND to [City of or County], WA Bond No.____________________ The City of Yelm, Washington has awarded to _____________ (Principal), a contract for the construction of the project designated City of Yelm, Cochrane Park Reconstruction, Phase 1, in Yelm, Washington (Contract), and said Principal is required under the terms of that Con tract to furnish a payment bond in accord with Title 39.08 Revised Code of Washington (RCW) and (where applicable) 60.28 RCW. The Principle, and ______________ (Surety), a corporation, organized under the laws of the State of ____________ and licensed to do business in the State of Washington as surety and named in the current list of “Surety Companies Acceptable in Federal Bonds” as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Dept., are jointly and severally held and firmly bound to the [City or County], in the sum of _____________________________________________ US Dollars ($ ___________ ) Total Contract Amount, subject to the provisions herein. This statutory payment bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors, or assigns shall pay all persons in accordance with RCW 39.08, 39.12, and 60.28 including all workers, laborers, mechanics, subcontractors, and materialmen, and all person who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work, and all taxes incurred on said Contract under Titles 50 and 51 RCW and all taxes imposed on the Principal under Title 82 RCW; and if such payment obligations have not been fulfilled, this bond shall remain in full force and effect. The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Contract, the specifications accompanying the Contract, or to the work t o be performed under the Contract shall in any way affect its obligation on this bond, and waives notice of any changes, extension of time, alteration or addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two (2) original counterparts, and shall be signed by the parties’ duly authorized officers. This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the office executing on behalf of the surety. PRINCIPLE SURETY Principle Signature Date Surety Signature Date Printed Name Date Printed Name Date SKILLINGS, Inc. 25 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 Title Title Name, address, and telephone of local office/agent of Surety Company is: Approved as to form: ________________________________________________________________________________ [City or County] Attorney, [City of _________________ or _________________ County] Date SKILLINGS, Inc. 26 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 PUBLIC WORKS CONTRACT FOR CITY OF YELM COCHRANE PARK RECONSTRUCTION PHASE 1 RFB # 2021- THIS PUBLIC WORKS CONTRACT (“Contract”) is dated effective this _____ day of __________, 2021_ and is made by and between the City of Yelm, a Washington municipal corporation (“City or Owner”), and ______________________, a ___________________ (“Contractor”). A. The City desires to retain an independent contractor to furnish all labor and materials necessary to reconstruct an existing wetland pond at the City owned Cochrane Park. The work includes demolition and excavation of existing pond surface, construction of temporary construction road, site, pad and foundation preparation for pre-fab restroom, electrical, wetland planting, utilities tree stump removal. B. The Contractor has the requisite skill and experience to perform such work. NOW, THEREFORE, the parties (“Parties”) agree to the following terms and conditions: 1. SCOPE OF WORK 1.1 Description of Work. Contractor shall perform all work and furnish all tools, materials, supplies, equipment, labor and other items incidental thereto necessary for the construction and completion of the work under this contact, more particularly described as the COCHRANE PARK RECONSTRUCTION PHASE 1 contract, including without limitation: Provide labor, materials, and equipment necessary for demolition and removal of existing vegetation and soil, and excavation and regrading of the existing pond, placement of bentonite liner, wetland planting, construction of temporary construction road, site, pad and foundation preparation for a City provided pre-fabricated restroom building, electrical, underground utility work, tree stump removal and other related miscellaneous work as requested by the City of Yelm project engineer. (“Work”), which includes without limitation, this Contract, Request for Bids, Instructions to Bidders, General Contractual Terms and Conditions, Bid Form, Unit Price Lump Sum Bid Sheet, Bid Signature Page, Bid Bond, Certificate(s) of Insurance Form attached hereto as Exhibit A, and 2020 WSDOT / APWA Standard Specifications for Road, Bridge and Municipal SKILLINGS, Inc. 27 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 Construction (“Standard Specifications”) and the City of Yelm Standard Plans and, which Work shall be completed to the City’s satisfaction, within the time period prescribed by the City and pursuant to the direction of the Engineer or his or her designee. Contractor shall be fully responsible to layout the Work, including construction staking, centerline staking, and other elements of the Work. This may require the services of a sur veyor hired by the Contractor to establish control points for use during construction. The City will provide project control points. 1.2 Completion Date. The City Notice of Award date is February 24, 2021. Contractor agrees to mobilize and be available to perform Work within ten (10) calendar days after Notice of Award. The work shall be completed within 91 calendar days following the Notice of Award. 1.3 Liquidated Damages. Delays inconvenience the public and cost taxpayers’ undue sums of money, adding time needed for administration, inspection, and supervision. It is impractical for the City to calculate the actual cost of delays. Accordingly, the Contractor agrees to pay liquidated damages calculated on the following formula for its failure to com plete the project within 91 days: (1) To pay (according to the following formula) liquidated damages for each working day that an individual Work Order remains uncompleted after the date promised, and (2) To authorize the City to deduct these liquidated damages from any money due or coming due to the Contractor. LIQUIDATED DAMAGES FORMULA LD = 0.15C T Where: LD = Liquidated damages per working day (rounded to the nearest dollar). C = Contract amount. T = 91 calendar days. When the Work is completed to the extent that the City has full and unrestricted use and benefit of the facilities, both from an operational and safety standpoint, the City may determine the Work is complete. Liquidated damages will not be assessed for any days for which an extension of time is granted. No deduction or payment of liquidated damages will, in any degree, release the Contractor from further obligations and liabilities to complete this entire Contract. SKILLINGS, Inc. 28 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 1.4 Performance Standard. Contractor shall perform the Work in a manner consistent with accepted practices for other properly licensed contractors. 1.5 Compliance with Laws. Contractor shall perform the Work in accordance with all applicable federal, state and City laws, including but not limited to all City ordinances, resolutions, standards or policies, as now existing or hereafter adopted or amended, and obtain all necessary permits and pay all permit, inspection or other fees, at its sole cost and expense. 1.6 Change Orders. The City may, at any time, without notice to sureties, order changes within the scope of the Work. Contractor agrees to fully perform any such alterations or additions to the Work. All such change orders shall be in the form of the Contract Change Order Agreement attached hereto as Exhibit “D”, which shall be signed by both the Contractor and the City, shall specifically state the change of the Work, the completion date for such changed Work, and any increase or decrease in the compensation to be paid to Contractor as a result of such change in the Work. Oral change orders shall not be binding upon the City unless confirmed in writing by the City. If any change hereunder causes an increase or decrease in the Contractor’s cost of, or time required for, the performance or any part of the Work under this Contract, an equitable adjustment will be made and the Contract modified in writing accordingly. If the Contractor intends to assert a claim for an equitable adjustment hereunder, it shall, within five (5) days after receipt of a written change order from the City or after giving the written notice required above, as the case may be, submit to the City a written statement setting forth the general nature and monetary extent of such claim; provided the City, in its sole discretion, may extend such five (5) day submittal period upon request by the Contractor. The Contractor shall supply such supporting documents and analysis for the claims as the City may require to determine if the claims and costs have merit. No claim will be al lowed for any costs incurred more than five (5) days before the Contractor gives written notice as required. No claim by the Contractor for an equitable adjustment hereunder will be allowed if asserted after final payment under this Contract. 1.7 Work and Materials Omitted. The Contractor shall, when directed in writing by the City, omit work, services and materials to be furnished under the Contract and the value of the omitted work and materials will be deducted from the Total Compensation and the delivery schedule will be reviewed if appropriate. The value of the omitted work, services and materials will be a lump sum or unit price, as mutually agreed upon in writing by the Contractor and the City. If the parties cannot agree on an appropriate deduction, the City reserves the right to issue a unilateral change order adjusting the price and the delivery schedule. 1.8 Utility Location. Contractor is responsible for locating any underground utilities affected by the Work and is deemed to be an excavator for purposes of Chapter 19.122 RCW, as amended. Contractor shall be responsible for compliance with Chapter 19.122 RCW, including utilization of the “one call” locator system before commencing any excavation activities. SKILLINGS, Inc. 29 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 1.9 Air Environment. Contractor shall fully cover any and all loads of loose construction materials including without limitation, sand, dirt, gravel, asphalt, excavated materials, construction debris, etc., to protect said materials from air exposure and to minimize emission of airborne particles to the ambient air environment within the City of Yelm. 2. TERM This Contract shall commence on the effective date of this Contract and continue until the City issues a Notice of completion for the project. 3. WARRANTY 3.1 Requisite Skill. The Contractor warrants that it has the requisite skill to complete the Work, and is appropriately accredited and licensed by all applicable agencies and governmental entities, including but not limited to being registered to do business in the City of Yelm by obtaining a City of Yelm Way business registration. Contractor represents that it has visited the site and is familiar with all of the plans and specifications in connection with the completion of the Work. 3.2 Defective Work. The Contractor shall, at its sole cost and expense, correct all Work which the City deems to have defects in workmanship and material discovered within one (1) year after the City’s final acceptance of the Work as more fully set forth in the General Conditions of the Contract; provided, however, that this warranty may extend beyond this time period pursuant to the warranties attached hereto as Appendix C and incorporated by this reference. This warranty shall survive termination of this Contract. Conducting of tests and inspections, review of specifications or plans, payment for goods or services, or acceptance by the City does not constitute waiver, modification or exclusion of any express or implied warranty or any right under this Contract or law. 4. COMPENSATION 4.1 Total Compensation. In consideration of the Contractor performing the Work, the City agrees to pay the Contractor an amount determined by the actual time, material or quantities expended, which amount shall constitute full and complete payment by the City (“Total Compensation”). 4.2 Contractor Responsible for Taxes. The Contractor shall be solely responsible for the payment of any taxes imposed by any lawful jurisdiction as a result of the performance and payment of this Contract. 4.3 Nonpayment. The City shall have the right to withhold payment to the Contractor for any of the Work not completed in a satisfactory manner, in the City’s sole discretion, which shall SKILLINGS, Inc. 30 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 be withheld until such time as Contractor modifies or repairs the Work so that the Work is acceptable to the City. 4.4 Method of Payment. Progress payments for Lump Sum items in the Bid Schedule will be based on the breakdown prepared by the Contractor and approved by the Engineer and Owner before acceptance of the Application for Payment for the Lump Sum item. Lump Sum payment will be for the entire item as specified and as indicated in the Contract Documents. Payment for all bid items indicated as Lump Sums shall include the cost of all labor, materials, equipment, and incidentals necessary to furnish, install, clean, test, and place each bid item into operation; including permitting, general conditions, overhead and profit. Failure to perform any obligation under this Contract may be adequate reason for t he City to withhold payments until the obligation is performed. Upon completion of all work and after final inspection, the amount due the Contractor under the contract will be paid based upon the final estimate made by the Engineer and signed by the Contractor. Payment to the Contractor for partial estimates, final estimates, and retained percentages shall be subject to controlling laws. 5. EQUAL OPPORTUNITY EMPLOYER In all Contractor services, programs or activities, and all Contractor hiring and employment made possible by or resulting from this Contract, there shall be no discrimination by Contractor or by Contractor’s employees, agents, subcontractors or representatives against any person because of sex, age (except minimum age and retirement provisions), race, color, creed, national origin, marital status or the presence of any disability, including sensory, mental or physical handicaps, unless based upon a bona fide occupational qualification in relationship to hiring and employment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. Contractor comply with and shall not violate any of the terms of Chapter 49.60 RCW, Title VII of the Civil Rights Act of 1964, the Americans With Disabilities Act, Section 504 of the Rehabilitation Act of 1973, 49 CFR Part 26, or any other applicable federal, state, or local law or regulation regarding non - discrimination. Any material violation of this provision shall be grounds for t ermination of this Contract by the City and, in the case of the Contractor’s breach, may result in ineligibility for further City agreements. 6. INDEPENDENT CONTRACTOR/CONFLICT OF INTEREST 6.1 It is the intention and understanding of the Parties that the Contractor shall be an independent contractor and that the City shall be neither liable nor obligated to pay Contractor sick leave, vacation pay or any other benefit of employment, nor to pay any social security or other tax which may arise as an incident of employment. The Contractor shall pay all income and other taxes due. Industrial or any other insurance that is purchased for the benefit of the City, regardless of whether such may provide a secondary or incidental benefit to the Contractor, shall no t be deemed to convert this Agreement to an employment contract. It is recognized that Contractor may or will be performing professional services during the Term for other parties; provided, SKILLINGS, Inc. 31 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 however, that such performance of other services shall not conflict with or interfere with Contractor's ability to perform the Services. Contractor agrees to resolve any such conflicts of interest in favor of the City. 6.2 If the Contractor is a sole proprietorship or if this is a contract with an individual, the contractor agrees to notify the City and complete any required form if the Contractor retired under a State of Washington retirement system and agrees to indemnify any losses the City may sustain through the Contractor’s failure to do so. 7. CITY’S RIGHT TO TERMINATE CONTRACT 7.1 Termination Without Cause. Prior to the expiration of the Term, this Contract may be terminated without cause upon oral or written notice delivered to Contractor from the City. Upon termination, all supplies, materials, labor and/or equipment furnished prior to such date shall, at the City’s option, become its property. In the event Contractor is not in breach of any of the provisions of this Contract, Contractor will be paid for any portion of the Work which has been completed to the City’s satisfaction, calculated by the percentage amount that portion of the Work completed and accepted by the City bears to the Total Compensation. 7.2 Termination For Cause. The City may immediately terminate this Contract, take possession of the Property and all materials thereon and finish the Work by whatever methods it may deem expedient, upon the occurrence of any one or more of the following events: (1) If the Contractor should be adjudged a bankrupt. (2) If the Contractor should make a general assignment for the benefit of its creditors. (3) If a receiver should be appointed on the account of insolvency of Contractor. (4) If Contractor should persistently or repeatedly refuse or fail to supply a sufficient number of properly skilled workers or proper materials for completion of the Work. (5) If the Contractor should fail to complete the Work within the time specified in this Contract. (6) If the Contractor should fail to complete the Work in compliance with the plans and specifications, to the City’s satisfaction. SKILLINGS, Inc. 32 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 (7) If the Contractor should fail to make prompt payment to subcontractors or for material labor. (8) If Contractor should persistently disregard laws, ordinances or regulations of federal, state, or municipal agencies or subdivisions thereof. (9) If Contractor should persistently disregard instructions of the Mayor or his or her representative. (10) If Contractor shall be in breach or violation of any term or provision of this Contract, or (11) If the Work is not being performed pursuant to RCW 49.28.050 or 49.28.060. 7.3 Result of Termination. In the event that this Contract is terminated for cause by the City, the City may do any or all of the following: (1) Stop payments. The City shall cease any further payments to Contractor and Contractor shall be obligated to repay any payments it received under this contract. (2) Complete Work. The City may, but in no event is the City obligated to, complete the Work, which Work may be completed by the City’s agents, employees or representatives or the City may retain independent persons or entities to complete the Work. Upon demand, Contractor agrees to pay to the City all of its costs and expenses in completing such Work. (3) Take Possession. The City may take possession of the Property and any equipment and materials on the Property and may sale the same, the proceeds of which shall be paid to the City for its damages. (4) Remedies Not Exclusive. No remedy or election under this Contract shall be deemed an election by the City but shall be cumulative and in addition to all other remedies available to the City at law, in equity or by statute. SKILLINGS, Inc. 33 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 8. INDEMNIFICATION 8.1 Contractor Indemnification. The Contractor agrees to indemnify, defend, and hold the City, its elected officials, officers, employees, agents, and volunteers harmless from any and all claims, demands, losses, actions and liabilities (including costs and all attorney fees) to or by any and all persons or entities, including, without limitation, their respective agents, licensees, or representatives, arising from, resulting from, or connected with this Contract to the extent caused by the negligent acts, errors or omissions of the Contractor, its partners, shareholders, agents, employees, or by the Contractor’s breach of this Contract. Contractor waives any immunity that may be granted to it under the Washington State Industrial Insurance Act, Title 51 RCW. Contractor’s indemnification shall not be limited in any way by any limitation on the amount of damages, compensation or benefits payable to or by any third party under worker s’ compensation acts, disability benefit acts or any other benefits acts or programs. 8.2 City Indemnification. The City agrees to indemnify, defend, and hold the Contractor, its officers, directors, shareholders, partners, employees, and agents harmless from any and all claims, demands, losses, actions and liabilities (including costs and attorney fees) to or by any and all persons or entities, including without limitation, their respective agents, licenses, or representatives, arising from, resulting from or connected with this Contract to the extent solely caused by the negligent acts, errors, or omissions of the City, its employees or agents. 8.3 Survival. The provisions of this Section shall survive the expiration or termination of this Contract with respect to any event occurring prior to such expiration or termination. 9. INSURANCE 9.1 Minimum Limits. The Contractor agrees to carry as a minimum, the following insurance, in such forms and with such carriers who have a rating which is satisfact ory to the City: (1) Workers’ compensation and employer’s liability insurance in amounts sufficient pursuant to the laws of the State of Washington; (2) Commercial general liability insurance with combined single limits of liability not less than $2,000,000 for bodily injury, including personal injury or death, products liability and property damage. (3) Automobile liability insurance with combined single limits of liability not less than $2,000,000 for bodily injury, including personal injury or death and property damage. SKILLINGS, Inc. 34 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 9.2 Endorsements. Each insurance policy shall contain, or be endorsed to contain, the following provisions: (1) The City, its officers, officials, employees, volunteers and agents shall each be named as additional insured. (2) Coverage may not be terminated or reduced in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, to the City. (3) Coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of Contractor’s insurance. (4) Coverage shall apply to each insured separately against whom claim is made or suit is brought. (5) Coverage shall be written on an “occurrence” form as opposed to a “claims made” or “claims paid” form. 9.3 Verification. Contractor shall furnish the City with certificates of insurance evidencing the coverage required by the Section, in compliance with the Certificate(s) of Insurance Form attached hereto as Exhibit “F”, which certificate must be executed by a person authorized by the insurer to bind coverage on its behalf. The City reserves the right to require complete certified copies of all required insurance policies, at any time. 9.4 Subcontractors. Contractors shall include all subcontractors as additional insured under its policies or shall furnish separate certificates for each subcontractor. All coverage for subcontractors shall be subject to all of the requirements stated herein. 9.5 Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be disclosed by Contractor and approved in writing by the City. At the option of the City, Contractor shall either reduce or eliminate such deductibles or self-insured retentions or procure a bond guaranteeing payment for any amounts not covered by the insurance by reason of such deductibles or self-insured retentions. SKILLINGS, Inc. 35 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 9.6 Asbestos Abatement or Hazardous Materials. If asbestos abatement or hazardous materials work is performed, Contractor shall review coverage with the City’s Risk Manager and provide scope and limits of coverage that are appropriate for the scope of Work and are satisfactory to the City. Contractor shall not commence any Work until its coverage has been approved by the City. 9.7 Termination. The Contractor’s failure to provide the insurance coverage required by this Section shall be deemed to constitute non-acceptance of this Contract by the Contractor and the City may then award this Contract to the next lower bidder. 10. NOT USED 11. SAFETY Contractor shall take all necessary precautions for the safety of employees on the work site and shall comply with all applicable provisions of federal, state and municipal safety and health laws and codes, including without limitation, all OSHA/WISHA requirements, Safety and Health Standards for Construction Work (Chapter 296-155 WAC), General Safety and Health Standards (Chapter 296-24 WAC), and General Occupational Health Standards (Chapter 296-62 WAC). Contractor shall erect and properly maintain, at all times, all necessary guards, barricades, signals and other safeguards at all unsafe places at or near the Work for the protection of its employees and the public, safe passageways at all road crossings, crosswalks, street intersections, post danger signs warning against any known or unusual hazards and do all other things necessary to prevent accident or loss of any kind. Contractor shall protect from dan ger all water, sewer, gas, steam or other pipes or conduits, and all hydrants and all other property that is likely to become displaced or damaged by the execution of the Work. The Contractor shall, at its own expense, secure and maintain a safe storage place for its materials and equipment and is solely responsible for the same. 12. FAILURE TO PAY SUBCONTRACTORS In the event the Contractor shall fail to pay any subcontractors or laborers, fail to pay for any materials, or fail to pay any insurance premiums, the City may terminate this Contract and/or the City may withhold from the money which may be due the Contractor an amount necessary for the payment of such subcontractors, laborers, materials or premiums. 13. OWNERSHIP OF DOCUMENTS SKILLINGS, Inc. 36 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 All originals and copies of work product, including plans, sketches, layouts, designs, design specifications, records, files, computer disks, magnetic media, all finished or unfinished documents or material which may be produced or modified by Contractor while performin g the Work shall become the property of the City and shall be delivered to the City at its request. 14. CONFIDENTIALITY Any records, reports, information, data or other documents or materials given to or prepared or assembled by the Contractor under this Contract will be kept as confidential and shall not be made available to any individual or organization by the Contractor without prior written approval of the City. 15. BOOKS AND RECORDS The Contractor agrees to maintain books, records, and documents which sufficiently and properly reflect all direct and indirect costs related to the performance of this Contract and such accounting procedures and practices as may be deemed necessary by the City to assure proper accounting of all funds paid pursuant to this Contract. These records shall be subject at all reasonable times to inspection, review or audit by the City, its authorized representative, the State Auditor, or other governmental officials authorized by law to monitor this Contract. 16. CLEAN UP At any time ordered by the City and immediately after completion of the Work, the Contractor shall, at its own expense, clean up and remove all refuse and unused materials of any kind resulting from the Work. In the event the Contractor fails to perform the necessary clean up, the City may, but in no event is it obligated to, perform the necessary clean up and the costs thereof shall be immediately paid by the Contractor to the City and/or the City may deduct its costs from any remaining payments due to the Contractor. 17. CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITY: 17.1 Contractor Verification. The Contractor verifies that it has a certificate of registration with the State of Washington; has a current state unified business identifier num ber; is not disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3); has industrial insurance as required by Title 51 RCW, if applicable; has an employment security department number as required in Title 50 RCW, if appli cable; has a state excise tax registration number as required in Title 82 RCW, if applicable; possesses a valid electrical contractor license as required by chapter 19.28 RCW, if applicable; and possesses an elevator contractor license as required by chapter 70.87 RCW, if applicable. 17.2 Subcontractor Contracts. The Contractor shall include the language of this section in each of its first-tier subcontracts, and shall require each of its subcontractors to include SKILLINGS, Inc. 37 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 the same language of this section in each of their subcontracts, adjusting only as necessary the terms used for the contracting parties. Upon request of the Owner, the Contractor shall promptly provide documentation to the Owner demonstrating that the subcontractor meets the subcontractor responsibility criteria below. The requirements of this section apply to all subcontractors regardless of tier. 17.3 Subcontractor Verification. At the time of subcontract execution, the Contractor shall verify that each of its first tier subcontractors meets the following bidder responsibility criteria: Have a current certificate of registration in compliance with chapter 18.27 RCW, which must have been in effect at the time of subcontract bid submittal; Have a current Washington Unified Business Identifier (UBI) number; Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3); Have Industrial Insurance (workers’ compensation) coverage for the subcontractor’s employees working in Washington, as required in Title 51 RCW, if applicable; A Washington Employment Security Department number, as required in Title 50 RCW, if applicable; A Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW, if applicable; An electrical contract or license, if required by Chapter 19.28 RCW, if applicable; An elevator contractor license, if required by Chapter 70.87 RCW. 18. GENERAL PROVISIONS 18.1 Entire Contract. The Contract Documents contain all of the agreements of the Parties with respect to any matter covered or mentioned in this Contract and no prior agreements or understandings pertaining to any such matters shall be effective for any purpose. 18.2 Modification. No provisions of this Contract, including this provision, may be amended or added to except by agreement in writing signed by the Parties or their respective successors in interest. 18.3 Full Force and Effect. Any provision of this Contract, which is declared invalid, void or illegal, shall in no way affect, impair, or invalidate any other provision hereof and such other provisions shall remain in full force and effect. 18.4 Assignment. The Contractor shall not transfer or assign, in whole or in part, any or all of its obligations and rights hereunder without the prior writ ten consent of the City. In the event the City consents to any such assignment or transfer, such consent shall in no way release the Contractor from any of its obligations or liabilities under this Contract. 18.5 Successors In Interest. Subject to the preceding Subsection, this Contract shall be binding upon and inure to the benefit of the Parties’ successors in interest, heirs and assigns. 18.6 Attorney Fees. In the event the City or the Contractor defaults on the performance of any terms in this Contract, and the Contractor or City places the enforcement of the Contract or any part thereof, or the collection of any monies due, or to become due hereunder, or recovery of possession of any belongings, in the hands of an attorney, or file suit upon t he same, each Party shall pay all its own attorneys’ fees, costs and expenses. The venue for any dispute related to this Contract shall be King County, Washington. SKILLINGS, Inc. 38 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 18.7 No Waiver. Failure of the City to declare any breach or default immediately upon occurrence thereof, or delay in taking any action in connection with, shall not waive such breach or default. Failure of the City to declare one breach or default does not act as a waiver of the City’s right to declare another breach or default. 18.8 Governing Law. This Contract shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington. 18.9 Authority. Each individual executing this Contract on behalf of the City and Contractor represents and warrants that such individuals are duly authorized to execute and deliver this Contract on behalf of the Contractor or City. 18.10 Notices. Any notices required to be given by the City to Contractor or by the Contractor to the City shall be delivered to the Parties at the addresses set forth below. Any notices may be delivered personally to the addressee of the notice or may be deposited in the United States mail, postage prepaid, to the address set forth herein. Any notice so posted in the United States mail shall be deemed received three (3) days after the date of mailing. 18.11 Captions. The respective captions of the Sections of this Contract are inserted for convenience of reference only and shall not be deemed to modify or otherwise affect in any respect any of the provisions of this Contract. 18.12 Performance. Time is of the essence of this Contract and each and all of its provisions in which performance is a factor. Adherence to completion dates is essential to the Contractor’s performance of this Contract. 18.13 Compliance with Ethics Code. If a violation of the City’s Ethics Resolution No. 91-54, as amended, occurs as a result of the formation and/or performance of this Contract, this Contract may be rendered null and void, at the City’s option. 18.14 Conflicting Provisions. In the event of a conflict between the terms and provisions of any of the Contract Documents, the Mayor or his or her designee shall issue an interpretation of the controlling document, which interpretation shall be final and binding. DATED the day and year set forth above. CITY OF YELM By: ___________________________________ SKILLINGS, Inc. 39 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 JW Foster, Mayor City of Yelm, 106 Second St SE, Yelm WA 98597 ATTEST: _______________________________ Lori Lucas, City Clerk APPROVED AS TO FORM: _______<on file>________________________ City Attorney, Brent Dille ___________________________________ (Contractor’s Name) By: ___________________________________ (Signature) ___________________________________ (Name) ___________________________________ (Address Line 1) ___________________________________ (Address Line 2) ___________________________________ SKILLINGS, Inc. 40 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 (Phone) SKILLINGS, Inc. 41 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 STATE OF WASHINGTON ) ) ss. COUNTY OF ____________ ) On this day personally appeared before me ____________________________________, to me known to be the _______________________ of __________________________ that executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that he/she was authorized to execute said instrument and that the seal affixed, if any, is the corporate seal of said corporation. GIVEN my hand and official seal this ______ day of _______________________, 202__. ______________________________________ ______________________________________ (typed/printed name of notary) Notary Public in and for the State of Washington. My commission expires ____________________ SKILLINGS, Inc. 42 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 III. SPECIAL PROVISIONS SKILLINGS, Inc. 43 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 INTRODUCTION TO THE SPECIAL PROVISIONS (August 14, 2013 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2021 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter: “Standard Specifications”). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project-specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source. For example: (March 8, 2013 APWA GSP) (April 1, 2013 WSDOT GSP) Also incorporated into the Contract Documents by reference are: • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current 2021 edition https://www.wsdot.wa.gov/publications/manuals/fulltext/M41-10/SS.pdf • City of Yelm, Engineering Standard plans and specifications https://www.yelmwa.gov/Development%20Guidelines/Engineering%20Specification%20an d%20Standard%20Details.pdf Contractor shall obtain copies of these publications, at Contractor’s own expense. 1-04 SCOPE OF WORK Add the following new section: 1-04.1(3) Lump Sum Contract The project is a lump sum bid. There will be no measurement of units of work defined in the project specifications or plans. SKILLINGS, Inc. 44 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 Lump Sum payment will be for the entire project as specified and as indicated in the Contract Documents. The Lump Sums Payment shall include the cost of all labor, materials, equipment, and incidentals necessary to furnish, install, clean, test, and place each component of the project into operation; including plant establishment requirements, permitting, general conditions, overhead and profit and taxes. Failure to perform any obligation under this Contract may be adequate reason for the City to withhold payments until the obligation is performed. Progress payments for the Lump Sum contract will be based on the Schedule of Values breakdown prepared by the Contractor and approved by the Engineer and Owner before acceptance of the Application for Payment. 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (March 13, 2012 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. Standard Specifications, 7. Contracting Agency’s Standard Plans or Details (if any), and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-05.4 Conformity With and Deviations from Plans and Stakes Supplement this section with the following: Roadway and Utility Surveys (July 23, 2015 APWA GSP, Option 1) The Engineer shall furnish to the Contractor, one time only, principal horizontal and vertical control required for the project. It shall be the Contractor’s responsibility to protect the control points. The Contractor shall provide all project construction survey staking with accuracy limits as required in the standard specifications. The as-built horizontal and vertical shall take precedence over coordinates and elevations provided in the plans. It is the intent of the project to fit the new/revised work into the existing conditions. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) SKILLINGS, Inc. 45 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor’s unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency’s rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency’s right to pursue any other avenue for additional remedy or damages with respect to the Contractor’s failure to perform the work as required. Add the following new section: 1-05.12(1) One-Year Guarantee Period (March 8, 2013 APWA GSP) The Contractor shall return to the project and repair or replace all defects in workmanship and material discovered within one year after Final Acceptance of the Work. The Contractor shall start work to remedy any such defects within 7 calendar days of receiving Contracting Agency’s written notice of a defect, and shall complete such work within the time stated in the Contracting Agency’s notice. In case of an emergency, where damage may result from delay or where loss of services may result, such corrections may be made by the Contracting Agency’s own forces or another contractor, in which case the cost of corrections shall be paid by the Contractor. In the event the Contractor does not accomplish corrections within the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. SKILLINGS, Inc. 46 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 When corrections of defects are made, the Contractor shall then be responsible for correcting all defects in workmanship and materials in the corrected work for one year after acceptance of the corrections by Contracting Agency. This guarantee is supplemental to and does not limit or affect the requirements that the Contractor’s work comply with the requirements of the Contract or any other legal rights or remedies of the Contracting Agency. This One-Year Guarantee provision will not apply to plant establishment. The contractor will be responsible for plant establishment for three (3) months after Final Acceptance. The Contractor shall replace any plant that does not survive the 3-month period. 1-05.13 Superintendents, Labor and Equipment of Contractor (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section. 1-05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. Add the following new section: 1-05.16 Water and Power (October 1, 2005 APWA GSP) There is existing power, potable water reclaimed water within the project limits that is available to the contractor at the locations identified on the plans as “existing”. The Contractor shall make necessary arrangements, and shall bear the costs to make temporary connection to the power and water necessary for the performance of the work. Add the following new section: 1-05.18 Record Drawings (March 8, 2013 APWA GSP) The Contractor shall maintain one set of full-size plans for Record Drawings, updated with clear and accurate red-lined field revisions on a daily basis, and within 2 business days after receipt of information that a change in Work has occurred. The Contractor shall not conceal any work until the required information is recorded. SKILLINGS, Inc. 47 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 This Record Drawing set shall be used for this purpose alone, shall be kept separate from other Plan sheets, and shall be clearly marked as “Record Drawings”. These Record Drawings shall be kept on site at the Contractor’s field office, and shall be available for review by the Contracting Agency at all times. The Contractor shall bring the Record Drawings to each progress meeting for review. The preparation and upkeep of the Record Drawings is to be the assigned responsibility of a single, experienced, and qualified individual. The quality of the Record Drawings, in terms of accuracy, clarity, and completeness, is to be adequate to allow the Contracting Agency to modify the computer-aided drafting (CAD) Contract Drawings to produce a complete set of Record Drawings for the Contracting Agency without further investigative effort by the Contracting Agency. The Record Drawing markups shall document all changes in the Work, both concealed and visible. Items that must be shown on the markups include but are not limited to: • Actual dimensions, arrangement, and materials used when different than shown in the Plans. • Changes made by Change Order or Field Order. • Changes made by the Contractor. • Accurate locations of storm sewer, sanitary sewer, water mains and other water appurtenances, structures, conduits, light standards, vaults, width of roadways, sidewalks, landscaping areas, building footprints, channelization and pavement markings, etc. Include pipe invert elevations, top of castings (manholes, inlets, etc.). If the Contract calls for the Contracting Agency to do all surveying and staking, the Contracting Agency will provide the elevations at the tolerances the Contracting Agency requires for the Record Drawings. When the Contract calls for the Contractor to do the surveying/staking, the applicable tolerance limits include, but are not limited to the following: Vertical Horizontal As-built sanitary & storm invert and grate elevations ± 0.01 foot ± 0.01 foot As-built monumentation ± 0.001 foot ± 0.001 foot As-built waterlines, inverts, valves, hydrants ± 0.10 foot ± 0.10 foot As-built ponds/swales/water features ± 0.10 foot ± 0.10 foot As-built buildings (fin. Floor elev.) ± 0.01 foot ± 0.10 foot As-built gas lines, power, TV, Tel, Com ± 0.10 foot ± 0.10 foot As-built signs, signals, etc. N/A ± 0.10 foot Making Entries on the Record Drawings: SKILLINGS, Inc. 48 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 • Use erasable colored pencil (not ink) for all markings on the Record Drawings, conforming to the following color code: • Additions - Red • Deletions - Green • Comments - Blue • Dimensions - Graphite • Provide the applicable reference for all entries, such as the change order number, the request for information (RFI) number, or the approved shop drawing number. • Date all entries. • Clearly identify all items in the entry with notes similar to those in the Contract Drawings (such as pipe symbols, centerline elevations, materials, pipe joint abbreviations, etc.). The Contractor shall certify on the Record Drawings that said drawings are an accurate depiction of built conditions, and in conformance with the requirements detailed above. The Contractor shall submit final Record Drawings to the Contracting Agency. Contracting Agency acceptance of the Record Drawings is one of the requirements for achieving Physical Completion. Payment for the Record Drawings will be included in the Lump Sum contract amount. Payment for this item will be made on a prorated monthly basis for work completed in accordance with this section up to 75% of the amount included in the Contractor’s approved Schedule of Values. The final 25% of the schedule value will be paid upon completed and accepted Record Drawings set prepared in conformance with these Special Provisions. 1-06 Control of Material 1-06.1 Approval of Materials Prior to Use (******) Section 1-06.1 is supplemented with the following: After checking and verifying all field measurements, the Contractor shall submit electronically to Engineer for review and approval, all Shop Drawings/Submittals, which shall have been checked by and stamped with the approval of the Contractor and identified as Engineer may require for use on the project. The data on the Shop Drawings/Submittals will be complete with respect to dimensions, design criteria, materials or construction and like informatio n to enable Engineer to review the information as required. At the time of each submission, the Contractor shall in writing call Engineer’s attention to any deviations that the Shop Drawings/Submittals or Samples may have from the requirements of the Contr act Documents. Engineer will review and approve with reasonable promptness Shop Drawings/Submittals and Samples, but Engineer’s review and approval shall be only for conformance with the design concept of the project and for compliance with the information given in the Contract Documents and shall not extend to means, methods, sequences, techniques or procedures of construction or to safety precautions or programs incident thereto. The review and approval of separate items as SKILLINGS, Inc. 49 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 such will not indicate approval of the assembly in which the item functions. The Contractor shall make any corrections required by Engineer and shall electronically return the corrected copies of Shop Drawings/Submittals and resubmit new samples for review and approval. The Contractor shall direct specific attention in writing to revisions other than the corrections called for by the Engineer on previous submittals. The Contractor’s stamp of approval on any Shop Drawings/Submittals or Samples shall constitute a representation to Owner and Engineer that Contractor has either determined and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data or assumes full responsibility for doing so, and that Contractor has reviewed or coordinated each Shop Drawing/Submittal or Sample with the requirements of the work and the Contract Documents. Where a Shop Drawing/Submittal or Sample is required, no related work shall be commenced until the submittal has been reviewed and approved by the Engineer. Engineer’s review and approval of Shop Drawings/Submittals and Samples shall not relieve Contractor from responsibility for any deviations from the Contract Documents unless Contractor has in writing called Engineer’s attention to such deviation at the time of submission and Engineer has given written concurrence and approval to the specific deviation, nor shall any concurrence or approval by Engineer relieve Contractor from responsibility for errors or omissions in the Shop 39 Drawings/Submittals or Samples. 1-06.6 Recycled Materials (January 4, 2016 APWA GSP) Delete this section, including its subsections. 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor’s care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor’s care. SKILLINGS, Inc. 50 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor’s plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor’s performance does not, and shall not, be intended to include review and adequacy of the Contractor’s safety measures in, on, or near the project site. 1-07.2 State Taxes Delete this section, including its sub-sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1 -07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(2) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, tel egraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of SKILLINGS, Inc. 51 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception.Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.4 Sanitation 1-07.4(2) Health Hazards Section 1-07.4(2) is supplemented with the following: COVID-19 Health and Safety Plan (CHSP) 6 The Contractor shall prepare a project specific COVID-19 Health and Safety Plan (CHSP). The CHSP shall be prepared and submitted as a Type 2 Working Drawing prior to beginning physical Work. The CHSP shall be based on the most current State and Federal requirements. If the State or Federal requirements are revised, the CHSP shall be updated as necessary to conform to the current requirements. The Contractor shall update and resubmit the CHSP as the work progresses and new activities appear on the progress schedule required under Section 1-08.3. If the conditions change on the project, or a particular activity, the Contractor shall update and resubmit the CHSP. Work on any activity shall cease if conditions prevent full compliance with the CHSP. The CHSP shall address the health and safety of all people associated with the project including State workers in the field, Contractor personnel, consultants, project staff, subcontractors, suppliers and anyone on the project site, staging areas, or yards. COVID-19 Health and Safety Plan (CHSP) Inspection The Contractor shall grant full and unrestricted access to the Engineer for CHSP Inspections. The Engineer (or designee) will conduct periodic compliance inspections on the project site, staging areas, or yards to verify that any ongoing work activity is following the CHSP plan. If the Engineer becomes aware of a noncompliance incident either through a site inspection or other means, the Contractor will be notified immediately (within 1 hour). The Contractor shall immediately remedy the noncompliance incident or suspend all or part of the associated work activity. The Contractor shall satisfy the Engineer that the noncompliance incident has been corrected before the suspension will end. SKILLINGS, Inc. 52 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 1-08 Prosecution and Progress Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) 1-08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: 1. A detailed breakdown of a schedule of values for the complete project; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. 4. A list of subcontractors and suppliers Add the following new section: 1-08.0(2) Hours of Work (December 8, 2014 APWA GSP) Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference. This is a “calendar-day” contract. All working hours and days are subject to local permit and ordinance conditions (such as noise ordinances). If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours SKILLINGS, Inc. 53 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 are being requested, and why. Requests shall be submitted for review no later than 7 days prior to the day(s) the Contractor is requesting to change the hours. If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example: 1. The Contractor shall reimburse the Contracting Agency for the costs in excess of straight-time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: personnel from the Contracting Agency’s material testing lab; inspectors; and other Contracting Agency employees or the Engineer’s staff when, in the opinion of the Engineer, such work necessitates their presence.) 2. Considering the work performed on Saturdays, Sundays, and holidays as calendar days with regard to the contract time. 3. Considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. However, if the work requires the Engineer or Contracting Agency to be present in the multiple shift days, the paragraph above will apply with regard to the contractor’s requirements to pay the overtime hours. 4. If a 4-10 work schedule is requested and approved the non-working day for the week will be charged as a working day. 5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll. 1-08.1 Subcontracting (May 30, 2019 APWA GSP, Option B) Delete the ninth paragraph, beginning with “On all projects, the Contractor shall certify…”. 1-08.4 Prosecution of Work Delete this section and replace it with the following: 1-08.4 Notice to Proceed and Prosecution of Work (July 23, 2015 APWA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. SKILLINGS, Inc. 54 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 Where shown in the Plans, the first order of work shall be the installation 6 -ft high construction chain link security fencing for protection or restoration, as described in the Contract. Installation of fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of security fencing, and erosion control as described in the Contract plans. 1-09.9 Payments (March 13, 2012 APWA GSP) Delete the first four paragraphs and replace them with the following: The Contractor shall submit a Schedule of Values breakdown of the lump sum contract amount at the Preconstruction Conference, to enable the Project Engineer to determine the Work performed on a monthly basis. Absent a lump sum breakdown, the Project Engineer will make a determination based on information available. The Project Engineer’s determination of the cost of work shall be final. The Contractor shall receive payment for work after it is installed. Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payments. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 1. Percent complete of the items listed in the approved Schedule of Values based on the approved Contractor’s lump sum breakdown, or absent such a breakdown, based on the Engineer’s determination. 2. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 3. Change Orders — entitlement for approved and completed change order work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 2. The amount of progress payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. SKILLINGS, Inc. 55 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1. 1-09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP) Delete this section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration (November 30, 2018 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of Thurston County in which the Contracting Agency is located. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions. Division 2 Earthwork 2.01 Clearing, Grubbing, and Roadside Cleanup 2-01.1 Description Section 2-01.1 is supplemented with the following: (March 13, 1995) Clearing and grubbing on this project shall be performed within the following limits: Clearing and grubbing limits as designated on plans. 2-01.2(1) Disposal Method No. 1 – Open Burning (******) Section 2-01.2(1) is deleted from the specifications in its entirety. No open burning allowed. 2.02 Removal of Structures and Obstructions SKILLINGS, Inc. 56 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 2-02.1 Description 2-02.3 Construction Requirements Section 2-02.3 is supplemented with the following: (February 17, 1998) Removal of Obstructions 1) Remove existing timber pedestrian bridge and foundation. 2) Remove existing CMU block dumpster enclosure and concrete pad. 3) Remove existing luminaire and foundation. Protect electrical. New luminaire to be connected to existing conductors. 4) Remove existing wetland pond (Cell No. 1) soil and PVC liner. Soil and vegetation to be disposed at City provided waste site. PVC liner to be disposed at land fill. 5) Tree Stump removal. City will cut the tree nearly flush with the ground. Contractor to grind stump six (6) below ground surface and backfill with topsoil. 6) Remove and salvage existing vault and existing electrical recirculating pump. Coil existing conductors, and place in new junction box. 7) Remove brush and weeds around perimeter of wetland pond, from top of bank to pathway; Scarify and, dispose of material. (June 26, 2000) Salvage of Removed Structure Items The recirculating pump and vault as shown on plans being removed shall remain the property of the City. The Contractor shall transport the specified salvaged items to the following location: • City of Yelm Public Works Yard The Contractor shall stack the material as directed by the Engineer. The Contractor shall coordinate with the City public Works at least five working days prior to scheduled delivery of the items to confirm delivery arrangements. 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters 2-03 Roadway Excavation and Embankment Section 2-03.3(20) is added as follows: 2-03.3(7) Disposal of Surplus Material Section 2-03.3(7) is supplemented with the following: (March 13, 1995) SKILLINGS, Inc. 57 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 Surplus materials limited to vegetation and soil removed from existing wetland pond #1 and may be disposed of within the Contracting Agency furnished site, as detailed in the Plans. For informational purposes the maximum capacity of this site is approximately 1,200 cubic yards, neat line measurement. All other surplus material including existing PVC liner shall be hauled and disposed by Contractor at public land fill. The City will drain the water from the pond to the maximum extent possible. The Contractor should expect the soil and vegetation to be removed to be saturated, requiring dewatering prior to loading and hauling. In lieu of dewatering on site, the Contractor may choose to line the hauling truck beds to prevent spillage and leakage onto the City streets and dewater at the disposal site. The Contractor shall prepare a dewatering plan and submit to the Engineer for approval prior to commencing pond excavation. The disposal site, located at the City’s Wastewater Treatment Facility, may require minor grading to allow truck access to the bottom of the swale. When the wasted material has been stockpiled and allowed to drain, the contractor shall grade the waste site to uniform surface. The cost of grading the site shall be included the Lump Sum contract price. 2-03.3(14) Embankment Construction 2-03.3(20) Crushed Rock Path Description of Work The work shall consist of constructing a new pedestrian path to the new restroom building in accordance with the path detail and location shown on the plans. In addition, the pedestrian path shall be reconstructed in those areas where the existing path was removed or damaged as a result of the project construction. Construction Requirements The crushed rock path shall be 6 ft wide, with a cross slope of 1%. Crushed rock shall be placed over weed fabric and subgrade compacted to 95%. Materials The crushed rock shall be ¼ inch minus trail mix from Washington Rock Quarry in Tacoma, WA or approved equal. 2-06 Wetland Cell Subgrade Preparation 2-06.3 Construction Requirements SKILLINGS, Inc. 58 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 After the vegetation and soil and PVC liner have been removed from the wetland cell, the contractor shall excavate the pond to the line and grades shown on the contract plans, 1.5-feet below the depth of the existing PVC liner. The excavation material shall be disposed offsite. The Engineer shall approve the line and grade of the subgrade of the wetland cell pond prior t o the installation of the Bentonite augmented soils. Prior to placement of the Bentonite augmented soils, the Contractor shall submit samples of both the Bentonite and the proposed imported soils Granular Sodium Bentonite (Bentonite) shall be mixed with imported soils to construct a 6 inch water-proof liner for wetland pond #1. The application of bentonite to ensure a impermeable layer is dependent on the soil type the Contractor provides. TheCcontractor shall adjust the bentonite application rate to achieve an impermeable layer. For information purposes, typical application rates for different soil types are as follows: Typical Bentonite Application Rates Soil Type Rate Fair Clay 2 lbs of bentonite per square foot Poor Clay 3 lbs of bentonite per square foot Silty Loam 3-4 lbs of bentonite per square foot Sandy Loam 4-5 lbs of bentonite per square foot Sand 6 lbs of bentonite per square foot Sand and Gravel 6-8 lbs of bentonite per square foot The Contractor shall provide one or more on-site permeability test and/or barrel tests using the imported soil to determine actual application rates. The testing shall be witnessed and approved by the Engineer before the placement of the material and bentonite in the wetland cell. The Contactor shall test application rates with the imported soils by treating a small area at the anticipated bentonite clay application rate. Drive a 12" or larger diameter smooth wall pipe at least 8" into the soil column. Manually compact the soil-bentonite mix within the pipe and fill with 18" or more of water. Measure the rate of decline in the pipe and adjust application rate for the soil as needed. An alternative bentonite sealing test can be completed using a 5 gallon bucket as follows: 1. Drill 15 - 1/4" to 3/8" holes in the bottom of a 5 gallon bucket 2. Place 6-8 inches of soil from the pond to be sealed in the bottom of the bucket 3. From the application rate table, select the bentonite application rate for the soil that matches the pond soils 4. Mix soil with bentonite at that rate in lbs/square foot 5. Thoroughly blend the soil and dry granular bentonite until the mixture is uniform 6. Add 3 cups of water to the soil bentonite mixture and mix again until moisture is evenly distributed 7. Firmly tamp the soil/bentonite mixture into the bottom of the bucket 8. Using a permanent marker or paint stick mark a fill line roughly 2 inches from the top of the bucket SKILLINGS, Inc. 59 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 9. Gently (so that the soil isn't disturbed) add water to the fill line 10. Monitor water loss over a minimum 48 hour period 11. If seepage continues, repeat at an increased bentonite application rate until desired results are achieved The Contractor shall spread bentonite at the required application rate and then mix with the pond soil using an agricultural disc harrow, rototiller, or other mixing method to be sure that the granular bentonite clay is completely mixed with the top 6 to 10 inches of pond bottom soil. Once complete, the soil mixture must be thoroughly compacted with a pad-foot roller. Very dry soil will need to have water applied to the soil/bentonite mixture before rolling to ensure complete compaction. Apply the bentonite at a higher rate near the top of the slopes since it will tend to work down the slope when it is tilled into the soil. When placing the bentonite mixture around pipes and structures, the Contractor shall take measures to ensure a tight waterproof seal is made around the pipes and structures. This requirement also applies to the interface between the pond and the incoming water streambed. Place round rock (river rock) for erosion protection in and around the inlet stream by the bridge structure. The bentonite mixture shall be placed under the pond access driveway prior to placing the crushed surfacing base course. Material The Bentonite shall have a free swell value of 22 milliliter or higher. ASTM D5890 test method shall be used to verify the quality of bentonite used for the liner. Imported material shall consist of a clayey soil, or silty loam soil. 6-04 Timber Structures 6-04.1 Description Supplement Section 6-04.1 with the following: Description of Work The work shall consist of the construction of a pedestrian timber bridge structure, including the concrete foundation as shown on the contact drawings. Construction Requirements Timber pedestrian bridge and foundation shall be constructed in accordance with the contract plans and details. Materials All timber shall be treated in accordance with section 9-09.3 SKILLINGS, Inc. 60 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 The rail posts shall be connected to the concrete foundation where shown on the plans with hot - dipped galvanized brackets, minimum of 13 ga. thickness. 6-04.3(2) Workmanship Replace Section 6-04.3(2) with the following: The Contractor shall employ only competent Pedestrian bridge carpenters. After the bridge construction has been completed, the contractor shall repair / replace the sections of the pathway that were impacted by the construction. Walkways must comply with the ADA accessibility requirements. 6-04.4 Concrete Structures Restroom foundation and Sidewalk The City has pre-ordered a pre-manufactured restroom facility from Public Restroom Company. The restroom is being manufactured and will be delivered to the site. The restroom will be installed by PRC on a contractor-provided foundation. The location and details of the foundation are shown on the plans. The contractor coordinate his efforts and construction with the requirements of PRC. The specs and details are provided in the contract documents. Attention is drawn to the construction tolerance of the top of foundation as being “totally flat” with no variation in elevation. This is because the restroom floor is pre-cast and sits on the foundation. The contractor will place sleeves in the foundation to accommodate sewer, water, reclaimed water and power. When conduits are installed, the contractor will extend the electrical conductors to the building. Provide junction boxes and cleanouts to meet code requirements. After the building has been installed and PRC is out of the way, the Contractor shall place conduit where shown on the plans for future, City provided camera. Coordinate with the City on location of the conduit riser. For bidding purposes, the conduit shall extend 8-feet above the concrete sidewalk. Division 7 Drainage Structures, Storm Sewers, Sanitary Sewers, Water Mains, and Conduits 7-05 Manholes, Inlets, Catch Basins and Drywells 7-05.3(5) ORENCO PF.10 0511 4-INCH SUBMERSIBLE PUMP (******) Section 7-05.3(5) is added as follows: Contractor shall install a 4-inch submersible pump in the existing STEP tank at the location shown on the contract plans and in accordance with the City standard details included in the contract plans. The installation shall include the pump, screen, float assembly and electrical connections to make the pump fully functional. The discharge pipe shall be extended to the street and connected to the existing connection as shown on the plans. Material SKILLINGS, Inc. 61 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 The pump shall be an Orenco turbine 10 GPM P10 0511 OSI pump with SO power cable and 1/8” bypass orifice in the discharge head. The 30-inch ribbed PVC riser is existing. Refer to City of Yelm Standard Plan 5-9 as shown in the contract documents. 7-05.3(6) Gravity connection to existing STEP tank The contractor shall verify the elevation of the inlet elevation at the existing STEP tank. The new 6-inch gravity sewer shall be laid at a grade of 1.0% to a location 6-feet from the new restroom foundation. The contractor shall use the projected sewer pipe elevation to determine the location of the pipe sleeve through the new foundation. PRC will extend the pipe into the new restroom. 7-07 Cleaning Existing Drainage Structures 7-07.3 Construction Requirements (******) Section 7-07.3 is supplemented with the following: The contractor shall clean the existing 6-inch PVC drain line from wetland Cell 1 to the Fountain Pond by snaking and flushing the line from the control structure into the Fountain Pond. Flushed material can remain in the fountain pond. 7-08 General Pipe Installation and requirements Section 7-08.3(5) is added as follows: 7-08.3(5) Connect to existing 12 inch RW at existing water feature Description of Work The work in this section is part of the installation of the new 4-inch reclaimed water line which is to be connected into a new 12-inch riser pipe located in the headworks water feature. In addition to the installation of the water line, the work includes the removal of existing landscaping rocks and existing headworks pond water feature in order to make the connection of the new 4 -inch reclaimed water to new 12-inch riser pipe. Construction Requirements Contractor shall take before construction pictures of the pipeline alignment and inlet pond water feature for purpose of documenting the required restoration. The intent is to reconstruct the water feature and landscaping to match existing as close as possible. The contractor shall remove and stockpile the existing landscape rocks which shall be reinstalled, as close as possible, in the same pre-construction location. The exist headworks pond consists of a concrete-lined pond with various sizes of round river rock embedded in the concrete to look like a natural water feature. This pond will be mostly destroyed during the installation of the 4-inch water line connection to the 12-inch riser pipe. The contractor will construct a new concrete pond and waterfall using rocks salvaged from the existing and other excavation activities on site. Contractor shall stockpile of Landscaping rocks, during construction. Replacement and reconstruction of the pond shall follow the existing inflow pond detail shown on the plans. Materials SKILLINGS, Inc. 62 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 Materials, in addition to plant-mix concrete shall consist of salvaged landscape rocks located along the pipe alignment and at the existing inflow pond. Existing materials that can be reused shall be salvaged from the existing inflow pond and be removed and replaced as necessary to complete the installation of reclaimed water pipe connection and the reconstruction of the inlet pond water feature. Section 7-08.3(6) is added as follows: 7-08.3(6) Temporary reclaimed water bypass Description of Work The flow of water to the wetland complex is currently shut off. The first order of work is to re - establish the flow to the wetlands. The work in this section includes the installation of a temporary bypass system to provide reclaimed water from the existing valve box near the park entrance to the fountain pond as shown on the plans. Construction Requirements The reclaimed water pipe is pressurized so pumping will not be required. A valve will be required to allow the line to be turned on and off. Lay bypass hose on ground following alignment shown on plans. Secure hose to ground to prevent movement. Contractor shall inspect the bypass plumbing to ensure the system is operating properly. When the installation of the permanent 4-inch bypass line has been installed, tested and operational, the valves can be opened on the permanent bypass and the temporary connection shall be removed and retained by the contractor. Where the temporary pipe crosses pedestrian paths, the contractor shall provide ADA accessible crossings over the pipe and provide signage in both directions warning of the pipe crossing. Materials The Contractor shall supply temporary pipe consisting of either 2-inch diameter fire hose, or HDPE pipe, and necessary fittings and couplings. temporary anchor at fountain pond. Contractor shall supply material to construct pedestrian access ramp where hose crosses existing pedestrian path with either plywood or CSTC, compacted. All permanent reclaimed water lines shall be colored purple. 7-09.3(19)A Connections to Existing Mains Section 7-09.3(19)A is supplemented with the following: It shall be the Contractor’s responsibility to field verify the size, location and depth of the existing main and the fittings required to make the connections to the existing mains. Locations of the existing main shown on the plans are based on as-built information provided by others and must be located and exposed in the field prior to beginning construction. Potable water SKILLINGS, Inc. 63 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 connections shall not be made until all new pipe is tested, disinfected and flushed. Reclaimed water lines will not require disinfection. 7-12 Valves for Water Mains Section 7-12.3(2) is added as follows: 7-12.3(2) Flow Meter 2-Inch Description of Work Contractor shall install a 2-inch flow meter in a concrete vault as shown on the plans. Construction Requirements The meter will be installed in the vault as shown on the plans. Transmitter shall be installed in NEMA enclosure at the location shown on plans. The dimensions shown on the plans are based on the Badger meter. Should the contractor choose a different “or equal” meter, the meter shall be installed per the manufacture’s instructions. Materials 2-inch flow meter shall be Badger ModMAG Electromagnetic Flow Meter M-series M2000 Sensor Type II Remote transmitter version or approved equal. Section 7-12.3(3) is added as follows: 7-12.3(3) Alternate No 1 The original as-build drawings show the existing reclaimed water line entering the park is a 4- inch line, reduced down to a 2-inch line. If the Contractor does not find an existing 4-inch line at the location shown on the plans, the owner will issue a Change Order with the price based on the lump sum bid price for Alternate 1 shown in the bid document. The alternate 1 connection will require a new 4-inch purple pipe connection to the existing line in the street. The work will include restoration of the street, curb and gutter, sidewalk and lawn. The lump sum bid shall include the cost of material, labor and overhead and profit associated with the Alternate No 1 water line alignment connection, including fittings, valves and restoration. The cost shall include the cost of capping the existing line at a location downstream of the new reclaimed water service meter, and the restoration of the disturbed material, and the abandonment of the temporary bypass connection. Division 8 Miscellaneous Construction 8-02 Roadside Restoration 8-02.3(8) Plantings Supplement Section 8-02.3(8) with the following: SKILLINGS, Inc. 64 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 Description of Work The work shall consist of Wetland Plantings in accordance with the details and location shown on the plans. Construction Requirements Plantings on the 3:1 wetland pond side slope shall be spaced at 1 ft on center o.c. The total planting area of the pond side slope surface area is approximately 4,550 sf. The plantings on the pond bottom surface shall be installed at a spacing of 18-inch o.c. The total planting area of the pond bottom surface is approximately 13,000 sf. The contractor shall verify the actual surface areas after the grading work is complete and provide the number of plans per the spacing requirements. The Contractor shall coordinate the planting and watering requirements with the City. All of the outlet piping and bypass piping has to be in place. When ready, the City will turn the water on to the inlet pond to allow partial filling of the pond with reclaimed water. The Contractor shall submit to the Engineer, a planting and watering plan that will facilitate plant survival. This plan will be coordinated with the City to assure plant survival. The Contractor will be responsible for the short term (3-month) plant survival, and the City will be responsible for the long-term survival. The Contractor shall coordinate with the City on a watering plan that is developed by the Contractor. Materials The plant material shall be as shown on the plans. All plantings shall be 1-gallon plants. Section 8-02.3(17) is added as follows: 8-02.3(17) Tree Stump Removal Description of Work City shall cut and remove trees as designated on the plans. Contractor shall grind out stump at locations designated on plans. Construction Requirements Contractor shall grind out stump to 0.5 feet below existing grade. Backfill and compact with imported top soil to existing grade. Spread grass seed on top soil. 8-05 Potholing Section 8-05 is added as follows: Potholing has been included in the Proposal for the use in the determination of the location of existing utilities in advance of the Contractor's operations. The Engineer shall approve all potholing requests from the Contractor prior to potholing. Additionally, the Contractor shall provide potholes at Engineer's request. SKILLINGS, Inc. 65 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 The Contractor shall review the utility markings in the field after construction staking has been completed but prior to starting of installation of the utilities. When potholing is perfo rmed the Contractor shall: 1. Receive prior approval from the Engineer for the location of the proposed pothole. 2. Contact on-call utility services prior to performing potholes. 3. Excavate down to the existing utility. 4. Record the horizontal (station and offset) and vertical location (elevation) of the found utility. 5. Provide the Engineer information showing the location of the existing utility and location of the proposed utility. Survey information to be obtained shall include station and offset to center of utility and elevation at top of utility. Stations, offsets and elevations shall be to the nearest 0.1 foot unless greater accuracy is required. 6. Potholes shall be backfilled with CSBC compacted to 95% of max dry density. It is the Contractor’s responsibility to complete pot holing in advance to avoid an impact to the contractor’s schedule. 8-20 Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical 8-20.3 Construction Requirements Work under this section includes all electrical components for the Park Improvements, including equipment, conduit and conductors as shown on the plans. Conduits for electrical service to the restroom will be terminated 5-6 feet from the foundation for the new restroom. Contractor to coordinate with Public Restroom Company (PRC), to install electrical conductors from the junction box to the restroom service panel and from the restroom service pane to new STEP pump to be installed in existing septic tank. Contractor to construct conduit and install conductors from restroom to STEP tank and connect to new pump. Once PRC completes restroom building installation, Contractor shall add a 20 amp circuit breaker to restroom electrical panel, add pump control panel with remote alarm and silence button. Connect electrical to pump in existing STEP tank. Contractor to install a new luminaire with foundation at the location shown on the plans. Connect to the existing power, provide conduit and conductor extensions as required by code and to complete the work. There are several locations identified on the plans where the Contractor shall install conduit only. The City will install conductors in those conduits identified for conduit only. STEP system controller and alarm panel The control panel for the STEP pump shall be installed in the restroom facility. Power will be pulled off of the PRC panel. Contractor to provide conduit and conductors and install the panel in a City approved location. The remote alarm and light panel shall be located outside of the restroom in the location shown on the plans or as directed by the Engineer. Reference is made to the contract plans detail sheet for City of Yelm Standard Detail 5-5 SKILLINGS, Inc. 66 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 Materials: NEMA enclosures as shown on plans shall be 304 stainless steel, with the following: • NEMA 4 – Weigmann N412303008SS3PTC or approved equal, with heater, light and mounted to rack as shown on plans. (to enclose electrical equipment) • Back panel Weigmann NP3030CG for mounting equipment • 400 watt heater – Weigmann FH115V40020W • Motion activated enclosure light Weigmann SL24265VMS ______________________________________________________________________ • NEMA 4x – Weigmann N412363016 CSSST or approved equal, with heater, vent and light mounted to rack as shown on plans. (to enclose chlorine analyzer. Chlorine analyzer to be provided by City) • Vent – FIBOX IP44 Enclosures Product nbr: 3541564 (2 quantity), Productcard: MB 10564 II, Ingress Protection Rating IP44 The 2 vents will need to be mounted on the sides of the enclosures. Typically one on the bottom left side, one on the upper right side for natural convection. • 800 watt heater – FH115V800W ________________________________________________________________________ • Luminaires shall be GE Roadway lighting M2AC15S1N2GMC21 or equal. New luminaire to be connected to existing conductors. Contractor to verify wire size and conductors are appropriate for new light and pole installation. • The street light pole shall be Aluminum square straight Area Lighting pole, 30 ft mounting height, nominal. The street light foundation shall be constructed to meet pole manufacture’s recommendations. • See City of Yelm Standard Detail 5-5 as shown on sheet 13 of the contract plans. Appendices (January 19, 2021) The following appendices are attached and made a part of this contract: APPENDIX A: Public Restroom Company project proposal APPENDIX B: Public Restroom Company Pre-Fab Restroom Building plans. APPENDIX C: SKILLINGS, Inc. 67 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 State Prevailing Minimum Hour Wage Rates Supplemental to Wage Rates Benefit Code Key APPENDIX D: City of Yelm Cochrane Park Reconstruction Phase 1 Improvement plans. SKILLINGS, Inc. 68 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 APPENDIX A Public Restroom Company Project Proposal Bid Date: Bid Scope of Work by Party for: Owner: Licenses: Subcontractor Bid to Generals by Public Restroom Company General Contractor’s Scope of work: General Contractor Scope of Work Background: General shall provide site survey to establish building corners and elevation of final floor slab, excavate building pad per PRC drawings or footings, locate footing sleeves for electrical, waste, and water, pour the footings (if required), furnish sand base adjacent to subgrade pad, and mark locations for utility POC’s nominally up to 6’ outside the building foundation. Preparation of Building Pad: General is responsible for providing the building subgrade pad or footings to frost depth per Public Restroom Company design specifications and owner bid documents. PRC will provide detailed drawings for the subgrade building pad, utilities POC’s, and if required the footings, attached to this scope of work. General verification of site access to allow Building Delivery: 1. General shall certify to PRC that suitable delivery path to the proposed building site in writing. Suitable access is defined as 14’ minimum width, 16’ minimum height, and with a sufficient turning radius for a crane and 70’ tractor-trailer. 2. Our cost is based upon the crane we provide being able to locate within 35’ from the building center and for the delivery truck to be no more than 35’ from the crane’s center picking point. 3. If the path to the building site traverses curbs, underground utilities, landscaping, sidewalks, or other obstacles that could be damaged, it is the General’s responsibility for repair and all costs, if damage occurs. 4. If trench plating is required, the cost shall be the responsibility of the General’s. 5. If unseen obstacles are present when site installation begins, it is the General’s responsibility to properly mark them and notify PRC before installation in writing. Installation Notice and Site Availability: PRC will provide reasonable notice for delivery of the prefabricated building. The General shall make the site available during the delivery period. During the delivery period, on an improved site, stop site watering several days before delivery to minimize the impact on the soils for the heavy equipment needed for installation. - 2 - Caution: If site is not ready for our field crew to perform their installation and if no notice of delay in readiness from General is received, PRC will provide a change order for re-mobilization on a daily basis until the site is ready for us. Ready means that the site pad is completed, the corner required survey stakes are in place, the slab elevation stakes are in place, the location of the front of the building is confirmed on site, and access to the site is available from an improved roadway. General shall sign the change order before PRC will continue delivery. Utility Connections: Public Restroom Company will “turn-key” set the buildings including the hook up of utilities inside the building. PRC will use its own factory trained staff for the installation. Exterior connection of utilities outside the foundation is the responsibility of the General or their subcontractors. 1. General is responsible for 30 minute flushing water service to the building before connection to prevent particles from entering the plumbing system causing exensive clean out post connection. 2. General is responsible for the final connections of water, sewer, and electrical at the exterior of building POC’s. 3. PRC provides a POC for water, a POC DWV waste line with a clean out your service connection, and an electrical schedule 80 PVC sleeve at an exterior POC. Special Conditions, Permits, and Inspection Fees: Follow any published specifications governing local building procedures for applicable building permit fees, health department fees, all inspection fees, site concrete testing fees, and compaction tests, if required by bid specifications. PRC is responsible for all required State inspections and final State insignia certification of the building, if applicable. Jurisdiction for Off-site Work: Jurisdiction, for permitting and inspection of this building shall be either the State agency who manages prefabricated building compliance in the state or the local CBO (when the State does not provide certification.) If the responsibility for building inspection is the local CBO, we will provide a certified plan set, calculations, and a third party engineer inspection written report for any and all work within the building that cannot be seen by the local official. END OF SCOPE OF WORK BY GENERAL - 3 - PUBLIC RESTROOM COMPANY SCOPE OF WORK: Our In Plant/Off-Site Construction Scheduling System: PRC has several off-site manufacturing centers in the United States, strategically located, that have the proper equipment and trained staff to fabricate our custom buildings to our high quality fit and finish standards. PRC manages quality control in our off-site production facility to comply with the approved drawings and provides an inspection certification and photos as required. When proprietary materials, which we have designed and fabricated, are part of the project, PRC supplies the manufacturing centers with these proprietary PRC components. PRC then schedules the in plant construction process to coordinate with your required delivery date through our Logistics Division field staff. We warrant on time at cost delivery weather permitting and other conditions affecting delivery. Special Payment and Billing Terms: We invoice for our design, engineering, and architectural plans when your order is received. Second we follow with our full submittal package. Then, we invoice on a monthly in plant percentage of completion supported by photographs, State third party inspection reports, and State certification. When the project is not through a state agency, a third party inspector provides the inspections in plant and in writing files the report with the general to resubmit to the CBO. Our process for payments is that we invoice monthly per the above and expect to be paid by the General when he is paid monthly. In order to have the owner pay for offsite construction, PRC provides a special unrequested insurance policy naming the General and the Owner as recipients for up to $200,000 per building module for any incident including on site vandalism. This special policy has been approved by cities, towns, counties, and state nationwide for allowing payments for offsite work in plant to be processed as a result of our special policy. Delays in Payment and Project Stoppage: In the event of project stoppage, additional fees may be assessed for re-mobilization, storage, crane costs, etc. Our discounted project costs are based upon timely payments. Delays in payment could change delivery schedules and project costs by change order. PRC may not proceed with project if delay is due to payment until change order is signed and accepted by PRC. Delivery and Installation: Site Preparation for Building Placement and Site Underground Inspection: PRC field staff, upon site arrival, will verify the required dimensions of the building pad and the corner locations/elevation fore compliance with PRC plans. PRC will also verify the delivery path from an accessible road or street and install, test, and have inspected the underground utilities to the point of connection nominally 6’ from the exterior of the building. Then the site - 4 - pad will be covered with the coarse sand General provides for 2” of topping leveling for building placement. Installation: PRC will install the building turn-key, except for any exclusion (listed under “Exclusions,” herein.) Installation of Utilities Under the Prefabricated Building: We fabricate off-site an underground utilities (water, and DWV piping and fittings) preassembled plumbing and electrical tree. Our site staff will set the underground tree in the excavated trench (excavation by general to the proper depth per local code) into code depth excavated trenches and our staff will install the coarse concrete sand to bed the piping per our submitted drawing.. The project POC’s start nominally 6’ from the building footprint where we pick up and connect your utility services to the building POC’s. PRC provides all the under slab piping (including the driven electrical ground rod or lightning rod, if applicable.) The General brings the utility services to the POC within 6’ of thebuilding foundation. Connection of Utilities Post Building Placement: After placement of the building by PRC, our field staff will tie in the water and sewer connection “inside” the building only and terminate at a point of connection (POC) outside the building clearly marked for each utility service. TheGeneral is responsible for final utility point of service connections at the nominal 6’ from building locations. Electrical: PRC provides the electrical conduit to the POC 6’ from the building. The General pulls the electrical wire and ties it off on the electrical panel lugs inside the building. Plumbing: PRC provides the POC’s for water and sewer to 6’ from the building footprint and the General connects the water to our stub out location. Sewer: Some sites depending on the local jurisdiction will require an outside house trap which General shall install if needed. PRC will provide you with a sewer point of connection including a clean out to which Owner will terminate the site sewer service. Testing of Water, Sewer, and Electrical in Plant and Final Site Utility Connection: Before the building leaves the manufacturing center, PRC certifies a pressure water piping test, DWV, and the electrical connections for compliance with code. While the building is fully tested for leaks at the plant before shipment, road vibration may loosen some plumbing slip fittings and require tightening once the building services (water) is completed. General is responsible for - 5 - minor fitting tightening to handle small slip fitting leaks caused by transportation. It is critical for General to flush the incoming water serviced line for 30 minutes to clear all debris before connection. Time of Completion: PRC estimates our schedule to complete our scope of work from receipt of written notice to proceed together with signed approved architectural submittals from all authorities required to approve them. The period for the time to complete does not start until all authorities have approved the submittals and issued the permit. Our time of completion is listed on the final quotation sheet. Exclusions/Exceptions: 1. Access issues for delivery of the building when the general contractor has not provided a proper path to the final site. This exclusion covers sites whose access is limited by trees, inaccessible roadways, overhead power lines at location where crane will lift building, grade changes, berms, or uneven site grades, or when the path of travel is over improvements such as sidewalks, all of which are not within the scope of work by PRC. Any site soils damage or other site improvements if damaged during installation are by General. 2. If weather on site causes site delivery issues the delivery may have to be diverted to an offsite location and the additional costs will be a change order to the bid. Our staff works with the general in advance to make sure sound decisions for delivery are made to avoid this issue. But sometimes generals take risks for weather but this risk is clearly at the General’s risk not PRC. 3. Any trench plates needed for protection of site soils, sidewalks, or site utilities. 4. Sidewalks outside the building footprint. 5. Survey, excavation, and installation of the building pad and footings, if required, per our plans previously sent. 6. Soil conditions not suitable for bearing 1500 psf. If no soils testing report is available before bid, owner must verify site supporting soils at a minimum of 1000 psf are the least we can place our structures on or owner or engineer of record must design a foundation system to meet the imposed loads of site placement. 7. Improper water pressure, an undersized meter, or improper water volume flow to the building may necessitate a change order for the structure to install a 30 gallon pressure tank to provide the minimum flow rate and pressure. Building water service chlorination, post installation, is byGeneral, not PRC. 8. Building permits, a site survey, special inspection fees, minor trash removal, final utility connections to the onsite water, sewer and electrical are by others and since the building is fully inspected and tested in plant, minor plumbing leaks (if water is not available when building site work installation is completed,) is by others. 9. Our crane costs, which are included herein, are based on a maximum 35’ radius from the center pin of the crane to center point of the furthest building module roof. If additional distance requires a larger crane, additional costs mayl be assessed by the crane company and a change order will be sent to the General. - 6 - 10. The General shall be responsible for minor shrink wrap trash for building delivery protection and minor site debris removal or a location for placement on site (nominally one pickup truck of shipping materials.) 11. Site Traffic Control: If applicable, shall be by Owner not PRC. Insurance and Prevailing Wage Certification: PRC shall comply with the required insurance requirements, wage reports, and safety requirements for the project, including OSHA regulations. Special Insurance to protect the Building before acceptance: As PRC requires payment for each month of off-site construction, and since the building is not on owner property where their insurance will cover the building, we provide a special policy that insures the property even when paid for off-site until the building is finally accepted by the owner. The policy provides the owner as additional insured during this period. PRC provides the Owner a policy rider to cover the building while it is being built off-site, while in transit to the job site, during and after it is installed on-site until final acceptance. This special policy covers each building module (section) for up to $200,000. This exceeds the cost of any building module we have offered for sale herein. Errors and Omissions Insurance: Our firm employs licensed architects, engineers, and drafting staff to provide design of our buildings. Since these buildings are required to meet accessibility standards and building codes on site, and since we are the designer, we carry Errors and Omissions Insurance (E & O) to protect our clients from any errors. The policy covers a limit of up to $2,000,000 per occurrence and is more clearly explained in the insurance certificates we provide after receipt of a purchase order. WARRANTY PUBLIC RESTROOM COMPANY (Company) herein warrants that all work under this contract will be free from faulty materials and improper workmanship, except from proper and usual wear, and agrees to replace or repair, without cost to the Owner, all work found to be improper or imperfect, upon proper notice to the address stated below. Our Warranty is valid for 5 years from date of acceptance but shall be extended to 20 years for structural failure. Our extended warranties shall have no effect on any required Performance and Payment Bonds whose Surety shall assume no liability to the Company, the Owner, or any third parties should the Company fail for any reason to deliver acceptable maintenance warranties beyond the one year period. The warranty extension is solely between the owner and PRC and not the General contractor, bonding company, or architect/engineer of record. Our warranty is enforceable only if all work performed by Company has been fully paid, including change orders, if applicable. Company has no responsibility for vandalism, neglect, abuse, or improper maintenance of the final completed building. - 7 - The warranties expressed herein are exclusive, and are in lieu of all other warranties expressed or implied, including those of merchantability and fitness. There are no warranties which extend beyond those described on the face of this Warranty. The foregoing shall constitute the full liability of the Company and be the sole remedy to the General/Owner. Our warranty is issued upon the completion of the project and also after final payment by General for the full amounts invoiced. Term of Offer to Sell and Owner’s Acceptance: This offer is valid for acceptance within 30 days, or when a part of a public bid for the applicable duration imposed within the Owner’s bid documents. Acceptance is by approving our post bid preliminary notice to begin drawings subject to final owner approval of our submittals and receipt of a contract or a purchase order/contract. Special Notice of Possible Project Cost Increases as a Result of Late Payments: In the event of delayed or late payment, PRC shall have the right to remedies including late charges, overall project total cost increases, and other damages as allowed by applicable law. The contract price quoted herein is a discounted price based upon our receipt of progress payments as invoiced on the agreed billing schedule of PRC. In the event of non-payment, PRC will provide a 5 day written notice to cure and if payment is still not received, the discounted price for the payment due may increase, to an undetermined amount, to cover work stoppage, remobilization, cancellation of materials and subsequent restocking charges, resale of the contracted building to another party, storage fees, additional crane fees, travel and per diem costs for field crews, and any other cost applicable to the project, as allowed by law. Interest if applicable to non-payment will be assessed at the maximum amount allowed by law or 18% whichever is greater. Venue for Contract Jurisdiction: Public Restroom Company requires all contracts accepted by our firm to hold that the venue for legal jurisdiction for this contract offer and acceptance shall be Douglas County, Nevada. In the event of your default, PRC shall be entitled to the full amount due including reasonable attorney fees, costs, storage, expenses of physical recovery, and statutory interest, as allowed by law. No modifications to this offer shall be authorized unless confirmed in writing by the President of PRC. END OF PRC SCOPE OF WORK Modified 2-20-2017 SKILLINGS, Inc. 69 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 APPENDIX B Public Restroom Company Pre-Fab Restroom Building Plans z 0 N 0 N N N is 0 n 0 E 0 0 0 0 N c,0 N Q o_ 0 0 0 0 N 0 / Nrn M G iz i 12-03-20 UPDATE 0 D N DATEEV# N i ■ D D 0Q C O❑V(@C 9 9 0 C Oo�C� C(Mmp-D8[MC8 D Applicable Codes: WASHINGTON: 2015 International Building Code with WA Amendments 2015 Uniform Plumbing Code by IAPMO with WA Amendments 2017 National Electrical Code (NEC) with WA Amendments 2009 ICC A117.1 Accessibility Standard 2015 Washington State Energy Code Type of Construction: VB Description: ............................... _ _ .Park Restroom Occupancy: B Floor Area: ............:.......................165 -square feet Gross Wall Area:................................295 -square feet Climate Zone: ..................................... 4c (Thurston County) Blazer Job Number: _ .............. ..... 19764 PRC Project Number: _ ... _ _ ... 10838 0 no UHIM La • The structural design details- herein are specific to the building size and module configuration shown on the floor plan of these drawings. • Location of this building shall meet required property code set backs per local jurisdiction. ov • This building has no heating or cooling. Local jurisdiction to verify acceptability of no insulation Qroo - (7;� nn r in the Roof, Walls or Floor. UUTMQ [M • ADA Accessibility to this structure shall be in conformance with local code including all pathways, ramps and paths of travel for parking to building Certified Manufacturer: Project Owner: • Soil bearing requirement is 1500 psf, subGRADE Compaction at 90%. BLAZER INDUSTRIES, Inc. City of YeIrn • Building plumbing system is based upon full flow existing :water service. Loss of required flow PO Box 489 901 Rhoton Rd. rate of 10 gpm or pressure below 35 psi may necessitate an intermediate well tank and check Aumsville, OR 97326 Yelm, WA 98697 valve in line. Contact: Jamie Hopes Contact: Patrick , Hu hes P.E. Hughes, • Site installation details are noted on sheets A-2 for weatherization finish, P-1 for Plumbing Phone: (503) 749-1900 Title: Public Works Program & Projects Manager connections and E-1 for electrical connections. SITE INSTALLATION PROCEDURE Fax: 503 749-3969 Phone 360 4 INCLUDES BUT NOT LIMITED TO. Service Hookups (Electrical & Plumbing connections). ( ) ( ) 58-8499 E-mail: james@blazerind.com Email: patrickh@yelmwa.gov Designer / Dealer: Project Engineer: PUBLIC RESTROOM COMPANY Skillings Inc. o 0 ❑ ° 2587 Business Parkway 5016 Lacey Blvd. SE 1. Foundation plan review and inspection. Minden, NV 89423 Lacey, WA 98503 Contact: Chad Kaufman Contact: Aaron Wu 2. Air barrier test where required by the state. Title: Design Engineer Phone: (888) 888-2060 9 9 3. An accessible route shall be provided to the building area as required in 2015 IBC section 1104. Fax: (888)" 888-1448 Phone: (360) 455-3143 4. Electrical connection to service. Email;Chad@publicrestr �company,com Email: awu@skilliLngs.com 5. On site electrical service grounding, electrode system and bonding. www.publicrestroomcompany.com 6.Re uired arc flash labeling per NEC l 10.16 q g 7. Available fault current field markings per NEC 110.24. 8. Plumbing connection to service. 9. Installation of heat tape. 10. Water heater pressure relief valve and/or drain pan disposal terminates at building exterior, when required. 11. Site installed gutters & downspouts or roof drains as applicable. 13 IM 0 a o T-1 Title Sheet. AC Accessibility Compliance. A-1 Floor Plan., Structural Design, Door Schedule. A-1.1 Sections, Roof Framing Plan. A-2 Exterior Elevations, Exterior Finish Schedule. A-3 Interior Elevations, Interior Finish & Accessories Schedules. A-4 Details, Fastening Schedule. A-5 Cap Beam Plan & Details. P-1 Plumbing Plan & Information. E-1 Electrical Plan & Information. S-1 Slab Plan, Foundation Pian. v 0 0 0 Roof ............. a ra ............ psf A)�(tloe'f'Rj C"Oje_ Wind ............................ 120 mph Exposure "C" (VULT) Floor ............................. Engineered Mat Slab Seismic ........................ SITE CLASS D, SDs = 1.030, SD1 = 0.476 Risk Category II Minimum allowable soil pressure 1,500 psf Red line: The structure shall meet the required fire resistance separation rating for exterior walls as defined in the 2015 & 2018 IBC, Table 602. COPYRIGHT 2 2 BLAZER R : .NJP ® G 0 ti, LAZE INDUSTRIES, INC. AND Puguc RESTROOM �� PROJECT NAME LOCATION. COMPANY. THIS MATERIAL IS THE EXCLUSIVE PROPERTY OF BLAZER PUBLIC _ ■■ INDUSTRIES, INC. AND PUBLIC RESTROOM COMPANY AND SHALL NOT RESTROOM Cochrane Memorial _ e oval Park ® INDUSTRIES, INC BE REPRODUCED, USED, OR DISCLOSED TO OTHERS EXCEPT AS COMPANY ®® a►® P.O. BOX 489 www.blazerind.corn AUTHORIZED BY THE WRITTEN PERMISSION OF BLAZER INDUSTRIES Building Better Places To Go. Yel m WA REVISION BY DATE REV# REV1510N BY ■® 945 Olney St. ■ Aumsville, OR 97325-0489 OR PUBLIC RESTROOM COMPANY. Ph: 888-888-2060 j Fax: 888-888-1448 STM OF WASHNGTON DM OFLABOR AND MUSTR= Foundation not reviewed by L&I FAS FAS PLAN REVIEW S Oaf APPROVED except for the loads transfered to the DEC 2 12020 foundation system SUBJECT To CODEOf _ _ LABORa N u � � ` i�DsP€ toy k A DEC3 � z 0 COM SL`"3 i '=`n.d y f 34%° `''.. ,^i �,�' °:^e �;.,'a""$ 9. �, �...-,.s f _ ,* .,z.,., a } � 7 - a,F, 9, Ja_R # 1. €... ('333��q `' 'SR A i s Y OG o� Wa sI Tl IC g T ._ f yy _ - UP CTL deli g $t^' .�'b M t 3. @ � �V RSJ �' Rj"JI INCLUDIM ;ON A'TE: 7- . �0� �� 35006 'C"� wW SSS GISTER��ti� toNX SHEET TITLE: TITLE SHEET Approved for Const: File Copy: Drawn By: Issue Date: NJP 12-03-20 Job No: 19764 -1 0 N 0 (N U 0 0 Q P-00 CD C) 0 (-D -74- (.D r-- 0-) 0 0 C- 0 k C- C) 0 Q0 r-- 0-) D C: 0 0 -4— U11 Q) 0 CD 0 NI 0 ry NOTE: SPACE BETWEEN GRAB BAR AND WALL TO BE 1 1/2" CLEAR. GRAB BAR DIAMETER TO BE 1 1/4" to 1 1/2". i i u CODE SUMMARY HEIGHT AFF LOC PUBLIC- RESTROOM COMPANY STANDARDS GRAB BARS 33" MIN. 36" MAX. TO TOP 33" AFF. TO CENTER CENTER OF TOILET FROM WALL 16" MIN. J 18" MAX., 17 I/X- TO CENTER TOILET/SEAT 17" MIN. i 19" MAX. 18" TO TOP OF SEAT TOILET FLUSH VALVE 44" MAX., MOUNTED ON OPEN SIDE CENTERLINES TO BE 28" AFF AND 10" FROM CENTER OF WC TP DISPENSER BOTTOM OF TP OUTLET TO BE 18" MIN. AFF TOP OF TP OUTLET TO BE 48" MAX. AFF TP OUTLET OF FURTHEST ROLL TO BE 24" TO 42" 'FROM BACK WALL. 34" NOM. FROM BACKWALL TOCENTERLINEOF FRONT ROLL AND 30" TO TOP NOTE: SPACE BETWEEN GRAB BAR AND WALL TO BE 1 1/2" CLEAR. GRAB BAR DIAMETER TO BE 1 1/4" to 1 1/2". i i u SIGN CENTERED NOTES: DOOR SIGNAGE IN CLEAR FLOOR SPACE 1. NO FIXTURES IN THIS VIEW PROTRUDE MORE THAN 4 2. ALL ACCESSIBLE FIXTURES/ACCESSORIES SHALL BE MOUNTED 18" x 18" W/ CODE COMPLIANT FORWARD AND/OR SIDE REACH RANGES CLEAR FLOOR SPACE (CAN UVr—KLAr UUUK UFMINL3 NOTE: D.F. ACTIVATOR TO BE WITHIN 6" OF FRONT EDGE OF D.F.-A 9 TA -1 E ON PUSH SIDE OF DOOR IF DEPT OF TD rNDUS-rR-,p_q LABORAN LIMITED WALL SPACE) FAS Pff-,6,N -,[E w S EC7, 0 NT APPROVED -�Er 4 -DRINKING FOUNTAIN. 2015 IBC 1013.4' 5 -ACCESSORIES MOUNTING HEIGHT: 2015 IBC 1013A' I 2 (D 6 -RESTROOM SIGNS AT DOORS & GATES: 2015 IBC 1013. -Ell SUBW C7 TO C�ODB jf COPYRIGHT 2020, BLAZER INDUSTRIES, INC. AND PUBLIC RESTROOM H+l 1: 11 i -1 T; 1: � 7- 77 iffl Mi M! I r L PUBLIC PROJECT NAME & LOCATION: SHEET TITLE: Approved for Const: COMPANY. THIS MATERIAL IS THE EXCLUSIVE PROPERTY OF BLAZER I * * Job No: 764 ROOM -.a-fft- 0 -1010 11 �81 --1m �-, FJob I RESTROOM - - F BLAZER ....... L NOT INDUSTRIES, INC. AND PUBLIC RESTROOM COMPANY AND SHALL NOT RESTROOM A& T S Cochrane Memorial Park ACCESSIBILITY File Copy: BE REPRODUCED, USED, OR DISCLOSED TO OTHERS EXCEPT AS COMPANY INDUSTRIES, INC. �UST I S AUTHORIZED BY THE WRITTEN PERMISSION OF BLAZER INDUSTRIES Building Better Places To Go. AWA& P.O. BOX 489 www.blazerind.corn Yelm, WA Drawn By:NJP DATA REV1510N BY DAT �Pl BY ME 945 Olney St. N Aurnsville, OR 97325-0489 OR PUBLIC RESTROOM COMPANY. Ph: 888-888-2060 ■Fax: 888-888-1448 f- FFV#7 13Y EV# REV15ION Issue Date: 11-09-20 CODE SUMMARY HEIGHT AFF/LOC PUBLIC RESTROOM COMPANY STANDARDS RIM HEIGHT (TOP OF LAV) 34" MAX 33" PREFERRED BUT MUST HAVE MIN. 29" KNEE SPACE HEIGHT OF KNEE SPACE 29" MIN. AT FRONT APRON 27" MIN, AT 8" IN FROM FRONT PER CODE FRONT LAV TO TRAP 8" MIN PER CODE TOE SPACE UNDER TRAP 9" MIN PER CODE CONTROLS DECK MT AT 34" MAX 33" PREFFERED CLEAR SPACE A 30" x 48" PER CODE SIGN CENTERED NOTES: DOOR SIGNAGE IN CLEAR FLOOR SPACE 1. NO FIXTURES IN THIS VIEW PROTRUDE MORE THAN 4 2. ALL ACCESSIBLE FIXTURES/ACCESSORIES SHALL BE MOUNTED 18" x 18" W/ CODE COMPLIANT FORWARD AND/OR SIDE REACH RANGES CLEAR FLOOR SPACE (CAN UVr—KLAr UUUK UFMINL3 NOTE: D.F. ACTIVATOR TO BE WITHIN 6" OF FRONT EDGE OF D.F.-A 9 TA -1 E ON PUSH SIDE OF DOOR IF DEPT OF TD rNDUS-rR-,p_q LABORAN LIMITED WALL SPACE) FAS Pff-,6,N -,[E w S EC7, 0 NT APPROVED -�Er 4 -DRINKING FOUNTAIN. 2015 IBC 1013.4' 5 -ACCESSORIES MOUNTING HEIGHT: 2015 IBC 1013A' I 2 (D 6 -RESTROOM SIGNS AT DOORS & GATES: 2015 IBC 1013. -Ell SUBW C7 TO C�ODB jf COPYRIGHT 2020, BLAZER INDUSTRIES, INC. AND PUBLIC RESTROOM H+l 1: 11 i -1 T; 1: � 7- 77 iffl Mi M! I r L PUBLIC PROJECT NAME & LOCATION: SHEET TITLE: Approved for Const: COMPANY. THIS MATERIAL IS THE EXCLUSIVE PROPERTY OF BLAZER I * * Job No: 764 ROOM -.a-fft- 0 -1010 11 �81 --1m �-, FJob I RESTROOM - - F BLAZER ....... L NOT INDUSTRIES, INC. AND PUBLIC RESTROOM COMPANY AND SHALL NOT RESTROOM A& T S Cochrane Memorial Park ACCESSIBILITY File Copy: BE REPRODUCED, USED, OR DISCLOSED TO OTHERS EXCEPT AS COMPANY INDUSTRIES, INC. �UST I S AUTHORIZED BY THE WRITTEN PERMISSION OF BLAZER INDUSTRIES Building Better Places To Go. AWA& P.O. BOX 489 www.blazerind.corn Yelm, WA Drawn By:NJP DATA REV1510N BY DAT �Pl BY ME 945 Olney St. N Aurnsville, OR 97325-0489 OR PUBLIC RESTROOM COMPANY. Ph: 888-888-2060 ■Fax: 888-888-1448 f- FFV#7 13Y EV# REV15ION Issue Date: 11-09-20 GRAB BAR MUST BE ABLE TO SUPPORT 250 lb POINT LOAD AND NOT ROTATE WITHIN THE FITTINGS. TOP OF BUBBLER OUTLET 36" MAX KNEE CLEARANCE 27" MIN TOE CLEARANCE 9" MIN APPROACH 1 -TOILET DESIGN CRITERIA: 2015 IBC 10114 2 -LAVATORY DESIGN CRITERIA: 2015 IBC 1013.4 3 -NOT USED oz CZ LU 18" MIN. OD 'nu U) 10 -------------- 91, e MAX. 9" MAX. REQUIRED 30" x 48" 1 s, EQUIPMENT Ln (n CLEAR SPACE L PERMITTED IN SHADED AREA j: LU b LU 0 b i V) w LU 1911 MAX. f \ < b 0 U _ wo < 0 < 2i co fo- 0 0 2 LU D U z z U ca 0, 5� CD z 1 -Z 00 ADA/BRAILLE EXIT SIGN 00 00 00 co M 0 i�l LU Uj " LL: U- < U- < LL: bo U- < uQ] z < < COAT HOOK fn z BABY CHANGING HAND DRYERS STATION ADA/BRAILLE SIGN 2i Uj U, U, 108" 4 MIN. t- r FINISHED FLOOR INTERNATIONAL SYMBOL OF ACCESSIBILITY (ISA) —4 ?r 6" MAX. EXIT SIGN TACTILE SIGN: RAISED CHARACTERS/BRAILLE 9 SIGN CENTERED NOTES: DOOR SIGNAGE IN CLEAR FLOOR SPACE 1. NO FIXTURES IN THIS VIEW PROTRUDE MORE THAN 4 2. ALL ACCESSIBLE FIXTURES/ACCESSORIES SHALL BE MOUNTED 18" x 18" W/ CODE COMPLIANT FORWARD AND/OR SIDE REACH RANGES CLEAR FLOOR SPACE (CAN UVr—KLAr UUUK UFMINL3 NOTE: D.F. ACTIVATOR TO BE WITHIN 6" OF FRONT EDGE OF D.F.-A 9 TA -1 E ON PUSH SIDE OF DOOR IF DEPT OF TD rNDUS-rR-,p_q LABORAN LIMITED WALL SPACE) FAS Pff-,6,N -,[E w S EC7, 0 NT APPROVED -�Er 4 -DRINKING FOUNTAIN. 2015 IBC 1013.4' 5 -ACCESSORIES MOUNTING HEIGHT: 2015 IBC 1013A' I 2 (D 6 -RESTROOM SIGNS AT DOORS & GATES: 2015 IBC 1013. -Ell SUBW C7 TO C�ODB jf COPYRIGHT 2020, BLAZER INDUSTRIES, INC. AND PUBLIC RESTROOM H+l 1: 11 i -1 T; 1: � 7- 77 iffl Mi M! I r L PUBLIC PROJECT NAME & LOCATION: SHEET TITLE: Approved for Const: COMPANY. THIS MATERIAL IS THE EXCLUSIVE PROPERTY OF BLAZER I * * Job No: 764 ROOM -.a-fft- 0 -1010 11 �81 --1m �-, FJob I RESTROOM - - F BLAZER ....... L NOT INDUSTRIES, INC. AND PUBLIC RESTROOM COMPANY AND SHALL NOT RESTROOM A& T S Cochrane Memorial Park ACCESSIBILITY File Copy: BE REPRODUCED, USED, OR DISCLOSED TO OTHERS EXCEPT AS COMPANY INDUSTRIES, INC. �UST I S AUTHORIZED BY THE WRITTEN PERMISSION OF BLAZER INDUSTRIES Building Better Places To Go. AWA& P.O. BOX 489 www.blazerind.corn Yelm, WA Drawn By:NJP DATA REV1510N BY DAT �Pl BY ME 945 Olney St. N Aurnsville, OR 97325-0489 OR PUBLIC RESTROOM COMPANY. Ph: 888-888-2060 ■Fax: 888-888-1448 f- FFV#7 13Y EV# REV15ION Issue Date: 11-09-20 CODE SUMMARY HEIGHT AFF/LOC TOP OF BUBBLER OUTLET 36" MAX KNEE CLEARANCE 27" MIN TOE CLEARANCE 9" MIN APPROACH 30" X 4811 SIGN CENTERED NOTES: DOOR SIGNAGE IN CLEAR FLOOR SPACE 1. NO FIXTURES IN THIS VIEW PROTRUDE MORE THAN 4 2. ALL ACCESSIBLE FIXTURES/ACCESSORIES SHALL BE MOUNTED 18" x 18" W/ CODE COMPLIANT FORWARD AND/OR SIDE REACH RANGES CLEAR FLOOR SPACE (CAN UVr—KLAr UUUK UFMINL3 NOTE: D.F. ACTIVATOR TO BE WITHIN 6" OF FRONT EDGE OF D.F.-A 9 TA -1 E ON PUSH SIDE OF DOOR IF DEPT OF TD rNDUS-rR-,p_q LABORAN LIMITED WALL SPACE) FAS Pff-,6,N -,[E w S EC7, 0 NT APPROVED -�Er 4 -DRINKING FOUNTAIN. 2015 IBC 1013.4' 5 -ACCESSORIES MOUNTING HEIGHT: 2015 IBC 1013A' I 2 (D 6 -RESTROOM SIGNS AT DOORS & GATES: 2015 IBC 1013. -Ell SUBW C7 TO C�ODB jf COPYRIGHT 2020, BLAZER INDUSTRIES, INC. AND PUBLIC RESTROOM H+l 1: 11 i -1 T; 1: � 7- 77 iffl Mi M! I r L PUBLIC PROJECT NAME & LOCATION: SHEET TITLE: Approved for Const: COMPANY. THIS MATERIAL IS THE EXCLUSIVE PROPERTY OF BLAZER I * * Job No: 764 ROOM -.a-fft- 0 -1010 11 �81 --1m �-, FJob I RESTROOM - - F BLAZER ....... L NOT INDUSTRIES, INC. AND PUBLIC RESTROOM COMPANY AND SHALL NOT RESTROOM A& T S Cochrane Memorial Park ACCESSIBILITY File Copy: BE REPRODUCED, USED, OR DISCLOSED TO OTHERS EXCEPT AS COMPANY INDUSTRIES, INC. �UST I S AUTHORIZED BY THE WRITTEN PERMISSION OF BLAZER INDUSTRIES Building Better Places To Go. AWA& P.O. BOX 489 www.blazerind.corn Yelm, WA Drawn By:NJP DATA REV1510N BY DAT �Pl BY ME 945 Olney St. N Aurnsville, OR 97325-0489 OR PUBLIC RESTROOM COMPANY. Ph: 888-888-2060 ■Fax: 888-888-1448 f- FFV#7 13Y EV# REV15ION Issue Date: 11-09-20 DOOR, FRAME & HARD WARE SCHEDULE STATEMENT OF SPECIAL INSPECTIONS _ —ALL DOORS OPERABLE. THE MATERIALS, SYSTEMS, COMPONENTS AND YORK REQUIRED TO HAVE SPECIAL INSPECTIONS ARELISTED IN THE TABLES BELOW AS WELL AS.THE' TYPE AND EXTENT AND FREQUENCY. INSPECTIONS WILL BE i & 2 3 4 50 5b 5c 5d 6 COMPLETED BY THE ENGINEER OF RECORD OR CARLS DOOR ROOM ON TESTING. PULL NO. NAME QTY SIZE TYPE HINGE LOCK CLOSER PLATE - THR ESH SWEEP NOTES NO SPECIAL INSPECTIONS ARE REQUIRED' FOR SEISMIC OR WIND RESISTANCE. (D ADA RR 2 Y x 7' HM CONT B6603 YES BOTH SIDES NO NO 6a MECH. 1 Y x 7' HM CONT B660J NO BOTHi S DES 270A 321SSN 6b,c NOTES: NOTE; DOOR HARDWARE SHALL BE COMPLIANT WITH ICC A117,1-2009 SECTION 404,2.6 1. DOOR TYPES: a) HM: GALVANIZED HOLLOW METAL, 14 ga. DOOR w/ 14 ga. FRAME. (U -FACTOR: 0.37) 2. ALL H.M. DOOR FRAMES: a) WELDED. b) 4%" WIDE OVERALL. c) 4" MASONRY HEADERS. 3. HINGE SPECS: a) CONT: PEMKO KCFM-83" HD CONTINUOUS GEAR HINGE. 4 LOCKS: a) DEADBOLT: SCHLAGE B SERIES 626 w/ TEMPORARY CONSTRUCTION FULL SIZE INTERCHANGEABLE CORE (FSIC) ADA RR 41 ADA RR #2 MECH 1) B6603 - KEY ONE SIDE, ADA TURN LEVER LOCKS AND UNLOCKS. O O 5. HARDWARE SPECS: a) CLOSERS: LCN 4211 CUSH FOR OUT -SWING DOOR b) PULL PLATE: ROCKWOOD..VRT24C US32Dx91 CFC US32DMS w/ ANTIMICROBIAL HANDLES AND LATCH GUARD. c) THRESH: PEMKO #270A (FOR NON -TILE FLOORS). d) SWEEP: PEMKO 321SSN. 6. OTHER: a) SECURITRON SYSTEMS SAM. b) WEATHER STRIP - PEMKO 303-S. c) PROVIDE DOOR CHECK CHAIN (IVES CS 115-20). STRUCTURAL DESIGN °-SEE SHEET A-2 & A-3 FOR INTERIOR AND EXTERIOR FINISHES~ COMPONENT GENERIC DESCRIPTION SPECIFIC MATERIAL LIST NOTES FOUNDATION / FLOOR DECK: CONCRETE SLAB #1 PERIMETER FRAMEWORK STRUCTURAL STEEL L6x6x5/16 (ASTM A36) - ._ ...-.. — _ ------------------------___-- — -- - — REINFORCEMENT REBAR MAT DESIGN #4 MIN. ASTM GRADE 60 _...... CONCRETE (LIGHT WEIGHT) 8" MAT DESIGN CUSTOM 4000 psi. (DESIGN BASIS IS 2500 psi.) WITH INTEGRAL 20'4" [248°'] SLAB OVERALL ADDITIVES FOR MOISTURE, STAINING, &CORROSION RESISTANCE 81-411[10011] 40" 8'4" [100"] r_ WALLS: 4a FRAMING (EXT): 411 TO 7'-4r, A CMU BLOCK 4" PRECISION CONCRETE BLOCK PG A-2 ------- ---- -- ---- -.X/ A----.-.—._ ALCOVE TO 71-411 CMU .BLOCK 4" PRECISION CONCRETE BLOCK PG A-2 .-------------- CAP _--__ _ ..______-.__---.---.____�._ . -----------___--- _ —_ CAP BEAM STEEL HSS6x4x1/8 (ASTMA500GRADE C) ,� ABOVE T-4" OR CAP BEAM 2x3 WOOD 2x3 DF STUDS @ 16"oe.; 2x3 PT BOTTOM PLATE - ___ _ _ __ -- ... _ _ _-- -- --- __ - ----- ---_-_ ---- -- -- - -- - __-- ---- ----------..._---_ _ --- ---- _ /� BABY CHANGING ------------ ......_._............. ___�....:......................_.... _.:.. .........................0.. ........._ STATION (TYP. OF 2) .......................... FRAMING - G INT): -_. A11 O _ A \... i TO T-4" CMU BLOCK 4 PRECISION CONCRETE BLOCK - � A11 CAP BEAM STEEL HSS6x4x1/8" (ASTM A500 GRADE C) MECH. ROOM I uj ABOVE 7'-4" OR CAP BEAM 2x3 WOOD 2x3 DF STUDS @ 16"oc.; 2x3 PT BOTTOM PLATE _ -- - - -- ;, t SHEATHING (ABOVE CAP BEAM) ._....__ ___.... 6 -811[80111 _ a ,} ---_----- -------- 6 8 [ _......._...._.__ ._..._ .. - - - -.._ _.. _.. ------.-....---..._.. ___ ----- _----------- _ I�n F I ALL FRAMED WALLS (BOTH SIDES) 7116 OSB 7/16 APA RATED SHEATHING #2 0 -- ------..-.._..---- ---- - _--- --- ---- - -- -... -- - - ------ - ...- - - > _ m F. Dt m .D. f ROOF: `; ADARR #1 ! _zo A 4 ADARR #2 I RAFTERS 2x6 WOOD RAFTERS 2x6 DF #2 W-T'ERS @ 24" oc. oo - _.. .... _._.........-----------_ _.... ----._.._.. - _ -- -- -- _- -- ---------- _ --- ----- - CD SHEATHING (TOP OF RAFTER) 5/8" PLYWOOD 19/32 APA RATED (40/20) --v- -- -- ------ =�' \ \00 00 :.- . \ \ SHEATHING (BOTTOM OF RAFTER) 5/8 OSB 19/32 APA RATED (40/20) #3 0 _._-_— _._ — ----- ----_ H.C. �� RIDGEBEAM GLULAM 3 1/2�� x 7 1/2" 24F -V4 --- --- - - _ ---- _ — — --- ....._..._.. -- ---...._ ..-._._-........__..__.. FASCIASTEEL 16 ga. FORMED STEEL ® ® Lr- �- 1' ko 0 NOTES: 1. COAT WITH ADDITIVE FOR URINE AND MOISTURE RESISTANCE.14- 2. PAINT WALL SHEATHING FOR MOISTURE PROTECTION (ONE SIDE). 40 40" 6-011 [72"] 40" 40„ 4�= 3. SEE INTERIOR FINISH SCHEDULE FOR FINISHED CEILING CALLOUT. 40 4 20'4" [248"] BUILDING OVERALL _ I M REQUIRED VERIFICATION & INSPECTION OF MASONRY CONSTRUCTION INSPECTION TASK INSPECTION TASK FREQUENCY 1. VERIFY COMPLIANCE WITH. THE APPROVED SUBMITTALS CONTINUOUS PERIODICX 2. AS MASONRY CONSTRUCTION BEGINS, VERIFY THAT THE (NOTE: INSTALL IN ACCORDANCE WITH ADDITIONAL MANUFACTURER'S INSTRUCTIONS) FOLLOWING ARE IN COMPLIANCE: a. PROPORTIONS OF SITE -PREPARED MORTAR X b. CONSTRUCTION OF MORTAR JOINTS X c. LOCATION OF REINFORCEMENT X 3. PRIOR TO GROUTING, VERIFY THAT THE FOLLOWING ARE IN COMPLIANCE: a. GROUT SPACE X b. PLACEMENT OF REINFORCEMENT AND CONNECTORS X c. CONSTRUCTION OF MORTAR JOINTS X 4. VERIFY DURING CONSTRUCTION: a. SIZE AND LOCATION OF STRUCTURAL -ELEMENTS X b. TYPE, SIZE, AND LOCATION OF ANCHORS, INCLUDING OTHER DETAILS OF ANCHORAGE OF MASONRY TO STRUCTURAL MEMBERS, FRAMES, OR OTHER CONSTRUCTION X c. WELDING OF REINFORCEMENT X REQUIRED VERIFICATION & INSPECTION OF CONCRETE CONSTRUCTION INSPECTION TASK FREQUENCY 1. INSPECT ANCHORS POST -INSTALLED IN HARDENED CONCRETE MEMBERS: CONTINUOUS PERIODIC X (NOTE: INSTALL IN ACCORDANCE WITH ADDITIONAL MANUFACTURER'S INSTRUCTIONS) l BUILDING LAYOUT NOTES: 1. SLAB SIZE IS SLIGHTLY LARGER THAN BUILDING SIZE, 2. BUILDING SIZE IS DETERMINED BY INTERIOR DIMENSIONS OF THE RESTROOMS. DIMENSIONS ARE FACE OF BLOCK TO FACE OF BLOCK OR FACE OF OSB. FLO,OR PLAN 3. START LAYOUT BY MEASURING 4" IN FROM EDGE OF SLAB (AFTER VERIFYING SLAB 1/2" = 1'-0" IS CORRECT). THIS WILL BE THE INSIDE FACE OF THE EXTERIOR BLOCK WALLS. COPYRIGHT 2020, BLAZER INDUSTRIES, INC. AND PUBLIC RESTROOM PROJECT NAME COMPANY. THIS MATERIAL IS THE EXCLUSIVE PROPERTY OF BLAZER PUBLIC & LOCATION: INDUSTRIES, INC. AND PUBLIC RESTROOM COMPANY AND SHALL NOT RESTROOM ._ BE REPRODUCED, USED, OR DISCLOSED TO OTHERS EXCEPT AS COMRANY Cochrane Memorial Par INDUSTRIES, INC. AUTHORIZED BY THE WRITTEN PERMISSION OF BLAZER INDUSTRIES - ®� P.O.BOX489 www.blazerind.com Building Better Places To Go. DATE REV# REVISION BY DATE REV# REVISION BY ® 945 Olney St. ■ Aumsville, OR 97325-0489 OR PUBLIC RESTROOM COMPANY. Ph: 888-888-2060 Fax: 888-888-1448 YeI M LWA r0j LA Mp`, tg SC)' ., OV 0 SHEET TITLE: arouec€ .- FLOOR PLAN & DOOR File Copy: & DESIGN SCHEDULES Drawn By: Issue Date: r -w slit O� O WA s Ilk' � r cisooE'�� wkr� VSs G1 0NAL Job No: 19764 NJP 11-06-20 N 0 0 c) J 0 U 0) LL 0 V l�nn V/ 0 E 0 0 QD J 0 0 22'-0„ [264"] ROOF OVERALL 2 A-4 ®+ YY :61 jfi 115 2x6 RAFTERS WITH 5V8„��3/,. GOOF SHEATHING, BOTH SIDES .y r- `T3,,/, J'A/'1INGOV 4 �, ♦ �.. ` G`Ty y A-4 LU 1 12 4 Q fi S ... - A-4 i ' �–� . 2x6 RAFTER (OFF LAYOUT, z LOAD BEARING WALLS OVER WALL) MR IMIR ON i 0 1 2x3 WOOD STUDS @ 16110C.'- OM PLATE - 4J12 SLOPE 4/12 SLOPE j N 2x6 RIM V8" SHEATHING 2x6 RAFTER (OFF LAYOUT, OVER WALL) 2x6 RAFTERS @ 24"oc. CAP BEAM 00 PRECISION BLOCK opo �- NOM. 8" ROOF N 2x6 RIM WOOD TRUSS 5 A-4 2x6 RAFTER (OFF LAYOUT, ADARR #1 MECH. ROOM ADARR #2 OVER TRUSS) � 1 161 — I 4„ � ® MR, „ 11 13,_8„ [164"] 3 6 -8 [so ] A-4 20'-8" [248"] SLAB OVERALL SECTION ROOF F MING PLAN 1/211 . 1'-011 - - 1/41t 11-011 A B � 11'-10" [142"] ROOF OVERALL 24" 24"oc, s sl 8Y21, RIM SRI* MIS 10M IMIN RIM 1=10 MR! RIM —1 MR. I' 2x6 RAFTERS WITH jell 63/4t1 SHEATHING BOTH SIDES i 6" WOOD TRUSS 1 l { 2x3 WOOD STUDS @ 16"oc. f 1 W/ 2x3 P.T. BOTTOM PLATE I 1 4 ARM♦ MON RIM wom nows was .v 5 A_4 A_4 w z CR r --i ALL WALLS CMU 00 PRECISION BLOCK °�° STEEL COLUMN RIM 1 1 ADARR #1 # 12 ® 2% 411 36" 3 4 T-4" [88"] G�Z,. � A_WAS T 10'-8" [128"] SLAB OVERALL 0 0� HI � OF . G' TA oa0xe `�uSi• FAS nLANVfF_'<; s¢ ON ECT.10N B 35006 IS TSR s j®NAL 1/21t ` 11-011 JECT - oME LD INSPEC COPYRIGHT 2020, BLAZER INDUSTRIES, INC. AND PUBLIC RESTROOM PROJECT NAME &LOCATION: SHEET TITLE: Approved for Const: Job No: 197fi4 COMPANY. THIS MATERIAL IS THE EXCLUSIVE PROPERTY OF BLAZER PUBLIC INDUSTRIES, INC. AND PUBLIC RESTROOM COMPANY AND SHALL NOT RESTROOiv! Cochrane` MemorialPark SECT File Copy: BE REPRODUCED, USED, OR DISCLOSED TO OTHERS EXCEPT AS COMPANY INDUSTRIES, INC. AUTHORIZED BY THE WRITTEN PERMISSION OF BLAZER INDUSTRIES Building Better Places To Go. P.O. Yelm W CCF FRAMING PLAN Drawn By: NJP OX 489 www.blazerind.com Sf OR .PUBLIC RESTROOM COMPANY. Ph: 888-888-2060 j Fax: 888--888-1448 DATE REV# REV(5ION 13Y DATE V# REV15ION B`( 945 Olney St. -® Aumsville, OR 97325-0489 Issue Date: 11-06-20 N Wro 1 7 ! I ;t N W #► O in z w/ 2x3 P.T. BOTT Uj MR _ 100, NOR 1 ,� 0 `; 0 U rn n co` ,-� - C) a o H 00 Ln `° ~ ALL WALLS CMU N 2x6 RIM V8" SHEATHING 2x6 RAFTER (OFF LAYOUT, OVER WALL) 2x6 RAFTERS @ 24"oc. CAP BEAM 00 PRECISION BLOCK opo �- NOM. 8" ROOF N 2x6 RIM WOOD TRUSS 5 A-4 2x6 RAFTER (OFF LAYOUT, ADARR #1 MECH. ROOM ADARR #2 OVER TRUSS) � 1 161 — I 4„ � ® MR, „ 11 13,_8„ [164"] 3 6 -8 [so ] A-4 20'-8" [248"] SLAB OVERALL SECTION ROOF F MING PLAN 1/211 . 1'-011 - - 1/41t 11-011 A B � 11'-10" [142"] ROOF OVERALL 24" 24"oc, s sl 8Y21, RIM SRI* MIS 10M IMIN RIM 1=10 MR! RIM —1 MR. I' 2x6 RAFTERS WITH jell 63/4t1 SHEATHING BOTH SIDES i 6" WOOD TRUSS 1 l { 2x3 WOOD STUDS @ 16"oc. f 1 W/ 2x3 P.T. BOTTOM PLATE I 1 4 ARM♦ MON RIM wom nows was .v 5 A_4 A_4 w z CR r --i ALL WALLS CMU 00 PRECISION BLOCK °�° STEEL COLUMN RIM 1 1 ADARR #1 # 12 ® 2% 411 36" 3 4 T-4" [88"] G�Z,. � A_WAS T 10'-8" [128"] SLAB OVERALL 0 0� HI � OF . G' TA oa0xe `�uSi• FAS nLANVfF_'<; s¢ ON ECT.10N B 35006 IS TSR s j®NAL 1/21t ` 11-011 JECT - oME LD INSPEC COPYRIGHT 2020, BLAZER INDUSTRIES, INC. AND PUBLIC RESTROOM PROJECT NAME &LOCATION: SHEET TITLE: Approved for Const: Job No: 197fi4 COMPANY. THIS MATERIAL IS THE EXCLUSIVE PROPERTY OF BLAZER PUBLIC INDUSTRIES, INC. AND PUBLIC RESTROOM COMPANY AND SHALL NOT RESTROOiv! Cochrane` MemorialPark SECT File Copy: BE REPRODUCED, USED, OR DISCLOSED TO OTHERS EXCEPT AS COMPANY INDUSTRIES, INC. AUTHORIZED BY THE WRITTEN PERMISSION OF BLAZER INDUSTRIES Building Better Places To Go. P.O. Yelm W CCF FRAMING PLAN Drawn By: NJP OX 489 www.blazerind.com Sf OR .PUBLIC RESTROOM COMPANY. Ph: 888-888-2060 j Fax: 888--888-1448 DATE REV# REV(5ION 13Y DATE V# REV15ION B`( 945 Olney St. -® Aumsville, OR 97325-0489 Issue Date: 11-06-20 N Wro ! I ;t N W #► O in z N 2x6 RIM V8" SHEATHING 2x6 RAFTER (OFF LAYOUT, OVER WALL) 2x6 RAFTERS @ 24"oc. CAP BEAM 00 PRECISION BLOCK opo �- NOM. 8" ROOF N 2x6 RIM WOOD TRUSS 5 A-4 2x6 RAFTER (OFF LAYOUT, ADARR #1 MECH. ROOM ADARR #2 OVER TRUSS) � 1 161 — I 4„ � ® MR, „ 11 13,_8„ [164"] 3 6 -8 [so ] A-4 20'-8" [248"] SLAB OVERALL SECTION ROOF F MING PLAN 1/211 . 1'-011 - - 1/41t 11-011 A B � 11'-10" [142"] ROOF OVERALL 24" 24"oc, s sl 8Y21, RIM SRI* MIS 10M IMIN RIM 1=10 MR! RIM —1 MR. I' 2x6 RAFTERS WITH jell 63/4t1 SHEATHING BOTH SIDES i 6" WOOD TRUSS 1 l { 2x3 WOOD STUDS @ 16"oc. f 1 W/ 2x3 P.T. BOTTOM PLATE I 1 4 ARM♦ MON RIM wom nows was .v 5 A_4 A_4 w z CR r --i ALL WALLS CMU 00 PRECISION BLOCK °�° STEEL COLUMN RIM 1 1 ADARR #1 # 12 ® 2% 411 36" 3 4 T-4" [88"] G�Z,. � A_WAS T 10'-8" [128"] SLAB OVERALL 0 0� HI � OF . G' TA oa0xe `�uSi• FAS nLANVfF_'<; s¢ ON ECT.10N B 35006 IS TSR s j®NAL 1/21t ` 11-011 JECT - oME LD INSPEC COPYRIGHT 2020, BLAZER INDUSTRIES, INC. AND PUBLIC RESTROOM PROJECT NAME &LOCATION: SHEET TITLE: Approved for Const: Job No: 197fi4 COMPANY. THIS MATERIAL IS THE EXCLUSIVE PROPERTY OF BLAZER PUBLIC INDUSTRIES, INC. AND PUBLIC RESTROOM COMPANY AND SHALL NOT RESTROOiv! Cochrane` MemorialPark SECT File Copy: BE REPRODUCED, USED, OR DISCLOSED TO OTHERS EXCEPT AS COMPANY INDUSTRIES, INC. AUTHORIZED BY THE WRITTEN PERMISSION OF BLAZER INDUSTRIES Building Better Places To Go. P.O. Yelm W CCF FRAMING PLAN Drawn By: NJP OX 489 www.blazerind.com Sf OR .PUBLIC RESTROOM COMPANY. Ph: 888-888-2060 j Fax: 888--888-1448 DATE REV# REV(5ION 13Y DATE V# REV15ION B`( 945 Olney St. -® Aumsville, OR 97325-0489 Issue Date: 11-06-20 1-0 000(0)0 0 UdC10 r\0)Ov0UQDCO4-OL000) 000 n LIGHT FIXTURE CAP BEAM 00 u- 24" 9„ HAND DRYER 24" ® 48t1 10" 421,1" U_ L_ - ¢X- , - 1311 10t10 Y Q >i W z z BABY u- `) _ u Q Q NOM. � o o CHANGING - - - - - - _ - Q { U_ Q o 8 d- - a o a QsVQTrNF�— OOOOOOVO,VL i n _ l .F ALLOWABLEgrq ¢ STATION 1 w M y M - O oH TP LOCATION aoo N Y 34" 17%2 1811 741 [88"] CMU -CMU 6'4" [8011] CMU -CMU 7'4" [88"] CMU -CMU ADARR #1 _ ELEVATION LAR #ELEVATION ADARR #1: ELEVATION C 11' 11 - 11 . 11 - 1- 3/8 = 1-01 3/8 — 1-10 3/811 111 0 LIGHT FIXTURE INTERIOR FINISH SCHEDULE DESCRIPTION FINISH BRAND/COLOR NOTES FLOOR: RESTROOM CONCRETE LIGHT BROOM NATURAL ADDITIVE FOR 95% URINE/MOISTURE RESISTANCE MECHANICAL CONCRETE LIGHT BROOM NATURAL ADDITIVE FOR 95% URINE/MOISTURE RESISTANCE S.S. 34" A.F.F. TO CENTER GRAB BARS 2 48" WALL: S.S. ALUMINUM BLUE ALUMINUM BLUE PLASTIC BLUE - S.S. 34" A.F.F. TO CENTER 641, TO TOP 64" TO TOP 30" A.F.F. TO TOP SIGNS: ADA TACTILE ROOM ID RESTROOM 2 RESTROOM TO 7'-411 CMU BLOCK PAINT PITTSBURGH PM-TECH/PURE WHITE #90-374 2 COATS BLOCK FILLER, 2 COATS GLOSS CAP BEAM STEEL PAINT PITTSBURGH PITT-TECH/PURE WHITE #90-374 1 COAT PRIMER, 2 COATS GLOSS ABOVE CAP BEAM JAMES HARDIE FRC STUCCO PATTERN PAINT PITTSBURGH PITT-TECH/PURE WHITE #90-374 1 COAT PRIMER, 2 COATS GLOSS MECHANICAL TO 71-4" CMU BLOCK PAINT PITTSBURGH PITT-TECH/PURE WHITE #90-374 1 COAT BLOCK FILLER, 1 COAT GLOSS CAP BEAM STEEL PAINT PITTSBURGH PITT-TECH/PURE WHITE #90-374 1 COAT PRIMER, 2 COATS GLOSS ABOVE CAP BEAM OSB PAINT PITTSBURGH PITT-TECH/PURE WHITE #90-374 1 COAT PRIMER, 2 COATS GLOSS S.S. 48" TO HOOK (MAX.) OTHER SPECIALTY ITEMS CEILING: LOUVERED VENT 1 ALL ROOMS JAMES HARDIE FRC STUCCO PATTERN PAINT PITTSBURGH PITT-TECH/PURE WHITE #90-374 1 COAT PRIMER, 2 COATS GLOSS ACCESSORIES MOUNT WITH VANDAL RESISTANT SS SCREWS. DESCRIPTION QTY SIZE/STYLE MANUFACTURER/ITEM # FINISH / COLOR / STYLE NOTES GRAB BARS 2 1811 ADA COMPLIANT S.S. 40".A.F.F. TO BOTTOM (INSTALLED VERTICALLY) GRAB BARS 2 4211 ADA COMPLIANT S.S. 34" A.F.F. TO CENTER GRAB BARS 2 48" ADA COMPLIANT S.S. ALUMINUM BLUE ALUMINUM BLUE PLASTIC BLUE - S.S. 34" A.F.F. TO CENTER 641, TO TOP 64" TO TOP 30" A.F.F. TO TOP SIGNS: ADA TACTILE ROOM ID RESTROOM 2 RECTANGULAR 611.X 911 ADA COMPLIANT BABY CHANGING STATION 2 RECTANGULAR 6" x 9f1 PRC (111320) SIGNS FOR RECLAIMED WATER SYSTEM 5 VARIES BITS & BITS TP HOLDERS 2 VANDAL RESISTANT 3 -ROLL ROYCE ROLLS TP -3 BABY CHANGING STATION 2 HORIZONTAL FOUNDATIONS #5410339 SS / POLY 28" TO BOTTOM HAND DRYER 2 SURFACE MOUNTED DYSON AIRBLADE V BRUSHED NICKEL 40" TO CONTROLS (MAX.) UTLITY HOOK 2 SURFACE MOUNT FRANKLIN BRASS 5501 S.S. 48" TO HOOK (MAX.) OTHER SPECIALTY ITEMS LOUVERED VENT 1 16" x 8t1 SUNVENT INDUSTRIES #157 EX ALUMINUM NOTES: 1. INTERIOR ELEVATIONS REFLECT ACTUAL DIMENSIONS THAT WILL BE USED. SEE AC SHEET FOR CODE CRITERIA. 2. VERTICAL DIMENSIONS ARE FROM TOP OF FINISHED FLOOR UNLESS NOTED OTHERWISE. 3. ISA: INTERNATIONAL SYMBOL OF ACCESSIBILITY, REQUIRED SIGNAGE FOR ACCESSIBLE RESTROOMS. CAP BEAM .' 24110,1 HAND DRYER 911 241, , 00 42 481, " '� 1Q11 EM ®q ® %— a 01411 1311 LU � NOM. u_ u ¢ U_ - -- `,�' I L i U_ BABY o o _. . a a o `� a a CHANGING - o _ = CHANG d' o - - - - - -- U oo �b r� M CD ALLOWABLE STATION - M N ¢ M TP LOCATION .......... coo-._.._. - _. ...._..... ........_....._.. 3411 BABY CHANGING 18" 17%,1 STATION (TYP. OF 2) o{ 1O T-4" [88"] CMU -CMU 6'-8" [80"] CMU -CMU 7'-4" [88"] CMU -CMU MECH. ROOM B>< E ; ............... .....:........ S. ......... _ ...... ........... ... DF 2 ELEVATION E ADARR #2 ELEVATIONQt) >< >< �0 ADAwKm%R;`;`2 L O N - ou"' Aru'A R R#, F F.D. ><F.D. --- 3 811 _ 11-011 3/811 _ 11-01. 3/811 _ 11 -Olt A DA R R 1 A DA R R #2 / o><0 @ - `WH WH G H.C. v ,v L-1 L.J INTERIOR LAYOUT PDT OF L 9F)4.!i J i=b 1/211 _ 11-01t D&T 2 3211"(41 COPYRIGHT 2020, BLAZER INDUSTRIES, INC. AND PUBLIC RESTROOM PROJECT NAME & LOCATION: SHEET TITLE: Approved for Const: 6WNb1FgPJ T10j4 19764 COMPANY. THIS MATERIAL IS THE EXCLUSIVE PROPERTY OF BLAZER PUBLIC INDUSTRIES, INC. AND PUBLIC RESTROOM COMPANY AND SHALL NOT RESTROOM Cochrane Memorial Park INT ELEVATIONS, LAYOUT File Copy:Ao Ar A6,., BE REPRODUCED, USED, OR DISCLOSED TO OTHERS EXCEPT AS COMPANY INDUSTRIES, INC. AUTHORIZED BY THE WRITTEN PERMISSION OF BLAZER INDUSTRIES Building Better Places To Go.Y@gym �A FINISH � ACCe SCHEDULES Drawn By: NJP .� P.O. BOX 489 www:blazerind.com OR PUBLIC RESTROOM COMPANY. Ph: 888-888-2060 Fax: 888-888-1448 , DATE REV# REVISION BY DATE REV# REVISION BY 948 piney St. ■ Aumsvitle, oR 97325-0489 Issue Date:11-D9 2D MIN. NUMBER OF ANCHORS PER WALL SPACING NOT TO EXCEED 48"oc. WALL NUMBER WALLA ....................3 WALL ....................3 INT. WALLS ........... _ .3 WALL 1 METAL ROOFING WALL 2 .................... 3 2x6 RAFTERS 1 2x6 RAFTER OFF LAYOUT B C %8" SHEATHING FASTEN SHEATHING TO RAFTERS BOTH SIDES PER FASTENING OVER WALL AS SHOWN, SEE OF RAFTERSSCHEDULE @ EDGE PATTERN ROOF FRAMING PLAN METAL ROOFING FASTEN SHEATHING TO RAFTERS 2x6 BLOCKING ` ; `. � 5 " SHEATHING 12 2x6 RAFTERS /8 FASTEN SHEATHING TO RAFTERS PER FASTENING BOTH SIDES OF RAFTERS SCHEDULE @EDGE PATTERN FASTEN SHEATHING TO 4 24 PER FASTENING FASTENING SCHEDULE WOOD FRAMED WALLS WOOD FRAMING STUDS -TO -TOP & BOTTOM PLATES SHEATHING -TO -INTERIOR FRAMING (BOTH SIDES) (2) 0.1311lx 3" NAILS 16ga. x 11/2" STAPLE (SENCO N17) @ 6"oc EDGE, 12"oc FIELD — GABLE END WALLS (BOTH SIDES) 16ga. x 1 1/2" STAPLE (SENCO N17) @ 6"oc EDGE, 12"oc FIELD BOTTOM PLATE -TO -CAP BEAM (EXTERIOR WALLS) #12 SCREWS @ 8"oc ROOF RAFTERS -TO- RIMS MIN. OF (3) 0.131 x 3 1/4" NAILS (END GRAIN) SHEATHING -TO- RAFTERS --- - 0.113x2 3/8" NAILS @ 6" oc. EDGE, 12" oc. FIELD. LONG AXIS PERPENDICULAR TO FRAMING, OFFSET PANEL ENDS 4'. BLOCK PANEL EDGES OF PIECES LESS THAN 24" WIDE. --- — --� -------- RIM PER FASTENING SCHEDULE @ EDGE PATTERN '`' ` 2x6 RAFTER OFF LAYOUT SCHEDULE @ EDGE PATTERN z METAL ROOFING 91" %8" SHEATHING OVER TRUSS AS SHOWN, SEE 9i/ 2x6 RAFTERS ' • -' BOTH SIDES OF RAFTERS ROOF FRAMING PLAN - s 8" SHEATHING EAVE METAL(900) �'� ~ \ , , BOTH SIDES OF RAFTERS ( ) ! - �; ; �. �. B METAL ROOFING y + Y1611 FRC �; i f 1i ,� it �r •1 2 x 6 RIM WRAPPED (2) #12 SCREWS PER r �� �� i nr , r 1 `/ I 2x6 RAFTERS W/ FORMED METAL PIECE OF BLOCKING r / �i �\ /' r r i . • FLASHING � � �, / � i , l r � � � � FLASHING. (2)#9x3" SCREWS WOOD FILLER r ' @EACH RAFTER . � � �, • �. -w -, . ,.., , a •�" • ` '' , ~,• `` , CAP BEAM 2 x 6 RIM WRAPPED 2 x 6 RIM WRAPPED 0.131x3" NAILS : i :f w/ FORMED METAL z z "r ,1 / 711 l .} _ SDS /4 x 2/2 SCREWS @ 12 oc. SDS Y4 x 2%2" SCREWS @ 24"oc. w/ FORMED METAL + @ 8" oc. , . ANCHORS (SPACING PER CHART) 16" FRC f .f 3%4,tx 3%4"x /4t" STEEL PLATE 16" FRC 'i -f' WELDED TO END OF Y2'0 x 20" LONG 7"" 2x3 WOOD TOP PLATE 2x3 WOOD TOP PLATE SDS %4 x 2%2, SCREWS @ 12"oc. 3 "� 7� s/6" FRC t .f' - REBAR (ASTM A706) WITH 16" FILLET z r _� �� �� , WELD ALL AROUND. 5/6," FRC Y16" FRC SDS /4 x 2/2 SCREWS @ 12 oc. :f f.: /6" FRC SIDING OVER (SHOWN FOR REF. ONLY) (SHOWN FOR REF. ONLY) 2x3 WOOD TOP PLATE ' f f FASTEN CAP BEAM TO STEEL ANCHOR WEATHER RESISTIVE BARRIER: PLATE WITH MIN. OF 1%2" OF 16" FILLET USE ONLY IN R.R.) (USE ONLY IN R.R.) ( E /6"" FRC SIDING OVER WELD. 2x3 WOOD STUDS @ 16"oc. I WEATHER RESISTIVE BARRIER 2x3 WOOD STUDS @ 16"oc. 2x3 WOOD STUDS @ 16"oc. w/ %6" SHEATHING PER %6" FRC SIDING OVER W/ %6" SHEATHING PER w/ �/6" SHEATHING PER SCREWS PER 7.WEATHER RESISTIVE BARRIER SCREWS PER STRUCTURAL DESIGN SCHEDULE STRUCTURAL DESIGN SCHEDULE FASTENING SCHEDULE STRUCTURAL DESIGN SCHEDULE FASTENING SCHEDULE SCREWS PERTRUSS & POSTS i 41' FASTENING SCHEDULE 1 4'° INTERIOR INTERIOR 1 4" 2x3 PT WOOD BOTTOM PLATE (SEE (A-5) FOR DETAILS) 2x3 PT WOOD BOTTOM PLATEle- CAPBEAM 2x3 PT WOOD BOTTOM PLATE EAVE DETAIL 1 1/2" = 1"-0" FLASHING FLASHING STEEL ANGLE - E TAFLASHING CAP BEAM CAP BEAM l ANCHORS @ 48 oc. (MAX.): ANCHORS @ 48 oc. (MAX.): >< /6 FRC - f f SEE EAVE DETAIL FOR SEE SAVE DETAIL FOR f, f. { { , r f'f SIZE DETAILS & QUANTITY SIZE DETAILS &- QUANTITY f f @ f ; 'i i6" SHEATHING , Q Q f. i { r EXTERIOR WALL f 'i 11 1" 1 I (SHOWN FOR REF. ONLY) FASTEN SHEATHING TO RIM f'f• PER FASTENING I .{ . i ► { STEEL POST 1 . • 1 SCHEDULE @ EDGE PATTERN i 1 ' f f' f f { { ; i ANCHORS @ 48 oc. (MAX.): i.l I f. 0.131x3" NAILS @ 6" oc. +. l . f r ( { SEE EAVE DETAIL FOR I �, f.l . : i.f: i.' 2x6 RAFTERS >< SIZE, DETAILS & QUANTITY 12 ;•: 4 `� ' �r �r %+ fY\ r e L DETAIL RID A GABLE EAVE DETAIL GRID B & C ABLEWALL D6 GETI ALCOVE 1 1/211 ^ 11_01, 1 1/211 _ it -o"" - r 1 1/21" _ 11_01" SDS %4x2%211 SCREWS @ 12"oc. 16" FRC %8" SHEATHING GLULAM RIDGE BEAMz z 1/2"x 5/2 WOOD TRIM METAL ROOFING 2x6 RAFTER OFF LAYOUT BOTH SIDES OF RAFTERS 2x3 WOOD FRAMED WALL � ([�_ � 0 "1 + %'" SHEATHING ; 2x6 RAFTERSJ s 1" WITH / SHEATHING 1%2"x 1%2„x %8" ANGLE E 1 1/2 11-011 BOTH SIDES OF RAFTERS s �� { z6 FRC FRC SIDING S.S. VENT SCREEN SCREWED INTO ROOF E { BOTH SIDES OF RAFTERS ' { METAL ROOFING 1 1/2t1� x 1%2"x /$"r ANGLE S.S. VENT SCREEN • ...WALL FRAMING SCREWED INTO WOOD TRIM { { 12 • �� SEE SPEC SHEET FOR DETAILS 4 �.. SECTION A { 1%2,[x 5%2" WOOD TRIM 1%2,1x 1%21"x /$1" ANGLE I `,- - NOTE: OUTER SCREEN TRIM MUST NOT BE 4 x 8 x 16 CMU BLOCK WALL FULLY GROUTED. Fm- 1500psi r,> , TWO 9ga. WIRES FOR HORIZONTAL JOINT l - B SCREWED THROUGH CAP BEAM SO AS REINFORCEMENT @ 8 o AND #3 REBAR CMU= 1900psi r r VENT SCREEN SUPPORT FRAME TO PREVENT WATER INTRUSION. INTERIOR CAPBEAM @ 811 oc VERT. PROVIDE #4 REBAR VERT. @ GROUT= 2000psi , `�~ 16" FRC ' CL -� 1%"x 1%"x %8' ANGLE BOTH SIDES CORNERS, WITHIN 16" EA. SIDE OF OPENINGS, �, � �"'" ' MORTAR= TYPES -' -- WITHIN 8 EA. SIDE OF MOVEMENT JOINTS, @ ", [r NOTE: PER ACI 530 TABLE 2 "r ENDS OF WALLS & @ MAXIMUM 10'-0t1 oc. USE - - " " 3 " 1 r TYPE 'S' MORTAR. HORIZONTAL MIN. (1) SDS %4 x 2%2" {\ 1 x 1 x /6 S.S. VENT SCREEN f: f. SCREWS PER RAFTER ' ```\\\` ' '' -' r , WOOD RAFTER W s REINFORCEMENT IS REQUIRED AT BOTTOM AND (2) 2x3 TOP PLATES $ S WITH /8 SHEATHING f TOP OF WALL OPENINGS &MUST EXTEND 24 (RIF TOP PLATE TO SLOPE} -" - 0/f" TOP AND BOTTOM OF RAFTERS a 12 SECTION Y OR > = 40 BAR DIAMETERS PAST OPENINGS 2x3 WOOD STUDS @ 16"oc. -- 4 WALL FRAMING z Uj s/6" FRC w/ 1611 SHEATHING PER [ _ SEE SPEC SHEET FOR DETAILS (SHOWN FOR REF. ONLY) STRUCTURAL DESIGN SCHEDULE ro - LS f.------ >< i .... STARTER BARS: EMBED #4 BAR 5 DEEP w/ EPDXYQ (USE ONLY IN R.R,) ' r , t CAP BEAM f HILTI HY 200-R ICC ESR -3187 a 0 SCREWS PER ' -� t I TI HIT -RE 500 ICC ESR -3814 w LL- u- - - r � AND TRIM PIECE H L _ 3 1t FAS TENING SCHEDULE � - i � 3_ ; w.-�. F_-... __,- __ ;.._..�_ - , : r O \ i f y.......E"_....f.._...... #.... �. r , (SHOWN FOR REF. ONLY) SIMPSON SET ICC ESR -2508 Ln : ....i�.......o. 172x3 PT WOOD BOTTOM PLATE 1 � i f � , v i ............. ` COMPACTED SOIL FOR 6 RESTROOM ; } HORIZONTAL (MIN.) ... CAPBEAM ]3 f S . : v : f a N A Fmo .......:....._.......d........:........a............:..:. •t :— - - i p ANCHORS 48 oc. MAX. :-•--_:-- f -}-� 18 i i t i G- �.. _ -� w SEE EAVE DETAIL FOR f f. -- .---�_.�.._ -- - ---- MECH. ROOM - : ;---- ---• - - ' I I - - - - - .f '_-_-.- SIZE, DETAILS &QUANTITY - s — \E --� — —' 1"" -- - - -- --- -- - - - J; CAPBEAM >< l l - - -- -- -- - -- ---- - - ------ -- -- - - -- - ---- -- - - I --► I I - ' >< >< /4 611 48%4"" 26� [t LA.Q �� I 2" BED OF (COURSE MASON) SAND � FOUNDATION o c OVER MIN. 4" CLASS II TYPE B � G � SHOWN FOR ( AGGREGATE BASE COMPACTED 90%S 11,& REFERENCE ONLY I_ —<7 ------- M.D.D. (BY GENERALCONTRACTOR) G� WASk ?'l (PROVIDED BY OWNER/ 8" CONCRETE SLAB WITH MIN. #4 REBAR @ 8"oc E.W. CONTRACTOR � �� � � TOP & #4 REBAR @ 16i1oc BOTTOM, GRADE 60 MIN. 1%41' 1 � (SEE S-1 FOR DETAILS) VER. CONCRETE STRENGTH MIN. 4000 psi 28 -DAYS COrj-_PT. OF LABOR AND h y o (DESIGN BASIS IS 2500 psi @ 8 DAYS)Avw4k. 0 PLAUN, PIE%71Fw SEtcIN r APPROVED �� + 35006 mar LjS1 A"M D WALL TIL I T RI ALL DETAIL ENT SCREEN DETAIL' & ��ss �rSTER NA 1 1/2[1 11_011 1 1/2" ^ 11-0 It 1 1/211 - 11-0 g- BjF D COPYRIGHT 2020, BLAZER INDUSTRIES, INC. AND PUBLIC RESTROOM COMPANY. THIS MATERIAL IS THE EXCLUSIVE PROPERTY OF BLAZER 010000 0 PUBLIC PROJECT NAME &LOCATION: SHEET TITLE: Approved for Const: Job No: 19764 z: ® INDUSTRIES, INC. AND PUBLIC RESTROOM COMPANY AND SHALL NOT RESTROOM Cochrane Memorial PaFire Co ® BE REPRODUCED, .USED, OR DISCLOSED TO OTHERS EXCEPT AS COMPANY ��� Copy: A INDUSTw.blaz IES, INC. AUTHORIZED BY THE WRITTEN PERMISSION OF BLAZER INDUSTRIES Building Better Places To Go. y► � ®� P.O. BOX 489 www.blazerind.com i e Drawn By: NJP SATE �EV REV15ION BY DATE REU REVISION BY ® 945 Olney St. ■ Aumsville, OR 97325-0489 OR PUBLIC RESTROOM COMPANY. Ph: 8$$-888-2060 {Fax: 888-888-1448 Issue Date: 11-06-20 W/ %e" SHEATHING BOTH SIDES FRC CAP BEAM --_- -1 ,r r ,, T�"`� TTS77,77 �.c . n w 1-rrnt� h�!� .� , "1 + %'" SHEATHING ; 2x6 RAFTERSJ s 1" WITH / SHEATHING 1%2"x 1%2„x %8" ANGLE E 1 1/2 11-011 BOTH SIDES OF RAFTERS s �� { z6 FRC FRC SIDING S.S. VENT SCREEN SCREWED INTO ROOF E { BOTH SIDES OF RAFTERS ' { METAL ROOFING 1 1/2t1� x 1%2"x /$"r ANGLE S.S. VENT SCREEN • ...WALL FRAMING SCREWED INTO WOOD TRIM { { 12 • �� SEE SPEC SHEET FOR DETAILS 4 �.. SECTION A { 1%2,[x 5%2" WOOD TRIM 1%2,1x 1%21"x /$1" ANGLE I `,- - NOTE: OUTER SCREEN TRIM MUST NOT BE 4 x 8 x 16 CMU BLOCK WALL FULLY GROUTED. Fm- 1500psi r,> , TWO 9ga. WIRES FOR HORIZONTAL JOINT l - B SCREWED THROUGH CAP BEAM SO AS REINFORCEMENT @ 8 o AND #3 REBAR CMU= 1900psi r r VENT SCREEN SUPPORT FRAME TO PREVENT WATER INTRUSION. INTERIOR CAPBEAM @ 811 oc VERT. PROVIDE #4 REBAR VERT. @ GROUT= 2000psi , `�~ 16" FRC ' CL -� 1%"x 1%"x %8' ANGLE BOTH SIDES CORNERS, WITHIN 16" EA. SIDE OF OPENINGS, �, � �"'" ' MORTAR= TYPES -' -- WITHIN 8 EA. SIDE OF MOVEMENT JOINTS, @ ", [r NOTE: PER ACI 530 TABLE 2 "r ENDS OF WALLS & @ MAXIMUM 10'-0t1 oc. USE - - " " 3 " 1 r TYPE 'S' MORTAR. HORIZONTAL MIN. (1) SDS %4 x 2%2" {\ 1 x 1 x /6 S.S. VENT SCREEN f: f. SCREWS PER RAFTER ' ```\\\` ' '' -' r , WOOD RAFTER W s REINFORCEMENT IS REQUIRED AT BOTTOM AND (2) 2x3 TOP PLATES $ S WITH /8 SHEATHING f TOP OF WALL OPENINGS &MUST EXTEND 24 (RIF TOP PLATE TO SLOPE} -" - 0/f" TOP AND BOTTOM OF RAFTERS a 12 SECTION Y OR > = 40 BAR DIAMETERS PAST OPENINGS 2x3 WOOD STUDS @ 16"oc. -- 4 WALL FRAMING z Uj s/6" FRC w/ 1611 SHEATHING PER [ _ SEE SPEC SHEET FOR DETAILS (SHOWN FOR REF. ONLY) STRUCTURAL DESIGN SCHEDULE ro - LS f.------ >< i .... STARTER BARS: EMBED #4 BAR 5 DEEP w/ EPDXYQ (USE ONLY IN R.R,) ' r , t CAP BEAM f HILTI HY 200-R ICC ESR -3187 a 0 SCREWS PER ' -� t I TI HIT -RE 500 ICC ESR -3814 w LL- u- - - r � AND TRIM PIECE H L _ 3 1t FAS TENING SCHEDULE � - i � 3_ ; w.-�. F_-... __,- __ ;.._..�_ - , : r O \ i f y.......E"_....f.._...... #.... �. r , (SHOWN FOR REF. ONLY) SIMPSON SET ICC ESR -2508 Ln : ....i�.......o. 172x3 PT WOOD BOTTOM PLATE 1 � i f � , v i ............. ` COMPACTED SOIL FOR 6 RESTROOM ; } HORIZONTAL (MIN.) ... CAPBEAM ]3 f S . : v : f a N A Fmo .......:....._.......d........:........a............:..:. •t :— - - i p ANCHORS 48 oc. MAX. :-•--_:-- f -}-� 18 i i t i G- �.. _ -� w SEE EAVE DETAIL FOR f f. -- .---�_.�.._ -- - ---- MECH. ROOM - : ;---- ---• - - ' I I - - - - - .f '_-_-.- SIZE, DETAILS &QUANTITY - s — \E --� — —' 1"" -- - - -- --- -- - - - J; CAPBEAM >< l l - - -- -- -- - -- ---- - - ------ -- -- - - -- - ---- -- - - I --► I I - ' >< >< /4 611 48%4"" 26� [t LA.Q �� I 2" BED OF (COURSE MASON) SAND � FOUNDATION o c OVER MIN. 4" CLASS II TYPE B � G � SHOWN FOR ( AGGREGATE BASE COMPACTED 90%S 11,& REFERENCE ONLY I_ —<7 ------- M.D.D. (BY GENERALCONTRACTOR) G� WASk ?'l (PROVIDED BY OWNER/ 8" CONCRETE SLAB WITH MIN. #4 REBAR @ 8"oc E.W. CONTRACTOR � �� � � TOP & #4 REBAR @ 16i1oc BOTTOM, GRADE 60 MIN. 1%41' 1 � (SEE S-1 FOR DETAILS) VER. CONCRETE STRENGTH MIN. 4000 psi 28 -DAYS COrj-_PT. OF LABOR AND h y o (DESIGN BASIS IS 2500 psi @ 8 DAYS)Avw4k. 0 PLAUN, PIE%71Fw SEtcIN r APPROVED �� + 35006 mar LjS1 A"M D WALL TIL I T RI ALL DETAIL ENT SCREEN DETAIL' & ��ss �rSTER NA 1 1/2[1 11_011 1 1/2" ^ 11-0 It 1 1/211 - 11-0 g- BjF D COPYRIGHT 2020, BLAZER INDUSTRIES, INC. AND PUBLIC RESTROOM COMPANY. THIS MATERIAL IS THE EXCLUSIVE PROPERTY OF BLAZER 010000 0 PUBLIC PROJECT NAME &LOCATION: SHEET TITLE: Approved for Const: Job No: 19764 z: ® INDUSTRIES, INC. AND PUBLIC RESTROOM COMPANY AND SHALL NOT RESTROOM Cochrane Memorial PaFire Co ® BE REPRODUCED, .USED, OR DISCLOSED TO OTHERS EXCEPT AS COMPANY ��� Copy: A INDUSTw.blaz IES, INC. AUTHORIZED BY THE WRITTEN PERMISSION OF BLAZER INDUSTRIES Building Better Places To Go. y► � ®� P.O. BOX 489 www.blazerind.com i e Drawn By: NJP SATE �EV REV15ION BY DATE REU REVISION BY ® 945 Olney St. ■ Aumsville, OR 97325-0489 OR PUBLIC RESTROOM COMPANY. Ph: 8$$-888-2060 {Fax: 888-888-1448 Issue Date: 11-06-20 12' GUSSET PLATE'f1D1► „ „ (SEE DETAIL 4/A-5) 0 0 0 a 4411 nr GUSSET PLATE 1,A„ .......... 06 12 � / � ,� (SEE DETAIL 2/A-5) t � Ln} 4 1-/ ;-4 OPTIONS , �� / ` \ ti GRK RSS 16" x 6" SCREWS - �\ ` (TYP.) 2it Q . U2 CS %$Tt x 6" SCREWS - \ , 6„ SDS /41` x 6" SCREWS op, \''�,�- 131.60 5„ /2tt x 6" LAGS 6" S, GUSSET P LAT E W GUSSET P LATE ` B' ® ® _. „� , (TYP. OF 4) BOTH SIDES QYT=1 (OUTSIDE ONLY) 1 o ` „ 600 �0 2 NOTE. - --� - - - - - - - - - - - - - - a o- BAIT #4- - - - - - - - - - - - I 1. ALL GUSSET PLATES CONSTRUCTED I ® FROM Y4 STEEL. '000 amp*3 GUSSET PLATE C 3 _ .. ' u; A_5 (SEE DETAIL 2/A-5) 2. ALL -STEEL INTERSECTIONS (MIN.) /6 A-5 FILLET WELD ALL SIDES. 5" 3. ALL HOLES 16"O FOR %" BOLTS. - - ®�...! •/ SCALE: 1%2" ` 11.01t 3.1 311 5-4 54 - 15t1 3 1, 13 TT 33% 101-61[12613/16"1 6 [126 /6 ] 4/�t 3816'1 - >r N TRUSS TAILS GUSSET PLATE 111 11_011 PART # 1 =N =N PART #3 LO 6x6 DF #2 \ . PART #2 \ 4x6 DF #2 ,r, bxb'DF #2 Ln 161/2x` 108%T1 1116Tr 40i1 4/41, _� 34Y16 if _ (A) PL6x3x%ort 1Tt ;Ir\N 13x1 ,'+ ~,'-; D %" STEEL T' (A) PL6x1&4T, N 316 OLI- O 4 4116" 240Y$ 11 ,r 1" ; (TYP. OF 2) 4 /6 /4T, PLATE 3/16" ® O 3/1611 N %iin 5a ilTr = O - — 16 38 16 N PART #4 6x6 DF #2 - 3 3 rt Ln 16 3/16° © _ 3/16" :-+ 1 T1 1s" HOLES FOR (3) PART D (B) PL5x3x/2 201-10" [250"] �� 1 ,t : SDS 4Trx1"' SCREWS (C) PL5x2x/4 ! i 1 (B) PL5x3x%" It 1,( 1671 HOLES FOR (2) 3/16" SDS %211x3" LAG BOLTS (C) PL5x2x%4Tt TRUSS DETAILS GUSSET'PLATE'D' 1,r _ 1t_0 t (QN• - 1) 1 2 1 20'-10" [25011] 1tt T-0" [84"] 101_511[125"1 131-411[160"1 (A) PL6x3x%4" ;-� GUSSET PLATE 'G' do GUSSET PLATE 'H' -\ POST HSS3x3x1/8" - c � -or- Q , GUSSET PLATE PLATE A 1" BOLT �11fi6, /4" STEEL .. (TYP. OF 2) I'/5Y8 Ilk X11 /1lx4ti 7„ LAG BOLT 2,T 211 9/611 HOLES � PLATE C 3/16 OR N ! - p i 00 \ 1/8 o _„ PLATE B /4tix 7"x 5%$TI PL 311 1„ CAPBEAM i 111 111 N TRUSS BRACKET DETAIL ko [�3/16 71l6 c, I I N I 12l1 I i HSS5x5x68" STEEL POST CD3/4" MS PL 5%2'x5%211 I 511 I Ln BASE PLATE I N, 1"BOLT FRONT VIES _1 T 7TT 2TT 211 I 3/16 ' i Jf T B I PLATE A PLATE C I i O 6" I GROUT AS NEEDED I0 4FI HSS6x4x/$" CAPBEAM 2" I I _ CONCRETE TRUSS BOTTOM CHORD - zi 00 �Jl" COUPLER u SLAB cc -----------------------=------------ --------1 -------------------------------------- 1------ r------------ ------------------- ------J L------ -------- ------------------------- i 5 t t i A'S # 1 111 ! CAPBEAM HSS6x4x1/8" 1 t f f f I{ (TYP.) i; # 1 CMU BLOCK WALL t{ t BELOW CAPBEAM t i i 51-101 [7011] i t (SHOWN FOR REF. ONLY) ! if 5 A_5 it t f j tI I j ft! ! i f I t f ! ! { t i ! f ( I ------------- ---------- ---- t ! CO 1 l r T-4 #2AO { t r------- ---- { ! -- ___-- ----- -r r L— _ ---------------I f-------------------� L t —J 191-1011[23811] wt (B) PLSx3x%2" 16" HOLES FOR O O 2" LAG BOLT SDS 4"x12" SCREWS i 3/16" { (C) PL5x2x%" zTt LAG ! 2 SDS Y4"xlY' SCREW (TYP. OF 6) . I IDGEBEA DETAILATT Ru'' S S 11/211 = 11_011 %2" BEARING PLATE 3"x 7" OR W/ %6"0 HOLE FOR LAG SCREW 711 lop ,-, 1Y2 , 1 A-51%211 3/16 1" BOLT SLAB _ _ { \ RR JcIDE Q 3,: N WOOD TRUSS d- I I I -� ANGLE I I i STEEL POST s "' u0 1rT M I i 3/16 3/16 1 11 '-+ 1/ 0-4—POST HSS3x3x 16 ' BELOW ,..: r--:- 3 t, 2/ PLATED A-5 A_5 311 I r 711 - I NOTE: CAPBEAM CAPBEAM END I PLAN VIES NOTES:CAP BEAM PLAN ---------- ------ HSS6x4x%$11 1. ALL GUSSET & BRACKET PLATES CONSTRUCTED FROM %4" .STEEL. - #1 THIS DIMENSION IS FOR REFERENCE ONLY AND IS FROM THE INSIDE 1/211 = 11-0'1 2. ALL STEEL INTERSECTIONS (MIN.) 3/16" FILLET WELD ALL SIDES. \ OF THE CAP BEAM TO THE INSIDE OF THE CMU BLOCK WALL: 3. ALL HOLES 16" O FOR %211 BOLTS. #2 ALL STEEL INTERSECTIONS WELDED WITH MIN. 1RIDGEBEA1\116" FILLET FLAW -AWS 5:20 -�A. S.FL'6 ALL AROUND OR Y8" GROOVE WELD., UNLESS NOTED OTHERWISE. G oV WASq j� � POSTDETA* LS #3 ALL STEEL PLATE IS ASTM A36. 1 1/2" - 11.0" � ..., WELDING OPERATORS SHALL BE CERTIFIED FOR nbUE OF WA 11, roUT. OF LABOR AN -D 1.6 STRUCTURAL STEEL AND/OR REINFORCEMENT. TRUSS P0:0341"' DETAILS ry �e�.'°_ `���Ea'v' 3��?C�i �O � 35006 9 ww APPROVED,"��s�GXSTER� 1 1/2" - 1r-Ot1 #5 SPECIAL INSPECTIONS REQUIRED FOR WELDING. S�ONAL E 01 COPYRIGHT 2020, BLAZER INDUSTRIES, INC. AND PUBLIC RESTROOM0. PROJECT NAME $� LOCATION: SHEET TITLE: App . COMPANY..THIS MATERIAL IS THE EXCLUSIVE PROPERTY OF BLAZER s 0 PUBLIC Job No: 19764 INDUSTRIES, INC. AND PUBLIC RESTROOM COMPANY AND SHALL NOT RESTROOM Cochrane Memorial Park ��C CAPFife copy: INDUSTRIES, INC. BE REPRODUCED, USED, OR DISCLOSED TO OTHERS EXCEPT AS COMPANY BEAM �A DETAILS ��— AUTHORIZED BY THE WRITTEN PERMISSION OF BLAZER INDUSTRIES Building Better Places To Go. ��� 111 Drawn By: (Ujp - P.O. t30X 489 www.b{azerind.com DATE REV# REV1510N BY DATE REV# REV{5ION DY 945 Olney St. ■ Aumsvilie, OR 97325-0489 OR PUBLIC RESTROOM COMPANY. Ph: 888-888-2060 fax: 888-888-1448 3 Issue Date: 11-06-20 POTABLE WATER STIEBEL H=WC 2 GAL. EXPANSION 40 TANK 1., ARRESTOR RECLAIMED WATER TEMPERED STIEBEL LAV °�04 LOW POINT DRAINS PRV & FILTER COMBO SEE DETAIL � 14. 2 GAL. EXPANSION H -WC 4" VANDAL PROOF ( B.F. ��° / TANK 40 VENT CAP # .75 f(, ° MINIMUN 18" ABOVE ROOF 1 ARRESTOR `� TP ly4' I., i' H.B. .5 TEMPERED 2.52LAV LOW POINT DRAINS Y2,� D.F./ H.L. 1.5 �u 1" TP l J .5 `® ALL TEMPERED LINE % i �4 1 I. POTABLE WATER PIPING: RECLAIM WATER PIPING: 1 FIXTURE UNITS ................ 6.75 - FIXTURE UNITS ................ 81 1'/2 H -WC 6 ' - D -DEVELOPED LENGTH 100 DEVELOPED LENGTH ........` ..loo Z, C.O. �4" C.O.' ELEVATION DIFFERENCE 0` -ELEVATION DIFFERENCE ....... 0` F.D. A' 3„ 0 ' STREET PRESSURE ........... . -STREET PRESSURE................ 46 to 60 . 46 to 60 6 - METER SIZE....... ............. 3" - 4 H -WC / METER SIZE.. 1" LAV 1 1�/2�y� - BUILDING SUPPLY SIZE ......... 1" - BUILDING SUPPLY SIZE ......... 1 1/2" s° c.]r3' HIGH POINT 1 /2 2 4' BLEED VALVE ` 1 �i2� ' Z' C.O. COPPER PRESSURE v B.F. 1 1 %2 2 GROUND GAUGE CHECK WIRE 2 1 FLOOR DRAIN D.F./ H.L. LAV 3„ VALVE 2" F.D. 1'/2 0 PRESSURE 2., WASHINGTON GENERAL NOTES: GAUGE WASTE ABOVE FLOOR - 2015 WSEC 0404.6 WATER PIPING SHALL BE INSULATED FROM THE .MAIN _ ED BELOW FLOOR -SIZED TO 2015 -UPC WAC TO BE VERIFIED WATER HEATER TO THE TERMINATION OF THE HEATED WATER FIXTURE SHUT-OFF - POTABLE WATER MATERIAL COPPER TO LAVS AND D.F. & HOSE SUPPLY PIPE IN ACCORDANCE WITH TABLE 403.2.9 PER THIS TABLE ALL HOSE BIBB---yPRESSURE IN-LiNE BIBS. PIPING LESS THAN 1" NOMINAL SHALL BE INSULATED WITH 1" z REDUCTION WATER GROUND WIRE o VALVE PLASTIC 0 � WASTE AND VENT PIPING: GENERAL NOTES: INSULATION. '-4 -- - RECLAIMED MATERIAL- PVC #40 PURPLE PIPING TO TOILETS. FROM ELECT. b ® FILTER w PANEL 0 U_ u_ - FIXTURE UNITS .... • .. • • • • • • • • • • • • • • 17 SIZED TO 2015 UPC WS CODE. - 2009 ANSI/ASHRAE A117.1 606.6 EXPOSED PIPES AND SURFACES. 1--1t3 0 © O WATER SUPPLY AND DRAIN PIPES UNDER LAVATORIES AND SINKS - SIZE OF BUILDING DRAIN ...:........... 4„ - D.W.V. MATERIAL - P.V.C. -:RECLAIMED WATER IS FROM THE CITY OF YELM RECLAIMED WATER SYSTEM. PIPING IN BUILDING SHALL BE INSTALLED PER SHALL BE INSULATED OR OTHERWISE CONFIGURED TO PROTECT —AGGREGATE AREA ... • • • • • • • • • • • • • • • • • 12.566 - D.W.V. UNDERGROUND MATERIAL - P,V.0 OR A.B.S. 2015 UPC CHAPTER 15. ALL SIGNAGE SHALL BE INSTALLED PER AGAINST CONTACT. THERE SHALL BE NO SHARP OR ABRASIVE SURFACES PRV & FILTER. COMBOUNDER LAVATORIES AND SINKS. - P -TRAPS ON ACCESSIBLE FIXTURES INSULATED, UPC 2015 1501 1.1 WAC NOT TO SCALE - CONTINUATION OF WASTE LINE DONE ON SITE BY OTHERS. - CONTINUATION OF WATER MAINS PROVIDED AND INSTALLED ON - PUBLIC USE TOILETS SEATS SHALL COMPLY WITH 2015 UPC 411.3 AND FLOOR DRAINS TO HAVE REMOVABLE TRAPS IN MECH SITE BY OTHERS. PLASTIC SEATS WITH IAPMO 2124.5 PLUMBING FIXTURE SCHEDULE QTY FIXTURE DESCRIPTION 2 WATER CLOSETS- stainless ACORN 1675-W-1-HET-FVBO-ACOA-1.28-PFS 2 TOILET SEAT - black BEMIS 1955C 2 FLUSH VALVE - toilet ZURN Z6143AV-HET-BG-7L 2 FAUCET - metering CHICAGO 333-E2805-665PSHAB 2 LAV S ACORN 1652-FALRB-1-DMS-03-M 2 WATER HEATER - Tankless STIEBEL DHC -372 2 TEMPERING VALVE ACORN ST70-12 2 DRINKING FOUNTAIN- Single MURDOCK GSE64-FG-316SS 1 BOTTLE FILLER MURDOCK BF3 2 4 WATER FILTER - single PRESSURE GAUGE KEYSTONE CG10 PROFLO PFXPG100K 2 CHECK VALVE 1 1/2" LEADFREE NIBCO S -480 -Y -LF " 2 PRV VALVE 11/211 WATTS LF25 AUB-23-Z33 2 DIAPHRAGM TANK PREP FOR 26 GAL. 2 DIAPHRAGM TANK PROFLOW PFXT5 2 HOSE BIBB ACORN 8121-CPLF 1 VENT CAP - vandal proof SMITH 1748 2 CORPORATION STOP 1 1/2" AY McDONALD 73149B 2 TRAP PRIMER PROFLO PFP2500 2 HAMMER ARRESTOR - 1" SIOUX CHIEF 654 -CS 2 FLOOR DRAINS ZURN ZN460-2NH-5B with trap primer POTABLE WATER STIEBEL H=WC 2 GAL. EXPANSION 40 TANK 1., ARRESTOR RECLAIMED WATER TEMPERED STIEBEL LAV °�04 LOW POINT DRAINS PRV & FILTER COMBO SEE DETAIL � 14. 2 GAL. EXPANSION H -WC 4" VANDAL PROOF ( B.F. ��° / TANK 40 VENT CAP # .75 f(, ° MINIMUN 18" ABOVE ROOF 1 ARRESTOR `� TP ly4' I., i' H.B. .5 TEMPERED 2.52LAV LOW POINT DRAINS Y2,� D.F./ H.L. 1.5 �u 1" TP l J .5 `® ALL TEMPERED LINE % i �4 1 I. POTABLE WATER PIPING: RECLAIM WATER PIPING: 1 FIXTURE UNITS ................ 6.75 - FIXTURE UNITS ................ 81 1'/2 H -WC 6 ' - D -DEVELOPED LENGTH 100 DEVELOPED LENGTH ........` ..loo Z, C.O. �4" C.O.' ELEVATION DIFFERENCE 0` -ELEVATION DIFFERENCE ....... 0` F.D. A' 3„ 0 ' STREET PRESSURE ........... . -STREET PRESSURE................ 46 to 60 . 46 to 60 6 - METER SIZE....... ............. 3" - 4 H -WC / METER SIZE.. 1" LAV 1 1�/2�y� - BUILDING SUPPLY SIZE ......... 1" - BUILDING SUPPLY SIZE ......... 1 1/2" s° c.]r3' HIGH POINT 1 /2 2 4' BLEED VALVE ` 1 �i2� ' Z' C.O. COPPER PRESSURE v B.F. 1 1 %2 2 GROUND GAUGE CHECK WIRE 2 1 FLOOR DRAIN D.F./ H.L. LAV 3„ VALVE 2" F.D. 1'/2 0 PRESSURE 2., WASHINGTON GENERAL NOTES: GAUGE WASTE ABOVE FLOOR - 2015 WSEC 0404.6 WATER PIPING SHALL BE INSULATED FROM THE .MAIN _ ED BELOW FLOOR -SIZED TO 2015 -UPC WAC TO BE VERIFIED WATER HEATER TO THE TERMINATION OF THE HEATED WATER FIXTURE SHUT-OFF - POTABLE WATER MATERIAL COPPER TO LAVS AND D.F. & HOSE SUPPLY PIPE IN ACCORDANCE WITH TABLE 403.2.9 PER THIS TABLE ALL HOSE BIBB---yPRESSURE IN-LiNE BIBS. PIPING LESS THAN 1" NOMINAL SHALL BE INSULATED WITH 1" z REDUCTION WATER GROUND WIRE o VALVE PLASTIC 0 � WASTE AND VENT PIPING: GENERAL NOTES: INSULATION. '-4 -- - RECLAIMED MATERIAL- PVC #40 PURPLE PIPING TO TOILETS. FROM ELECT. b ® FILTER w PANEL 0 U_ u_ - FIXTURE UNITS .... • .. • • • • • • • • • • • • • • 17 SIZED TO 2015 UPC WS CODE. - 2009 ANSI/ASHRAE A117.1 606.6 EXPOSED PIPES AND SURFACES. 1--1t3 0 © O WATER SUPPLY AND DRAIN PIPES UNDER LAVATORIES AND SINKS - SIZE OF BUILDING DRAIN ...:........... 4„ - D.W.V. MATERIAL - P.V.C. -:RECLAIMED WATER IS FROM THE CITY OF YELM RECLAIMED WATER SYSTEM. PIPING IN BUILDING SHALL BE INSTALLED PER SHALL BE INSULATED OR OTHERWISE CONFIGURED TO PROTECT —AGGREGATE AREA ... • • • • • • • • • • • • • • • • • 12.566 - D.W.V. UNDERGROUND MATERIAL - P,V.0 OR A.B.S. 2015 UPC CHAPTER 15. ALL SIGNAGE SHALL BE INSTALLED PER AGAINST CONTACT. THERE SHALL BE NO SHARP OR ABRASIVE SURFACES PRV & FILTER. COMBOUNDER LAVATORIES AND SINKS. - P -TRAPS ON ACCESSIBLE FIXTURES INSULATED, UPC 2015 1501 1.1 WAC NOT TO SCALE - CONTINUATION OF WASTE LINE DONE ON SITE BY OTHERS. - CONTINUATION OF WATER MAINS PROVIDED AND INSTALLED ON - PUBLIC USE TOILETS SEATS SHALL COMPLY WITH 2015 UPC 411.3 AND FLOOR DRAINS TO HAVE REMOVABLE TRAPS IN MECH SITE BY OTHERS. PLASTIC SEATS WITH IAPMO 2124.5 ROOM. LAV TRAPS WILL HAVE A DRAIN PLUG. BOTH FOR WINTERIZATION. - HEAT TAPE PROVIDED AND INSTALLED ON SITE BY OTHERS. - PUBLIC USE WATER CLOSETS SHALL BE ELONGATED AND COMPLY WITH 2015 UPC 411.1. PER IPC 305 WRAP PIPES PASSING THROUGH CONCRETE OR CINDER WALLS AND FLOORS, - HAMMER ARRESTORS INSTALLED PER 2015 UPC 609.10. - SITE CONNECTION TO SEWER LINE AND MODULE LINE CONNECTIONS ARE CLEARLY LABELED - 2015 UPC 507.2 WATER HEATER SHALL BE ANCHORED OR STRAPPED. 2015 UPC 407.3 PUBLIC LAVATORIES SHALL HAVE TEMPERING VALVE MEETING ASSE 1070. 2015 WSEC C404.2 WATER HEATER SHALL MEET THE REQUIREMENTS OF TABLE 404.2. .,7,77 o fi �C� 0 �= - 1 rNs H G Q p O r1 WH O \ \ i i ji `. i C: 3 - �. INTERIOR WALL.. TO WATER SUPPLY S.S. BAND (REMOVABLE TRAP) FOR WINTERIZATION TRAP PRIMER SYSTEM ❑ 2" FLOOR DRAIN TO 2" VENT SLOPE FLOOR TO DRAIN FINISH FLOOR n - SLAB i w OPENING -- TO MAIN DRAIN ._ . CF LABOR.A .D- 1NDI1r I DRAIN PIPE TO P -TRAP TO BE FAS PLAN SLAB OPENING LOCATED 24" MAX -r� sI c �, IN CHASE FROM FLOOR DRAIN 2 3 2 X THE TRAP DIAMETER IN THIS CASE 4" MIN. NG PLAN WATER SUPPLY PLUMBING PLANIL ASTE V��T PLUMBIS�����rb�e��. FLOOR DRAIN DETAIL - SCALE: 3/4" = 1`-0" 1/4" 11.011 1/411 _ 11_011 COPYRIGHT 2020, BLAZER INDUSTRIES, INC. AND PUBLIC RESTROOM PROJECT NAME & LOCATION: SHEET TITLE: Approved for Const: Job No: 19764 PUBLIC COMPANY: THIS MATERIAL IS THE EXCLUSIVE PROPERTY OF BLAZER INDUSTRIES, INC. AND PUBLIC RESTROOM COMPANY AND SHALL NOT RESTROOM Cochrane Memorial IPark PLUMBING PLAN Fife Copy: oil 1000�_ BE REPRODUCED, USED, OR DISCLOSED TO OTHERS EXCEPT AS COMPANY Drawn By: NJP INDUSTRIES, INC. AUTHORIZED BY THE WRITTEN PERMISSION OF BLAZER INDUSTRIES Building Better Places To Go. Yel r WA & INFORMATION AM P.O. BOX 489 www.blazerind.com ! ' Issue Date: 11-09-20 DATE RSV# REV15fON BY DATE .EV# REVI5ION BY 945 Olney St. 0 Aumsville, OR 97325-0489 OR PUBLIC RESTROOM COMPANY. Ph: SS8—SSS-2osa Fax: �8a-8ag—� 448. PIPE MATERIAL u., Q PIPE SCHEDULE uj uj o.. :D o 0 _ o > a- m Q oo �?� CD J o .► ® �c o 0 TYPE OF SERVICE a Q Ln ABOVE GROUND WATER BELOW GROUND RECLAIM ABOVE GROUND BELOW GROUND WATER ABOVE GROUND SANITARY BELOW GROUND !� DRAINAGE ABOVE ROOF 1� ABOVE GROUND SANITARY BELOW GROUND VENT ABOVE ROOF v ROOM. LAV TRAPS WILL HAVE A DRAIN PLUG. BOTH FOR WINTERIZATION. - HEAT TAPE PROVIDED AND INSTALLED ON SITE BY OTHERS. - PUBLIC USE WATER CLOSETS SHALL BE ELONGATED AND COMPLY WITH 2015 UPC 411.1. PER IPC 305 WRAP PIPES PASSING THROUGH CONCRETE OR CINDER WALLS AND FLOORS, - HAMMER ARRESTORS INSTALLED PER 2015 UPC 609.10. - SITE CONNECTION TO SEWER LINE AND MODULE LINE CONNECTIONS ARE CLEARLY LABELED - 2015 UPC 507.2 WATER HEATER SHALL BE ANCHORED OR STRAPPED. 2015 UPC 407.3 PUBLIC LAVATORIES SHALL HAVE TEMPERING VALVE MEETING ASSE 1070. 2015 WSEC C404.2 WATER HEATER SHALL MEET THE REQUIREMENTS OF TABLE 404.2. .,7,77 o fi �C� 0 �= - 1 rNs H G Q p O r1 WH O \ \ i i ji `. i C: 3 - �. INTERIOR WALL.. TO WATER SUPPLY S.S. BAND (REMOVABLE TRAP) FOR WINTERIZATION TRAP PRIMER SYSTEM ❑ 2" FLOOR DRAIN TO 2" VENT SLOPE FLOOR TO DRAIN FINISH FLOOR n - SLAB i w OPENING -- TO MAIN DRAIN ._ . CF LABOR.A .D- 1NDI1r I DRAIN PIPE TO P -TRAP TO BE FAS PLAN SLAB OPENING LOCATED 24" MAX -r� sI c �, IN CHASE FROM FLOOR DRAIN 2 3 2 X THE TRAP DIAMETER IN THIS CASE 4" MIN. NG PLAN WATER SUPPLY PLUMBING PLANIL ASTE V��T PLUMBIS�����rb�e��. FLOOR DRAIN DETAIL - SCALE: 3/4" = 1`-0" 1/4" 11.011 1/411 _ 11_011 COPYRIGHT 2020, BLAZER INDUSTRIES, INC. AND PUBLIC RESTROOM PROJECT NAME & LOCATION: SHEET TITLE: Approved for Const: Job No: 19764 PUBLIC COMPANY: THIS MATERIAL IS THE EXCLUSIVE PROPERTY OF BLAZER INDUSTRIES, INC. AND PUBLIC RESTROOM COMPANY AND SHALL NOT RESTROOM Cochrane Memorial IPark PLUMBING PLAN Fife Copy: oil 1000�_ BE REPRODUCED, USED, OR DISCLOSED TO OTHERS EXCEPT AS COMPANY Drawn By: NJP INDUSTRIES, INC. AUTHORIZED BY THE WRITTEN PERMISSION OF BLAZER INDUSTRIES Building Better Places To Go. Yel r WA & INFORMATION AM P.O. BOX 489 www.blazerind.com ! ' Issue Date: 11-09-20 DATE RSV# REV15fON BY DATE .EV# REVI5ION BY 945 Olney St. 0 Aumsville, OR 97325-0489 OR PUBLIC RESTROOM COMPANY. Ph: SS8—SSS-2osa Fax: �8a-8ag—� 448. QO O O ts; N O N O Ni i I iW Y L_ O C) O O O C7 s U O U LO / Q C) n O O N O O C c� O U d - c0 C6) O-) L_ M,— O O k -- W O L J) O) L. O N O N 22'=4" [2681 FOOTING OVERALL 1 2 201-8" [248"] SLAB OVERALL 10" JI 10" 33" (TYP.) 33" 12" 12„ 33" 8Ft 811 40 1 %2' LIP AROUND 000 won-. ® s P BLOCKOUTS (TYR) UFER GROUND o 1 ® ® 1 REQUIRED ,-/ • • t • • a --------------- __00 oo no= woo LnE SLAB LIFTING POINTS i M 1 s (SHOWN FOR REF. ONLY) d— 5- tr i i 1 1 �, 5 ie 71-55//,, [89r$ ] 1 16" 16" i i 71-5%11 [89/8 ] �t- 2 i f s i I �. SLOPE TO DRAIN -3/4'= fr, i 1 i ;1 } i i 1 � N N 1 i y-� o i �` i i� 1 z i 2" BED OF (COURSE MASON) i i I 1 _ — _ `s t �-+ SAND OVER MIN. 4" CLASS II TYPE B i 1 5 11 ��' �, I, i 1. 11 � 1 `` ., 5„ i f— 51-5%11 65/ l 11 I 1 1 1. 11 51-5%8'1 [65/s ] t O AGGREGATE BASE COMPACTED r, [ s 24 1 1 BLOCKOUT FOR 1 i 241 p ao i i j ELECTRICAL PANEL j i ' �, I "- 95°!o M.D.D. i 1 r _ 1 SLOPE TO i � I i l i------------------------------� 1 r' DRAIN -3/41' co i s s i s CD i LIGHT BROOM FINISH i i Jr 1 i TYP. ALL ROOMS , L— ---� _-- y--_ _�_ 1— --__. _.—__------ —� �,,, _ 17- - B-- - 2 2 w s1J i BULDING SLAB OUTLINE I a a i S-1 S-1 i a 4 FOOTING OUTLINE ON-SITE BY OTHERS i � •. i OQ CO I — -- — — — *j i SIMPSON SIDE LIFTING POINT 1�1t COLUMN BASE. (SHOWN FOR REF. ONLY) 2�r211 2r 2 SLAB PLAN FOUNDATION PLAN 1121t = .{ 1.011 1 1/211 = lf_Ot, � (MIN.) 1" Ox 2%411 BOLT INTO COUPLER NUT WELDED MIN. 1"�X 2%4' BOLT INTO ANGLE TO FLOOR PERIMETER (MIN.) CONNECTION COUPLER NUT WELDED BRACKET TO FLOOR PERIMETER Lbx 6x %6F1 PERIMETER FRAME It 6/21t GENERAL NOTES: CAST INTO 8" PRE -CAST SLAB 16 \A X—_-- f` 1. FOUNDATION SYSTEM IS ENGINEERED ONLY FOR USE 8" PRE -CAST SLAB I2t1 � 4 � ` G � 4 WITH BUILDINGS MANUFACTURED BY BLAZER 1011 J6" t a 8" PRE -CAST SLAB INDUSTRIES, INC. t GRADE _ 4� 2. S 0 -0 . MINIMUM PROPERTY LINE SETBACK I 1 1 tF 6� � _� - 12"x 18" FOOTING. II IN ER I I - o I o Q �' (ON-SITE) 3, BUILDING DESIGN LOADS ARE AS FOLLOWS: 1�lII� I'. III 3/4" x 7 MIN WEDGE ANCHOR ROOF....,..... 20 psf 3/8" - ...,....... h Exposure it/VI (VuLT) DIA. HOLE FOR SIMPSON STRONG BOLT l . •.. ..•' ,.:( WIND 120 mp [ICC -ES REPORT ESR -1771]} FLOOR........En sneered Mat Slab G d p . .: l TOP VIEW 3/4` WEDGE ANCHORS g MIN. 5%" EMBEDMENT SEISMIC ZONE..., Site Class D, SDS=1.030, SDI=0.476 �- 12 _ SOIL BEARING CAPACITY... 1500 PSF f V 3" 4 t t 40 611 244 BAR CONT. 6x6x s16" STEEL ANGLE 4, VERIFY SOIL BEARING CAPACITY WITH BUILDING 3,1 OFFICIAL. LIQ 3" CLEAR - I �Y211L, -5. ALL PERIMETER FOOTINGS TO BE MIN. 12" BELOW --- -. GRADE AT THE BOTTOM OF THE FOOTING, OR AS 18" CONCRETE FOOTING (ON-SITE) 61t REQUIRED BY LOCAL CONDITIONS. �. S j� 2" BED OF (COURSE' MASON) 1%4' DIA. HOLE C� � WAS %4" x 7" MIN. WEDGE ANCHOR SAND OVER MIN. 4" CLASS II FOR 1" BOLTS O I� (SIMPSON STRONG -BOLT 6. CONCRETE TO BE MINIMUM OF 2500 PSI AT 28 DAYS. [ICC -ES REPORT ESR -1771]) TYPE B AGGREGATE BASE FRONT VIEW SIDE VIEW � COMPACTED 95% M.D.D. " =MIN. 5%2' EMBEDMENT 7. REINFORCED STEEL: GRADE. 60, PLACED 3 -CLEAR OF NOTE: BOLTS TO BE HOT DIPPED GALV. BOTTOM. LAP BARS MIN. 24" AT ALk—SBRI ICBMANVN, CORNERS. . Or U BOA; A- rpt s r. �• PAS LLREV IF S C3? ' 35006 9 �W AppRO ED ���,�GISTV0- FOOTING TAIL TYP. CO ECTIBrvnCKET S10N L 11/211 _ i 1-0" lit _ -( 1_(!11 nu . ` A 1 .A. 1 V I<..� �ti' COPYRIGHT 2020, BLAZER INDUSTRIES, INC. AND PUBLIC RESTROOM PROJECT NAME & LOCATION: SHEET TITLE: Appy Job No: 19764 COMPANY. THIS MATERIAL IS THE EXCLUSIVE PROPERTY OF BLAZER. � � PUBLIC �� INDUSTRIES, INC. AND PUBLIC RESTROOM' COMPANY AND SHALL NOT RESTROOM Cochrane Memorial Park SLAB L. File Copy: A6 BE REPRODUCED, USED, OR DISCLOSED TO OTHERS EXCEPT AS COMPANY` w6HRTRiES, INC.AUTHORIZED BY THE WRITTEN PERMISSION OF BLAZER INDUSTRIES Building Better Places To Go. �� Drawn By: NJP P.O. BOX 489 www.blazerind.com Ph: 888-888-2060 Fax: 888-888-1448 , DATE REV# BENISON BY DATE REV# REV1510N BY 945 Olney St. ® Aumsville, OR 97325-0489 OR PUBLIC RESTROOM COMPANY. Issue Date: 11-06-20 SKILLINGS, Inc. 70 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 APPENDIX C State Prevailing Minimum Hourly Wage Rates For Wages go to: http://www.wsdot.wa.gov/design/projectdev/wagerates/default.htm Supplemental to Wages Benefit Code Key Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non-covered workers shall be directed to State L&I at (360) 902-5330. Supplemental to Wage Rates 09/02/2020 Edition, Published August 26, 2020 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES NO 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin Types 1, 1L, 1P, and 2 and Concrete Inlets. See Std. Plans X 2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans X 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans. X 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. X 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. X 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. X Supplemental to Wage Rates 09/02/2020 Edition, Published August 26, 2020 2 ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type. X 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). X 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. X 11. Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or boring of holes. See Contact Plans for item description and shop drawings. X 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). X 13. Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9-19.1 of Std. Spec.. X 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment sections and flat top slabs. See Std. Plans. X 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. See Std. Plans. X 16. Precast Catch Basin - Catch Basin type 1, 1L, 1P, and 2 With adjustment sections. See Std. Plans. X Supplemental to Wage Rates 09/02/2020 Edition, Published August 26, 2020 3 ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet - with adjustment sections, See Std. Plans X 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. X 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans X 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans X 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting X 22. Vault Risers - For use with Valve Vaults and Utilities X Vaults. X 23. Valve Vault - For use with underground utilities. See Contract Plans for details. X 24. Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier. X 25. Reinforced Earth Wall Panels – Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. X 26. Precast Concrete Walls - Precast Concrete Walls - tilt-up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used X Supplemental to Wage Rates 09/02/2020 Edition, Published August 26, 2020 4 ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossing Structure Slabs. X 28. 12, 18 and 26 inch Standard Precast Prestressed Girder – Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A X 29. Prestressed Concrete Girder Series 4-14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A . X 30. Prestressed Tri-Beam Girder - Prestressed Tri-Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A X 31. Prestressed Precast Hollow-Core Slab – Precast Prestressed Hollow-core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A. X 32. Prestressed-Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A X 33. Monument Case and Cover See Std. Plan. X Supplemental to Wage Rates 09/02/2020 Edition, Published August 26, 2020 5 ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. X 35. Mono-tube Sign Structures - Mono-tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. X 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. X 37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to fabrication X 38. Light Standard-Prestressed - Spun, prestressed, hollow concrete poles. X 39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia Provisions for pre-approved drawings. X 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans. See Special Provisions for pre-approved drawings X 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std. Plans. X Supplemental to Wage Rates 09/02/2020 Edition, Published August 26, 2020 6 18 18 ITEM DESCRIPTION YES NO 42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting. NOTE: *** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed X X Custom Message Std Signing Message 43. Cutting & bending reinforcing steel X 44. Guardrail components X X Custom End Sec Standard Sec 45. Aggregates/Concrete mixes 46. Asphalt Covered by WAC 296-127-0 Covered by WAC 296-127-0 47. Fiber fabrics X 48. Electrical wiring/components X 49. treated or untreated timber pile X 50. Girder pads (elastomeric bearing) X 51. Standard Dimension lumber X 52. Irrigation components X Supplemental to Wage Rates 09/02/2020 Edition, Published August 26, 2020 7 ITEM DESCRIPTION YES NO 53. Fencing materials X 54. Guide Posts X 55. Traffic Buttons X 56. Epoxy X 57. Cribbing X 58. Water distribution materials X 59. Steel "H" piles X 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard X 62. Steel pile tips, custom X Prefabricated items specifically produced for public works projects that are prefabricated in a county other than the county wherein the public works project is to be completed, the wage for the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual prefabrication takes place. It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work they perform. See RCW 39.12.010 (The definition of "locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed." The department interprets this phrase to mean the actual work site. Supplemental to Wage Rates 09/02/2020 Edition, Published August 26, 2020 8 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. Building Service Employees Electrical Fixture Maintenance Workers Electricians - Motor Shop Heating Equipment Mechanics Industrial Engine and Machine Mechanics Industrial Power Vacuum Cleaners Inspection, Cleaning, Sealing of Water Systems by Remote Control Laborers - Underground Sewer & Water Machinists (Hydroelectric Site Work) Modular Buildings Playground & Park Equipment Installers Power Equipment Operators - Underground Sewer & Water Residential *** ALL ASSOCIATED RATES *** Sign Makers and Installers (Non-Electrical) Sign Makers and Installers (Electrical) Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" Fabricated Precast Concrete Products Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127. Supplemental to Wage Rates 09/02/2020 Edition, Published August 26, 2020 9 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296-127-018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above-listed materials to a public works project site: (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean-up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 09/02/2020 Edition, Published August 26, 2020 10 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off-site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08-24-101, § 296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92.] Supplemental to Wage Rates 09/02/2020 Edition, Published August 26, 2020 11 Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 ************************************************************************************************************ 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. 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. I. All hours worked on Sundays and holidays shall also 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. 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. 1 Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 Overtime Codes Continued 1. O. 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. 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. 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 hourly rate 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 5:00 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 approval 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 Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 Overtime Codes Continued 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. 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. 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. O. All hours worked on Sundays and holidays shall be paid at one and one-half times 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. 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. 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. 3. 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. 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. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. 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. After 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. C. 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 one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After 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. 3 Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 Overtime Codes Continued 3. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. 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 work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half (1-1/2) times the regular rate of pay. J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on Saturdays shall be paid at a 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. K. 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 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of twelve (12) hours in a single shift shall be paid at double the hourly rate of wage. After 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. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the eight (8) hours rest period. 4. 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 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. B. All hours worked over twelve (12) hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay. 4 Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 Overtime Codes Continued 4. D. 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 Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system, will be paid overtime under the following rates: The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) 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 will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the 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. 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 Monday or Friday not utilized in the normal four- day, ten hour work week, and Saturday shall be paid at one and one half (1½) times the regular shift rate for the first eight (8) hours. 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. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. 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 double the hourly rate of wage. G. All hours worked on Saturdays 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. H. 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 overtime hours worked, except Labor Day, and all hours on Sunday 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. I. The First eight (8) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) per day on Saturdays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. J. The first eight (8) hours worked on a 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 a Saturday shall be paid at double the hourly rate of wage. All hours worked over twelve (12) in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked over twelve (12) in a day Monday through Saturday, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. 5 Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 Overtime Codes Continued 4. L. The first twelve (12) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on a Saturday in excess of twelve (12) hours shall be paid at double the hourly rate of pay. All hours worked over twelve (12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double the hourly rate of wage. All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage, except that all hours worked on Labor Day shall be paid at double the hourly rate of pay. M. All hours worked on Sunday and Holidays shall be paid at double the hourly rate. Any employee reporting to work less than nine (9) hours from their previous quitting time shall be paid for such time at time and one-half times the hourly rate. N. 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, and all work performed between the hours of midnight (12:00 AM) and eight AM (8:00 AM) every day shall be paid at double the hourly rate of wage. O. All hours worked between midnight Friday to midnight Sunday shall be paid at one and one-half the hourly rate of wage. After an employee has worked in excess of eight (8) continuous hours in any one or more calendar days, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of six (6) hours or more. All hours worked on Holidays shall be paid at double the hourly rate of wage. P. All hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage. Q. The first four (4) 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 over twelve (12) hours Monday through Saturday shall be paid at double the hourly rate. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. R. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. S. All hours worked on Saturdays and Holidays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays shall be paid at double the hourly rate of wage. T. The first two (2) hours of overtime for hours worked Monday-Friday 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 shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. For work on Saturday which is scheduled prior to the end of shift on Friday, the first six (6) hours work shall be paid at one and one-half times the hourly rate of wage, and all hours over (6) shall be paid double the hourly rate of wage. For work on Saturday which was assigned following the close of shift on Friday, all work shall be paid at double the hourly rate of wage. U. 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. (Except on makeup days if work is lost due to inclement weather, then the first eight (8) hours on Saturday may be paid the regular rate.) All hours worked over twelve (12) hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 6 Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 Overtime Codes Continued 4. V. Work performed in excess of ten (10) hours of straight time per day when four ten (10) hour shifts are established or outside the normal shift (5 am to 6pm), and all work on Saturdays, except for make-up days shall be paid at time and one-half (1 ½) the straight time rate. In the event the job is down due to weather conditions, then Saturday may, be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All work performed on Sundays and holidays and work in excess of twelve (12) hours per day shall be paid at double (2x) the straight time rate of pay. After 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. When an employee returns to work without a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. W. 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. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. X. 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. Work performed outside the normal shift of 6 am to 6pm shall be paid at one and one-half the straight time rate, (except for special shifts or three shift operations). All work performed on Sundays and holidays shall be paid at double the hourly rate of wage. Shifts may be established when considered necessary by the Employer. The Employer may establish shifts consisting of eight (8) or ten (10) hours of work (subject to WAC 296-127-022), that shall constitute a normal forty (40) hour work week. The Employer can change from a 5-eight to a 4-ten hour schedule or back to the other. All hours of work on these shifts shall be paid for at the straight time hourly rate. Work performed in excess of eight hours (or ten hours per day (subject to WAC 296-127-022) shall be paid at one and one- half the straight time rate. When due to conditions beyond the control of the Employer, or when contract specifications require that work can only be performed outside the regular day shift, then by mutual agreement a special shift may be worked at the straight time rate, eight (8) hours work for eight (8) hours pay. The starting time shall be arranged to fit such conditions of work. When an employee returns to work without at a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. 7 Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 Overtime Codes Continued 4. Y. 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. 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. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. After 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. ZOvertime 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. 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. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. Work performed on Sundays may be paid at double time. All hours worked on 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). 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). 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). 8 Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 Holiday Codes Continued 5. 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. 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). 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). 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). 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, the Friday after Thanksgiving Day, Christmas Day, and a Half- Day On Christmas Eve Day. (9 1/2). 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). 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). 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. 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. 9 Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 Holiday Codes Continued 7. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President’s Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. 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). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 10 Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 Holiday Codes Continued 7. M. Paid Holidays: New Year's Day, The Day after or before New Year’s Day, President’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. 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). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year’s Day, President’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. T. Paid Holidays: New Year's Day, the Day after or before New Year’s Day, President’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and The Day after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. V. Holidays: New Year's Day, President’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New Year’s Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. W. Holidays: New Year's Day, Day After New Year’s, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before New Year’s Day, and a Floating Holiday. X. Holidays: New Year's Day, Day before or after New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday will be taken on the next normal workday. Y. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the federal government shall be considered a holiday and compensated accordingly. 11 Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 Holiday Codes Continued 7. Z. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 15. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the day before Christmas Day and Christmas Day. (8) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. B. Holidays: New Year's Day, Martin Luther King Jr. Day, President’s Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day, and Christmas Day. (9) C. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the day before Christmas Day and Christmas Day. (8) D. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, and the day after Christmas. E. Holidays: the day before New Years’s Day, New Year's Day, Martin Luther King, Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day. (12) Note Codes 8. 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. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. S. Effective August 31, 2012 – A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. 12 Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 Note Codes Continued 8. T. Effective August 31, 2012 – A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. U. Workers on hazmat projects receive additional hourly premiums as follows – Class A Suit: $2.00, Class B Suit: $1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do “pioneer” work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. 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 101' to 150' - $3.00 per foot for each foot over 101 feet. Over 151' to 220' - $4.00 per foot for each foot over 220 feet. Over 221' - $5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent and is measured by the distance travelled from the entrance. 25’ to 300’ - $1.00 per foot from entrance. 300’ to 600’ - $1.50 per foot beginning at 300’. Over 600’ - $2.00 per foot beginning at 600’. W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. X. 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. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications requires that work can only be performed outside the normal 5 am to 6pm shift, then the special shift premium will be applied to the basic hourly rate. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Y. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging state or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. 13 Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 Note Codes Continued 8. Z. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as a contractor), a government agency or the contract specifications require that more than (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they will be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) 9. A. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications require that more than four (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Certified Crane Operator Premium: Crane operators requiring certifications shall be paid $0.50 per hour above their classification rate. Boom Pay Premium: All cranes including tower shall be paid as follows based on boom length: (A) – 130’ to 199’ – $0.50 per hour over their classification rate. (B) – 200’ to 299’ – $0.80 per hour over their classification rate. (C) – 300’ and over – $1.00 per hour over their classification rate. B. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. C. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. Effective August 31, 2012 – A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012. 14 Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 Note Codes Continued 9. D. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, bridges, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required. E. Heavy Construction includes construction, repair, alteration or additions to the production, fabrication or manufacturing portions of industrial or manufacturing plants, hydroelectric or nuclear power plants and atomic reactor construction. 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. F. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required. 15 SKILLINGS, Inc. 71 City of Yelm Project No. 18113 Cochrane Park Reconstruction Phase 1 RFB #2021-002 APPENDIX D City of Yelm Cochrane Park Reconstruction Phase 1 Improvement Plans [Construction Plans Bound Separately]