20090210 Permit Pkg 04172013 ��t �f ���m � Permit No.: 20090210
(36�} 458-8402 opment Department Fee Calculation Worksheet
REC#: OQ1255?.4 QJ1 : 2013 2;20 PM
OPER: CQ TERM. 001 6407
REF#; 1795
�
TRAN: 33.UOOU BUIL.UING PERMITS
ZU090210 2,5Ei8.18CR
YELM COMMUNI�TY SCHOQLS � Phone: 360-458-1900
402 RAILROAD ST NW
BLD-COM1 2,568.18LR
1ENUEREG: 2,568.18 CHECK
APPLIEa; 2,568�1�-
_..__��.._ � NW Owner. Yelm Community Schools
CNANG�: 0.00
Subdivision: Lot:
Project Information:
Project: YELM TRANSPORTATION CENTER
Description of Work: Fuel Station Permit
Sq. Ft.per floor: First Heat Type(Electric, Gas, Other):
Second
Third
Garage
Basement
Fees:
Item Units Fees
BUILDING PERMIT ESTIMATED VALUE 200,000 $1,553.75
BUILDING PLAN REVIEW 0 $1,009.93
STATE BUILDING FEE 1 $ 4.50
TOTAL FEES: � 2,568.18
PAYMENTS MADE: a 0.00
BALANCE DUE: 5 2,568.18
CITY OF YELM
COMMERCIAL BUILDING PERMIT APPLICATION FORM
Project Address: �{��S �a.��tr�� �,c_�e.. Parcel#:Z 2?)43 te Lao .�.���?-�
Zoning; Ll�vS►�i�t.lA�-- Current Use:S.'D. �f"'i�c.�cS. Proposed Use:_ C�i
�New Construction -'� Re-Model/Re-Roof/Tenant Improvement
! Plumbing ❑ Mechanical C' Fire PrevenUSuppress/Alarm 7✓Other
Project Description/Scope of Work:
Project Value:��.[�� �'
!
Building Area(sq. ft) Parking Garage 15`Floor 2"d Floor 3`d Floor �/�
!
Building Height
Are there any environmentally sensitive areas located on the parcel? If yes, a
completed environmental checklist must accompany permit application.
BUILDING f)WN�RffENAN�NAME: Z
ADDRESS �P� 'L�K. �.'kS EMAIL
CITY STATE ,,r� ZIP�►�5�"7 TELEPHONE 3G� • 58'6l2�
ARCHITECTfENGINEER WlA LICENSE# �
ADDRESS o c. =c EMAIL ,v� y,
CITY �"'w.C�.�.i► STATE ZIP TELEPHON .oZ�G 2
GENERRLCONTRACTOR TELEPHONE
ADDRESS EMAIL
CITY STATE ZIP FAX
CONTRACTOR'S LICENSE# EXP DATE CITY LICENSE#
PLUMBING CUNTRACTOR TELEPHONE
ADDRESS EMAIL
CITY STATE ZIP FAX
CONTRACTOR'S LICENSE# EXP DATE CITY LICENSE#
MECHAfVICAL CONTRACTOR TELEPHONE
ADDRESS � EMAIL
CITY STATE ZIP FAX
CONTRACTOR'S LICENSE# EXP DATE CITY LICENSE#
Copy of City Mitigation documentation(TFC).
I hereby certify that the above information is correct and that the construction on,and the occupancy and the use of the
above described property will be in accordance with the laws,rules and regulations of the State of Washington and the
City of Yelm.
� r?- r 3
Appli t' ature Date
Ow r/C ntractor/ ner's Age t/Contractor's Agent/Tenant (Please circle one.)
AI its are non-transferable and will expire if work authorized by such permit is not begun
within 180 days of issuance, or if work is suspended or abandoned for a period of 180 days
105 Yelm Auenue West (360)458-3835
PO Box 479 (360)458-3144 FAX
Yelm, WA 98597 www.ci.yelm.wa.us
ERICKSON �McGOVERN Erickson McGovern P.L.L.0
�i 120 131st 5treet South Tacoma,WA 98444
, � _� P:253.531.0206 F:253.531.9197
www.ericksonmcgovern.com
. * . .
Attention Gary Carlson Date: 1/17/13
; To; City of Yelm - Community Re: YCS-Support Operations Center
� Development Fueling Station_
- -- _. ---- ---__ __ _
105 Yelm Avenue West
�_------ - - ----- __
I Yelm, WA 98597
_ __ - -
_ --- __
___�—___ __--- --- ._ _ ___ _
We are transmitting you the following:
• � � • • � • �►
,
I 4 Full size sets of drawings
C___
I 1 I Half size set of drawings. ;
, _._ _ .._ . . _ __
,
2 Sets of Specifications '�
', 2 Sets of Structural Calculations i
- ___ _ --
I �
i --_ _ - —_ _— __
— --- _ ___
1 ? CD of Drawing PDF's
.. __ �
� 1 � Completed Commercial Building Permit Application Form
- - -- — ----- - - -- -
These are transmitted as checked below:
s • • • s - • •
I x ; For approval Reviewed
_. _ - ----- ---- - --_ _-- ---_ _ -
For your use � Reviewed with comments noted
_ , _ ----_ ___---__ __-- - --.- ---- - -
Approved as noted � Rejected
' ' Not approved, resubmit Revise and resubmit
__ ----_ _ -— __-- _ -- ---- __ _ __ __.�i
' As requested Partial submiital only, see comments
----- _--
Other (see remarks) i i Submit specified item(s)
- I --- - --
I
' REMARKS: I
' I
_ �
.. . . -. Raymond Mow,AIA �
-_ _ ---- -
�' Architect-Principal I
i _. __ _. . __
If enclosures are not as noted, kindly notify us at once
�►�� T�p
CIVIL PLAN ROUTING SHEET
�° .
Ctty of Yelm
Community Development Department
L
WAlNINOTON
20090210 —Yelm Rainer Transportation Center April 8, 2013
Project Name Date
Plans Routed To: Prev. Response
Department: No. of Plans Reports Comments Memo
❑ Public Works
Water
Sewer X X X
Kevin
❑ Planning
❑ Shea Carr Jewell
Type of Distribution:
❑ First Review ❑ Approved for Construction
❑ Second Review ❑ As-Builts
❑ Third Review
❑ Fourth Review
Redlines need to be submitted back to Karen Bennett / CDD by: April 16, 2013.
Please remember this review is REDLINE comments. If you have any question
concerning this review process please give me a call at 360-458-3835.
�Please note that this project will be reviewed on April 17th, 2013 at the SPR
Meeting, in the City Hall Conference Room.
VIEWING RESOURCES:
Our review documents are now available for viewing in Laserfiche. Projects can be
viewed under Community Development, Permits, 20090210 SPR Yelm Rainier
Transportation Center, Civil Plans, Construction Plan Review, Fueling Station Civil
Review and review number two . Also can be viewed in INCODE under project
number and look in the filing cabinet. If you have any question or have issues
viewing documents, please give Karen a call at (360)458-3835.
H:\Scans\Karen\Working Template Documents 2013�20090210 Rev Memo#2 Sewer 04082013.doc
jWM&A
Jerome W.Morrissette&Associates Inc.,P.S.
1700 Cooper Point Road SW,#B-2,Olympia,WA 98502-1110
(360)352-9456 / FAX(360)352-9990
LETTER OF TRANSMITTAL
TO: Tami Merriman, Associate Planner Job No. 11126
Community Development Department Date: O1 Apri12013
105 Yelm Avenue West
P.O. Box 479
Yelm, WA 98597
SUBJECT: Yelm Sewer District - Support Operations Center Fueling Station:
Revised Fueling Station Plan Set:
I am sending you attached the following items:
COPIES DATE DESCRIPTION
4 Ol April 2013 Revised Full Size (24"x 36") Plan Set
1 O1 Apri12013 Original Comments from the Sewer Department
Should you have any questions or require additional information, please contact either myself or Scott
Severs at (360) 352-9456.
SIGNED:
Charlie Severs
Engineer in Training
; - --.�
���vED
Civil / Municipal/ Geotechnical Engineering and Planning A P R O 1 2��3
Support Operations Center
Fueling Station
Yelm School District
Sewer Dept. Review
1/25/13 by Randy Hatch&!im Do#y
1. Connection to new side sewer needs to have a wye at the connection not a tee.
2. The new side sewer on these drawings is incorrect.There is a wye and cleanout at the
approximate location of the new connection.
3. There needs to be an emergency shutoff valve on the outlet of the oi(water Separator such as a
knife gate or similar apparatus that can be easily accessecl and manually operated in case of a
fuel spill to contain the spili in the oil water separator and prevent contamination of the STEP
Tank.
' '�'�`�IVED
APR O 1 2013
, . � .
, .
�
Structurai Solutions
_ i _ _. _ . __
Soattla t 811 Pirst Avenue,Suite 620•Seattle,WA 98104•tei:206.292.5076
7aoarna � 1250 Pacific Avenue,Suite 701•Tacoma,WA 98402•tel:253.383.2797
i
, _ __ --. _ _.
. __ --
1 _. __.. WWLY. �_._ .._. , �
k3C.r•S1RIClUfc3l.f.(YT1
SUPPLEM�NT�L STRUGTUR�L G,�LGUL�TIONS
FOR
SUf POf�T O�'�RA�TIONS G�NTER
�UEL G�1�OPY
Y�LM SGHOOL D15TRIGT N4. 2
YELNt, YV�SHINGTON
PR�P�R�D SY
PGS STRUGTUR�L 50LUTIONS
�r Pr,�
���o� �vA,�y��
�� � �
�'�0 161 �W�
�'� A� �+ �'S
ssjor��i, �'�G �/-rU-�z.
N01�ENtSER 16, 2012
Oq-2�6.01
Projc:cC YELM SD SOC Job Nwnber: U9-27o . �
� Sheeh uf Name: 111'
Structural Solutions OriginalingOffice: ❑Seattle �Tacoma Dare: ILIG�II
DESIGN CRITERIA CHECKLIST
CODE: 1DC 20A7,ASCE 7-OS LOCATION: YGLM,1�A
CONSTRUCT70N REQUIREMENTS
BUILDING"I`YPE: v-a � SPRINKLERED?No I�
FIRE RATING: o � SPRINKLER SUBSTI'I'U7`ED FOR FIRE RATINGI,rio i�
VERTICAL DESIGN CRITERIA
D�AD UVE PARTITION CONCENTRATED
ROOF: 20 PSF 25 PSF
MEZZANIt�E l5 PSF SO PSF 20 PSF 1000#
WIND DESIGN CRITERIA
BASIC WIND SPEED(V)=i es MPH '�' (PcrASCE 7-OS Section 6,5.4,Figvre 6-I,or as required by Building DepL)
IMPORTANCE FACTOR(I�y):j t.o '� (Per ASCE 7-OS Section 6.5.5 and Table 6-1)
EXP05URE CATEGORY:i a �� (PcrACSE 7-OS Seclion 65.63)
TOP�CRAPHIC FACTOR(SC��}: �,p (PerASCG 7-05 Sectian 6,5.7.2)
MEAN ROOF HEIGHT: �5 Fr � (Scc ASCE 7-OS Scction 6.2-Definitions)
ROOF SLOPE(_:12): 2.00:12 (Enter vedical iise in 12 horizontal units)
0(degrees}: 9.46
SEISMIC DESIGN CRITER[A
OCCUPANCY CATEGORY;I a 11 �� (Per]IIC Tabte 1604.5)
SITE CLA3S:`D �;� (Per IBC Section 1613.5.5,Assmned as"D"or per GeotechJ
IMPORTANCE FACTOR(IE): I (Per ASCE 7-OS Table I 1.5-1)
STRUCTURAL SYSTEM(R): 1.?5 (PerASCE 7-OS Table 12.2-1)
OVERSTRENGTH FACTOR(S2o): 1.? (PerASCE 7-05 Tabte 12,2-])
INFORMATION BELOW PROM"EARTHQUAKE SPECTRAL RESPONSE ACCELERATION MAPS°CD
I.A'CCI'Upk:: d6.945 S5= 1.141 1�,= 1.0-1
LO�GETUDF.: -12?.bOd Si= U.399 �,.= LCO
DEFLECTION CRITERIA
FLOOR(L[VE): L/aeo � ROOF(LNE); U'.3so ,�
FLOOR(TOTAL); L/3eo � ROOF(TOTAL): V�zqa I�
WALLS: U 3ao � SPECIAL: U; '�
5b1L DESIGN CRITERIA
RF,PORT: NO
BEARING: I500 PSF
ACTNE: 35 PCF MINIMiJM FOOTING DIMENSIONS:
PASSNE: 250 PGF
COEFFICIENT OF CONTINUOUS: I'-4"
FRICTION: 0.35 SPREAD: I'-6"
FROST DEPTH: I'-6"
PILE TYPE: NONE
VERTICAL CAPACITY= N/A LATERAL CAPACITY= N/A
UPLIFT CAPACITY= N/A STZE= N/A
Design Criteria-IBC2009-Revised 10/01/10 9276 PCS Design Criteria-IBC 2009 11-16-12 lah,xls(D1)
Pivjcc�: YELM SD SOC !ob Nwnber. 09-276
�x Sheet: nf Nnnte; 11P
Structural Solutions Originating0ffice: ❑seatt�e �Tacoma I)atc: llilh!11
DESIGN CRITERIA- SEISMIC
ASCE 7-OS SECTION 12.8-�:QUIVALENT LATERAL FORCE PROCEDURE
OCCUPANCY CATEGORY: I&II LATITUDE: 46.94467
SITE CLASS: D LONGITUDE: -]22.60391
IMPORTANCE FACTOR(IF}: 1 SS= 1.141
STRUCTURAL SYSTEM(R): 1.25 S�= 0.399
OVERSTRENGTH FACTOR(S2o): i.25 Fa= 1.043
F,,= 1.601
ASCE 7-OS SECTION 11.4 SEISMIC GROUND MOTION VALUES
Section 1 L4.3-Adjusted Maximum Considered Earthquake Spectral Response Acceleration Parameters
SMg=Fa*Sg= 1.190 SM�=F�*Si= 0.639
Section 11.4.4-Design Spectral Response Acceleration Parameters
5DS=2l3*SMS= 0.793 SDi=2/3*SMi= 0.426
,�SC��-ns scc'r[oN t�.0-SGISAI[C DI'sStC.i�Cr17'CC(}R5'-Sf:CT1oN Ia.N.2-PIiI210D UI:I'L;RAIINATION
ASCE 7-OS TABLE 11.6-1
SEISMIC DESIGN CATEGORY BASED ON SDs
OCCUPANCY CATEGORY:
I&II III IV Each building and structure shall
<0.167 A A A be assigned to the most severe
<0.33 B B C Seismic Design Category in
<O.SOg C C D accordance with Table 11.G-1 or
>=O.SOg D D D Table 11.6-2,irrespective of the
D fundamental period of vibration oI'
the sYnicture.
TABLE I 1.6-2
SEISMIC DESIGN CATEGORY BASED ON Sp�
OCCUPANCY CATEGORY:
I&II III N
<0.067g A A A PERIOD DETERMINATION:
�0.133g B B C � C�= OA28
<0.20g C C D hn= 12 FT
>=020g D D D x= 0.8
D '1'a=C,*h�x= d.204
ASCE'1-05 SECTION 12.8.1.1-SEISMIC RESPONSE COEFFICIENT
GENERAL EQUATION: CS=Sps/{R/1)= 0.635 <--CONTROLS
MAXIMUM: CS=Soi/(1'*(IUI))= 1.667
MINIMUM: DESIGN CATEGORIES A,B,C,&D
CS=0.044*S�S*1= 0.035
D�SIUN CATEGORIES E&F
CS=0.5*S�/(R/I)= 0.160
ASCE 7-05 SECTION 12.8.1-SEISMIC BASE SHEAR
V=CS*W= 0.635'W �=-Ultimate �V=the total dead load and applicable portion of other loads as
V/1.4=CS/1.4*W� 0.453*W <-Allowable indicated in Section 12.7.2
Design Criteria-IBC2009-Revised 10/01I10 9276 PCS Design Criteria-IBC 2009 11•56-12 lah.xls(L2)
Project: ��`� C��"��u Job No: �7 !2�'t°
.� 1��r` ,
Subject: —Sl�eet nau�e:. (_3'�"'
�, � �,� r
Struetural Solutions OiiginatingOffice: ❑ Seatfle []Tacoma Oatc:��--�--1_"(-� } `'-
! I
�-,
1�1C! 1�.1'v�'��K-
��� .-:E � �G� �j� � �.��-?4.. ��,°`�� ^,�, �-�--
;i �::t, - c�,��`� Cl.`�� �- -- �,� ��- ��-...- � ..t;, c..�`<:
�.,,;t � _
�
���4.gt� ' 2-'��5� it_ �,.?�- ��+? " r�t� �°' t ,_CS�°�. v��^a.`��°'
l`��'� 2�C��- �������.�. �v �,3
<<a,�r, �y � ��l3 �r � ri i-:'�� ll""`•� _ �'
. _.�+ �r� � _ , i- ��(�_;� _ �� -
t � .� ,I �= ` �� ._
�" , y;'
� � � �� �'� ' � �j�`� � �
�
I...,
1"• �' . ,�;_ , �,
, . , f�
� "! ( ��-�, ,;> �,:�;F
`, �
: ,_ �:___ � .. ,_..
�,�`��-�3� � ,�3k"
, � �^
� , '�S ��,`��,,.r 7�'��.�.- °°"° 'T°i'�f�. .�c�'`0°' . . �a�-� (� �.?Ya--
s `r
� c��.��. �1��\�R.��.��� �� < <� � ..c�.. e,���
��
���t � .�- -���!_�ah��� � .�� �#- ,�z>-�-� ��, a��5
�� _ , 1 �i ' ; • --, :r, �.i
� 'P�`�t� �� �. .�,,�,,M 5�t-{'�P�p ( ., ;.; ,
__t i _ �, i�, .
���t�` ��� ��,�*� �. ��� ��� �FT �l �U�� ���� �
�t� =.r� �
T,� .�9 0 + ,�- �� '� � � i,3 � -s'z- = 1�z-5_
�� ��'�'�� �°'�"�', , r - .
2 �-
���� � •> f � ,��-.� �t'� (,.,��'��_ �:° � ,2-`� I l�ll.
.�.,.� -
;
'' ; �_ ��'t i�;`- �la� �:� -- �,tv"� '"� t.�t�`� �tt�-�. ,fit
�{
Seattie 811 First Avenue,Suite 620•Seattle,WA 98104•tel:206.292.5076 www.pcs-structural.com
Tacoma 1250 Pacific Avenue,Suite 707 •Tacoma,WA 9(�402•tel:253.383.2797
I'rojeci: `���_���'� JobNo: �i�_ •�5r:�r , ,S.—
� � 1���+
Suhjcci: Shect_���____Y_. Name:
Struetural Solutiores Originating0ffice: ❑ Seattle �'Tacoma i?ati�: t�� ' �`� —
r �
i
i 1 . t, :
1 '..���,.�'.�� 1
q ,� . ,
+�����' �� �d
�� � �'�I
�uF� � c� :
_ I
; �._� �'i.��
-�; �.. ,
.y._� . ; �' 3., ,
� -
� —z
� �;
� �_ ��;����
E��('�I ���
. }
�__ ; kf� � #���:P � I� 1��� * � �� �� �i 13� {
.__. ��-�-� Ea��� '�-'S '�° l �� �` � `�' �'�
E pE='r4.
x � � ��.
•"i �
� ,
( � 'I' � � i
I, i�? �� � �� � �
�_,T__ �'_ - �
y, - ,,
'�,5���:�t���f.�,.� ���?G—�'t�
� �� �� �� ��
j �- � � � � � �� , .� � �� � ����t� _ 3S�-
� � . � ` �"f�
. �
1 �~� 'r„ `i �,�-S��, ,b�y�
������F,� � �'- ;, j` , � ,?' f � r�t��
r� j �
�;' t
�� ���
.�,rc� .<5�l 9: '�3����+
1
`r�,�`` ;' � c�c Z �'
� �
,; S _j,.�i
i ,
"' ' �� �(v �f� ` 3,33�
,��� �� �� 1 .�
_�_� ��Yz.e. �t ��-' �, � 2.�`��f�� " �-,�k
� i
�� F!� f� {�-����� �"�� ��,�, c:�l.Vrnm
Seattle $11 Ficst Avenue,Sui[e 620•Sealtle,WA 9£3104•tel:206.292.5076 tivw�n�.pcs-structural.coin
Tacoma 1250 Pacific Avenue,Suite 701•Tacoma,lNA 98402•tei:253.383.2797
Project: �� ����� Job No: �`2 �°
� `✓ �I�� f ! -
Subject: Sheet Name:
Struetural Solutions Originating Office: ❑ Seattle Q acoma Date:�.1.�-_I�t �'7 _
1
'•/r=->`i�_. `�.`: �. ���:\r,�..�:
tr
�1�� `� .'����)�� `fi �, ���-5
�,�, ��--4.�=�.-
�v ' -
,,� `�
< ��t�S �-
; � � .
. ,
. .,
� � � � ` �M�1_. � ¢.. � ��
�i1} ,iC~ �{- � � i��
. _ , `�
� � ,
j i
y�� �� �^-'�4 �e.. `.-''�' (v !` � �"�,lo'� �-S•
°'" � :�_ ._._�W_�._.
���� � �'� ,
` ,�r ;. � },
e ��V {Y� �"�� C�-^�'l ' �� `���`; � � , t �,1,�S� G`_��' � ��se�rY
� j
�<-..-,,
Seattle Sll First Avenue,Suite 620•Seattle,WA 9f3104•tel:206292.5076 www.pcs-struceueal.com
Tacoma 1'L50 Pacific Avenue,Suite 701 •Tacoma,WA 98402�tel:253.383.2797
Re uired De th for ReSistin Overturnin in Pole Foo�in 5
1.OSD+.525EQ+.'T55
Nonconytrained Galculation per IBG 1805.'1,2.1
wable Lateral 5oil Bearing PresSUre, "5�" = 250 pcf
Rllow for 1/�"Ground Deflection? Ye5? no
Diameter of Footing, "b" = 2.5 feet
Length to Load P, "h" = 12 feet
Lateral Load "P" = 2233 pound �p
Asaumed depth of footing "d" = 8 feet
P�= 2.34P/51*b 3.14
Req,uired Embedment, "d" = 8.16 feet
h
GonStrained Galculation er IBG 1805.'1.2.2
.uable Latera) 5oil Bearing PresSUre, "5�" = 250 pcf
Diameter of Foating, "b" = 2.5 feet
Length to Load P, "h" = 12 feet
Laterai Load "P" = 2233 pound
Assumed de�th of footing "d" = 5.5 feet d
Reauired Embedment, "d" = 5.'ib feet
��
Re uired De th for Resistin Overturnin in Pole Footin 5
.4bDf.1EQ
i Nonconstrained Gal�ulatlon per IBG 1805,7.2.1
wable Lateral 5oil aearing Pressure, "5,'� = 25o pcf
�Ilow for 1/2" Ground Deflection? Yes? no
Diameter of Footing, "b" = �.5 feet
Length to Load P, "h" = 12 feet
Lateral Load "P" = 1486 pound �p
Assumed depth of footing "d" _ '► feet
A=2.34P/51'b 2.38
Req,uired Embedment, "d" = 6.9 feet
h
Gonstrained Galculation er ISG 1805.7.2.2
,uabie Laterai 5oil Bearing PreSSUre, "53' = 25o pcf
Diameter of �ooting, "b" = 2.5 feet
Length to Loaci P, "h" = 1� feet
Lateral Load "P" = 1486 pound
AsSUmed depth of footincj "d" = 5 feet d
Requlred Embedment, "d" = 4.92 feet
B
PCS Structural Solutions Project Titie:
1250 Pacific Ave,Suite 701 En�ineer: Project ID:
Tacoma,WA 98402 Pro�ect Descr:
PriMed:14 NOV 2012,8:48M4
File:G.12009 Jobsi9278 Yelm SD Transporlation CU1Calcslyelm.ec6
Steel Beam ENERCALG,INC.19832012,Build:6.12.11.t,Ver:6.t2.11.1
�.�� . .
Description: R81
CODE REFERENCES ____.
___�_.J___._�.� _....._ . -- _ _
Calculations per AISC 360-05
Load Combination Set:ASCE 7-05
Material Pro e�ies
---.�.�_.�-_._.�________ ._...--------_ --- -
Analysis Method: Allowable Strength Design Fy:Steel Yieid; 46.0 ksi
Beam 6racing: Beam is Fully Braced against lateral-torsional buckling E:Modulus: 29,000.0 ksi
Bentling Axis: Majo�Axis Bending
Load Combination�SCE 7-05
D(0 058)S(0 0725) D(0.058)S(O.Q7251 ___ D(0.058}S(0.0725)
,�-� �T, T � ♦ . . . . . .
r_..�_..-•----- - - .._.._ . --- - -....�
Span=2.0 ft� Span='10.0 ft �.��Span=2.0 ft
HSS3x3x3/16 HSS3x3x3/16 HSS3x3x3/16
ApPIIC��08dS Service loads entered.Load Factors will be applied for calculations.
Load for Span Number 1
Uniform Load: D=0.020, S=0.0250 ksf, Tributary Widlh=2.90 ft
Load for Span Number 2
Uniform Load: D=0.020, S=0.0250 ksf, Tributary Width=2.90 ft
Load for Span Number 3
Uniform Load: D=0.020, S=0.0250 ksf, Tributary Widih=2.90 ft
DESIGN SUMMARY � '` ' ����
Maximum Bending Stress Ratio = 0.303: 1 Maximum Shear Stress Ratio= 0.048 : 1
Section used for ihis span HSS3x3x3116 Section used for this span HSS3x3x3/16
Ma:Applied 1.370 k-ft Va:Applied 0.6525 k
Mn/Omega:Aliowable 4.522 k-ft Vn(Omega:Ailowable 14.252 k
Load Combination +D+S+H Load Combination +D+S+H
Location of maximum on span 4.937ft Locaiion of maximum on span 2.000 ft
Span#where maximum occurs Span#2 Span#where maximum occurs Span#1
Maximum Deflection
Max Downward L+Lr+S Deflection 0.188 in Ratio= 637
Max Upward L+Lr+S Defiection -0.108 In Ratio= 445
Max Downward Total Deflection 0.339 in Ratio= 354
Max Upward Total Deflection -0.194 in Ratio= 248
Maximum Fo�ces&Stresses for Load Combinations
_T__---___ _----_ __. _------ __---- _ _ _
Load Gom6ination Max Stress Ratios Summary of Momeni Values Summary of ShearVafues
Segment Length Span# M V Mmax+ Mmax- Ma-Max Mnx Mnx(Omega Cb Rm Va Max Vnx VnxlOmega
D Only
Dsgn.L= 2.00 ft 1 0.026 0.020 -0.12 0.12 7,55 4.52 1.00 1.00 0.29 23.80 14.25
Dsgn.L= 10.00 ft 2 0.135 0.020 0,61 -0.12 0.61 7.55 4.52 1.00 1,00 0.29 23,80 14,25
Dsgn.L= 2.OQ ft 3 0.026 0.008 -0.12 0.12 7.55 4.52 1.00 1.00 0.12 23,80 14.25
+D+L+H
Dsgn.L= 2.00 ft 1 0.026 0.020 -0.12 0,12 7.55 4.52 1.00 1.00 0.29 23.80 14.25
Dsgn.L= 10.Q0 ft 2 0.135 0.020 0.61 -0.12 0,61 7.55 4:52 1.00 1.00 0.29 23.80 14.25
Dsgn.L= 2.00 ft 3 0.626 0.008 -0.12 0.12 7.55 4.52 1.00 1.00 0.12 23,80 14.25
+D+Lr+H
Dsgn,L= 2.00 ft 1 0.026 0.020 -6.12 0,12 7,55 4,52 1.00 1.00 0.29 23.80 14.25
Dsgn.L= 10.00 ft 2 0.135 4.020 0.61 -0.12 0.61 7.55 4.52 1.00 1,00 0.29 23,8D 14.25
Dsgn.L= 2.00 ft 3 0.026 0.008 -0.12 0.12 7.55 4.52 1.00 1.00 0.12 23.80 14.25
+D+S+H
Dsgn.L= 2.00 ft 1 0.058 0.046 -0.26 0.26 7,55 4.52 1,00 1.00 0.65 23.80 14.25
Dsgn,L= 10.00 ft 2 0.303 0.046 1.37 -0.28 1.37 7.55 4.52 1,00 1.00 0.65 23.80 14.25
Dsgn.L= 2.00 ft 3 0.058 0.018 -0.26 0.26 7.55 4.52 1.00 1.00 0.26 23.80 14.25
+D+0.750Lr+0.750L+H
Dsgn.�= 2.00 ft 1 0.026 0.020 -0.12 0.12 7,55 4.52 1.00 1,00 0,29 23.80 14.25
Dsg n.L= 10.00 ft 2 0.135 0.020 0.61 -0.12 0.61 7.55 4.52 1.00 1.00 0.29 23.80 14.25
Dsgn.L= 2.00 ft 3 0.026 0.008 -0.12 0.12 7.55 4.52 7.00 1.00 0.12 23.80 14.25
PCS Structural 5olutions Project Title;
1250 Pacific Ave,Suite 701 En inee�: Project ID;
Tacoma,WA 98402 Pro�ect Descr:
Printed:l4NOV2012,8:48AM
FIe:G:V2009 Jobs19276 Yelm SD TransportaGon ClrlCalcstyelm.ec6
Steel Beam ENERCALC,INC.1983-2012.Build:6,12.11.1.Ver:6.12.11.1
�.��
. .
Descriplion: RB1
Load Combination Max Stress Ratios Summary of Moment Values Summary of Shear Values
Segment Lengih Span# M V Mmax+ Mmax- Ma-Max Mnx MnxlOmega Cb Rm Va Max Vnx VnxlOmega
+D+0.750L+9.750S+H ����
Dsgn.L= 2,00 ft 1 0.056 0.039 -0.22 0.22 7.55 4.52 1.00 1.00 0.56 23.80 14,25
Dsgn.L= 10.00 fl 2 0.261 0.039 1.18 -0.22 1,18 7.55 4.52 1.00 1.00 0.56 23.80 14.25
Dsgn.L= 2.00 ft 3 0.050 0.016 -0.22 0.22 7,55 4.52 1.00 1.00 022 23.80 14.25
+p+W+H
Dsgn.L= 2.00 ft 1 0.026 0,020 -0.12 0.12 7.55 A.52 1.00 1.00 0.29 23.80 14.25
Dsgn.L= 10.00 ft 2 0.135 0.020 0.61 -0.12 0.61 7.55 4.52 1,00 1.00 029 23.80 14.25
Dsgn.L= 2.00 ft 3 0.026 0.008 -0.12 0.12 7,55 4,52 1.00 1.00 0.12 23.80 14.25
+D+0.70E+H
Dsgn.L= 2.00 ft 1 0.026 0.02d -0.12 0.12 7.55 4.52 1.00 1.00 029 23.80 1425
Dsgn.L= 1a.00 ft 2 0.135 0,020 0.61 -0.12 0.61 7.55 4.52 1.00 1.00 0,29 23.80 14,25
Dsgn.L= 2.00 ft 3 0.026 0.008 -0.12 d.12 7.55 4,52 1.00 1.00 0.12 23.80 14,25
+D+0.750Lt+0.750L+0,750W+H
Dsgn.L= 2.00 ft 1 0.026 0.020 -0.12 0.12 7.55 4.52 1.00 1.00 0.29 23.80 14.25
Dsgn.L= 10.00 ft 2 0.135 0.020 0.61 -0.12 0.6t 7.55 4.52 1.00 9.D0 0.29 23.80 14.25
Dsgn.L= 2.00 fl 3 0.026 0.008 -0.12 0.12 7.55 4.52 1.00 1.D0 0.12 23.80 14.25
+D+0.750L+9.750S+0.750W+H
Dsgn.L= 2.00 ft 1 0.050 0.039 -0.22 0.22 7.55 4.52 1.00 1.00 0.56 23.80 14.25
Dsgn.L= 10.00 ft 2 0.261 0.039 1,18 -0.22 1.18 7.55 4.52 1.00 1.00 0,56 23.80 14.25
Dsgn.L= 2.00 ft 3 0.050 0.016 -0.22 0.22 7.55 4.52 1.00 1.00 0.22 23.80 1425
+D+0.750 Lr-rU.75dL+0.5250E+H
Dsgn.L= 2.00 ft 1 �.026 0.020 -0.12 0.12 7.55 4.52 1.00 1.00 0.29 23.80 14.25
Dsgn,L= 10.00 ft 2 0.135 0.020 0.61 -0.12 0.61 7.55 4.52 1.00 1.00 0.29 23.80 14.25
Dsgn.L= 2.00 fl 3 O.Q26 0.008 -0.12 0.12 7.55 4.52 1.00 1.00 0.12 23.80 14.25
+D+0.750L+0.750S+0.5250E+H
Dsgn.L= 2.00 ft 1 0.050 0.039 -D.22 0.22 7,55 4,52 1.00 1.00 0.56 23.80 14.25
Dsgn.L= 10.00 ft 2 0.261 0,039 1.18 -0.22 1.18 7,55 4.52 1.00 1.00 0,56 23.80 14.25
Dsgn,L= 2.00 ft 3 0.050 0.616 -0.22 0.22 7.55 4.52 1.00 1.00 0.22 23.80 14.25
+O.60D+W+H
Dsgn,L= 2.00 ft 1 0.015 0.012 -�.07 0.07 7,55 4.52 1.00 1.00 0,17 23.80 14,25
Dsgn.L= 10.00 ft 2 0.081 0.012 0.37 -0.07 0.37 7,55 4.52 1.00 1.00 0,17 23.80 14.25
Dsgn.L= 2.00 ft 3 0.015 0.005 -0.07 0.07 7,55 4.52 1.00 1,00 0.07 23.80 14.25
+0.60D+0.70E+H
Dsgn.L= 2.00 ft 1 0.015 0.092 -0.07 0.07 7.55 4.52 1.00 1,00 0.17 23.80 14.25
Dsgn.L= 1D.00 ft 2 0.081 0.012 0.37 -0.07 0.37 7.55 4.52 1.00 1.00 0,17 23.80 14.25
Dsgn,L= 2.00 ft 3 0.015 0.005 -0>07 0.07 7,55 4.52 1.00 1.00 0,07 23.80 14.25
Overall Maximum Deflections-Unfactored Loads
____----___ _ _____ -. __. -- - __
Load Combination 5pan Max.""Defl Location in Span Load Combinafion Max."+"Defl LocaGon in Span
��4 1 0.0000 0.000 D+S ���� -0.1938 0.000
p�,S 2 0.3390 5.063 0.0000 0.000
3 0.0000 5.063 D+g -0.1939 2.000
Maximum Deflections for Load Combinations •Unfactored Loads __
Load Combination Span � Max.�ownward Defl Location in 5pan 5pan Max.Upward Defl Location in Span
D Only 2 0.1507 5.063 3 -0,0862 2.000
S Only 2 0.1883 5.063 3 •0.1077 2.000
p+S 2 0.3390 5.063 3 -0.1939 2.000
Vertical Reactions•Unfactored Support notation:Far left is#1 Values in KIPS
--------- ----_ -- - ---_ .. _ --_ _ _ ..�___._._.__._ _ _
Load Combination Support t Support 2 Support 3 Support 4
_ ...^..._..._. _.__.___
Overall MAxmum � � 0.914 0.913
D Only 0.4D6 0.406
5 Only 0.508 0.508
p+g 0.914 0.913
Steel Section Properties : HSS3x3x3116
-__. .__.__,__... ._.,. _.. _______.____ _ _
Depth = 3.000 in I xx = 2.46 in^4 J = 4.030 in^4
S xx 1.64 in^3
Width = 3.000 in R xx = 1.140 in
Wall Thick = 0.174 in Zx = 1.970 in^3
Area - 1.890 in"2 I yy = 2.460 in^4 C = 0.000 In"3
Weight = 6.851 pif S yy = 1.640 in^3
R yy = 1.140 in
Ycg = 1.500 in
PCS Structural Soiutions Project Title:
1250 Pacific Ave,Suite 701 Engineer: Project ID;
Tacoma,WA 98402 Pro�ect Descr:
P�inted:14 NOV 2012,8:49AM
� File:G�2009 Jobs\9276 Yelm SD TranspodaGon CU1Calcslyelm.ec6
Steel Bearr� ENERCALC.INC.1483�2012.BuiId:6.12.1i.i,Ver:6.12.11.1
�.��
• �
Description; RB2
CODE REFERENCES
-------------___ ______ __ ____ .
Calculations per AISC 360-05
Load Combination Set:ASCE 7-05
Material Pro erties
A------ ------- __-- _ _ --
Analysis Methotl; Aliowable Strength Design Fy:Steel Yield: 46.0 ksi
8eam Bracing: Completely Unbraced E:Modulus; 29,000.0 ksi
Bending Axis: Major Axis Bending
Load Combination ASCE 7-05
D(0115)S(0 14375) D(0.115)S(0.1d375) D{0.115}S(O.i4375�
♦ . . . . .
�-�-�--------- -�----------. -�-----------�
Span=2.0 ft;T� Span= 10.0 ft ��-•�Span=2.0 ft
HSS4x4x3/16, HSS4x4x3/16 HSS4x4x3116
Appll@d L08dS Service loads entered.Load Factors will be applied for calculations.
_ �__..�.
Load for Span Number 1
Uniform Load: D=0.020, S=0.0250 ksf, Tributary Width=5.750 ft
Load for Span Number 2
Uniform Load: D=0.020, S=0.0250 ksf, Tributary Width=5.750 ft
Load for Span Number 3
Uniform Load: �=0.020, S=0.0250 ksf, Tributary Widlh=5.750 ft
DESIGN SUMMARY '� ' �
Maximum Bending Stress Ratio = 0.322: 1 Maximum Shear Stress Ratio= 0.085 : 1
Section used for this span HSS4x4x3l16 Section used for this span HSS4x4x3/16
Ma:Applied 2.716 k-ft Va:Applied 1.294 k
Mn!Omega:Allowable 8.424 k-ft VnlOmega:Allowable 20.003 k
Loatl Combination +D+S+H Load Combination +D+S+H
Location of maximum on span 4.937ft Loc2tion of maximum on span 2.000 it
Span#where maximum occurs Span#2 Span#where maximum occurs Span#1
Maximum Deflection
Max Downward L+Lr+S Deflection 0.148 If1 Ratio= 811
Max Upward L+Lr+S Deflection -0.085 in Ratio= 567
Max Downward Total Deflection 0.266 in Ratio= 451
Max Upward Total Deflection -0.152 in Ratio= 315
Maximum Forces 8 Stresses for Load Combinations
_ __._ --�._.�_.�.__-------- __ .
Load Combination Max Stress Ratios Summary of Moment Values Summary of Shear Values
Segment Length Span# M V Mmax+ Mmax- Ma-Max Mnx Mn�Omega Cb_Rm _ Va Max Vnx Vnx/Omega
D Onty
Dsg n.L= 2.00 ft 1 0.027 0.029 -0.23 0,23 14.07 8.42 1.00 1.00 0.58 33.41 20.OQ
Dsg n.L= 10.00 ft 2 0.143 0.029 1.21 -0.23 1.21 14.07 8.42 1.17 1.00 0.58 33.41 20.00
Dsgn.L= 2.00 ft 3 �.027 0.011 -0.23 0.23 14.07 8.42 1.00 1,00 023 33.41 20.00
+D+L+H
Dsgn.L= 2.00 ft 1 0.027 0.029 -023 0.23 94.07 8.42 1.00 1.00 0.58 33.41 20.00
Dsgn.L= 10.00 ft 2 0.143 0.029 1.21 -0.23 1.21 14.07 8.42 1.17 1.00 0,58 33.41 20.00
Dsgn.L= 2,00 ft 3 0.027 0.011 -0.23 0.23 14.07 8.42 1.00 1.00 023 33.41 20.00
+p+Lr+H
Dsgn.L= 2.00 ft 1 0.027 0.029 -023 0,23 14.07 8.42 1,00 1.00 0.58 33.41 20.00
Dsgn.L= 10.00 ft 2 0.143 0.029 1.21 -0.23 1.21 14.07 8.42 1.17 1.00 0.58 33.41 20:00
Dsgn.L= 2.00 ft 3 0.027 0.011 -0.23 0.23 14.07 8.42 1.00 1.00 0.23 33.41 20.00
+D+S+H
Dsgn.L= 2.Q0 ft 1 0.061 0.065 -0.52 6,52 14.07 8.42 1.00 1.00 129 33.41 20.00
Dsgn.L= 10.00 ft 2 0322 0.065 2.72 -0.52 2.72 14.07 8.42 1.17 1.00 129 33.41 20.00
Dsgn.L= 2.00 ft 3 0.061 0.026 -0.52 0.52 14.07 8.42 1,00 1,00 0;52 33.41 20,00
+D+�.750Lr+0.750L+H
Dsgn.L= 2.00 ft 1 0.027 0.029 -0.23 6.23 14.07 8.42 1.00 1.00 D.58 33.41 20.00
Dsgn.L= 10.00 ft 2 0.743 0.029 1.21 -0.23 1.21 14.07 8.42 1.17 1.D0 0.58 33,41 20.00
Dsgn.L= 2.00 ft 3 0.027 0.011 -0.23 023 14.07 8.42 1.00 1.00 0.23 33.41 20.00
PCS Structural Solutions Project Title:
1250 Paciiic Ave,Suite 701 En ineer: Project ID:
Tacoma,WA 98402 Pro ej ci Descr:
Prinled:14 NOV 2012,8:49AM
File:G:12009 Jobs19276 Yelm SD Transportation CtACaicslyelm.ec6
Steel Beam ENERCALC,INC.1983-2012,Build:6.12.11.1.Ver:6.12.t1.1
,,►�
-. .
Description: Rg2
Load Combination Max Siress Ratios 5ummary of Moment Values Summary of Shear Values
Segment Length Span# M V _ Mmax+ Mmax- Ma-Max Mnx Mnx/Omega Cb Rm Va Max Vnx Vnx/0mega
+D+0.750L�0.750S+H
Dsgn.L= 2.00 ft 1 0.053 4.056 -0.45 0.45 14.07 8.42 1.00 1.00 1.11 33.41 20.00
Dsgn.L= 10.00 ft 2 0.278 0.056 2.34 -0.45 2.34 14.07 8.42 1.17 1.00 1.11 33.41 20.00
Dsgn.L= 2.00 ft 3 0.053 0.022 -0.45 0.45 14.07 8.42 1,00 1.00 0.45 33.41 20.00
+p+W+H
Dsgn.L= 2.QD ft 1 0.027 d.029 -0.23 0.23 14.07 8.42 1.00 1.00 0.58 33.41 20.00
Dsgn.L= 10.00 ft 2 0.143 0.029 1.21 -0.23 1.21 14.07 8.42 1.17 1.00 0.58 33.41 20.00
Dsgn.L= 2.00 ft 3 0.027 0.011 -0.23 0.23 14.07 8.42 1.00 1.00 0.23 33,41 20.00
+D-�0.70E+H
Dsgn.L= 2.OD ft 1 0,027 0.029 -0.23 0.23 14.07 8.42 1.00 1,00 0.58 33.41 20.00
Dsgn.L= 10.00ft 2 0.143 0,029 1.21 -0.23 1.21 14.07 8.42 1,17 1,00 0.58 33.41 20.00
Dsgn.L= 2.00 ft 3 0.027 0.011 -023 0.23 14.07 8.42 1.00 1.00 0.23 33.41 20.00
+D+0.750Lr�07501+0.750W+H
Dsgn.l= 2.00 ft 1 0.027 0.029 -0.23 0.23 14.07 8.42 1.00 1.00 0.58 33.4i 20.00
Dsgn.L= 10.00 ft 2 0.143 0.029 1.21 -0.23 1,21 14.07 8,42 1.17 1.00 0.58 33.41 20.00
Dsgn.L= 2.00ft 3 0.027 0.011 -0.23 0.23 14.07 8.42 1,00 1.00 0.23 33.A1 20.00
+D+0.750L+0.750S+0.750W+H
Dsgn.L= 2.00 ft 1 0.053 0.056 -0.45 0.45 14.07 8.42 1.00 1,00 1.11 33.41 20.00
Dsgn.L= 10.00 ft 2 0.278 0.056 2.34 -0.45 2.34 14.�7 8.42 1.17 1.OQ 1.11 33.41 20.00
Dsgn.L= 2.00 ft 3 0.053 O.Q22 -0.45 0.45 14.07 8.42 1.00 1.00 0.45 33.41 20,00
+D+9.750Lr+U.750L+U.5250 E+H
Dsgn,L= 2.00 ft 1 0.027 0.029 -0.23 0.23 14.07 8.42 1.00 1.00 0.58 33.41 20.00
Dsgn.L= 10.00 ft 2 0.143 0.029 1.29 -0.23 1.21 14.07 8.42 1,17 1.00 0.58 33.41 20.00
Dsgn.L= 2.00 ft 3 0,027 0.011 -0.23 0.23 14.07 8.42 1.00 1.00 0.23 33.41 20.00
+D+0.750L-�0.750S+Q.5250E+H
Dsgn.L= 2.00 ft 1 0.053 0.056 -0.45 0.45 14.07 8.42 1.00 1.00 1.11 33.41 20.00
Dsgn.L= 1�.00ft 2 0.278 0.056 2.34 -0.45 2.34 14,07 8.42 1.17 1.00 1.11 33.41 20.00
Dsgn.L= 2.00 ft 3 0.053 0.022 -0.45 0.45 14.07 8.42 1.00 1.00 0.45 33.41 20.00
+O.60D+W+H
Dsgn.l= 2.00 ft 1 0.016 0.017 -0.14 0.14 14.07 8.42 1.00 1.00 0.35 33.41 20.00
Dsgn.L= 10.00 ft 2 0.086 0.017 0.72 -0.14 0.72 14.07 8.42 1.17 1.00 0.35 33,41 20.00
Dsgn.L= 2.00ft 3 0.016 0.007 -0.14 0.1A 14.07 8.42 1.00 1.00 0.14 33.41 20.00
�0.60D+0.70E+H
Dsgn.L= 2,00 ft 1 0.016 0.017 -0.14 0.14 14.07 8.42 1.00 1.00 0.35 33.41 20.00
Dsgn.L= 10.00 ft 2 0.086 0.017 0.72 -0.14 0.72 14,07 8,42 1.17 1.00 0.35 33.41 20.00
Dsgn.L= 2.00ft 3 0.016 0.007 -0.14 0.14 14.07 8.42 1,00 1.00 0.14 33.41 20.00
Overall Maximum Deflections-Unfactored Loads _�
__ __ __ _ .._.__ --- _
Load Combination Span Max."'Defl Localion in Span Load Combination Max."+"Defl location in Span
1 0.0000 0.000 D+S � -0.1522 0.000
D+S 2 02662 5.063 0.0000 0.000
3 0.0000 5.063 D+S -0.1523 2.000
Maximum Deflections for Load Combinations -Unfactored Loads __________ �
Load Combination Span Max.Downward Defl Location in Span Span Max.Upward Defl Location in Span
---....._ . �.� __.
D Only 2 �� 0.1183 5.063 � � 3 -0.0677 2.000
S Only 2 0.1479 5.063 3 -0.0846 2.000
D+S 2 0.2662 5.063 3 -0.1523 2.000
Vertical Reactions-Unfactored SuppoR notation:Far lefl is#1 � ��Values in KIPS
Load Combination 5upport 1 Support 2 Support 3 Support 4
Overall MAXimum 1.811 1.811 ��
D Oniy 0.805 0 805
S Only 1.d06 1.006
p+S 1.811 1,811
Steel Section Properties : HSS4x4x3H6
_ --- - _ _ - -- -- _ _ -
Repth = 4.Q00 in I xx ' 6.21 in^4 J = 10.000 in^4
S xx 3.10 in^3
Width = 4.000 in R xx - 1.550 in
Wall Thick = 0.174 in Zx = 3.670 in^3
Area = 2.580 in"2 lyy = 6.210 in"4 C = O.ODOin^3
Weight = 9.403 plf S yy = 3.100 in"3
R yy = 1.550 in
Ycg - 2.000 in
PCS Structural Solulions Project TiUe:
1250 Pacific Ave,Suite 701 En�ineer: Project ID:
Tacoma,WA 98402 Pro�ect Descr:
Prinled:i4 NOV 2012.7:01Ph4
File:G:12009 Jobs19276Ye1m SD Transportation CVICalcsiyelm.ec6
� Steel Beam ENERCALC,INC.19B3-2012,Build:6.12.11.1,Ver.6.12,11.1
� �� - • •
Description: R83
CODE REFERENCES
__ �_--__.___ ___ _.
Calculations per AISC 360-Q5
Load Combination Set:ASCE 7-05
Material Properties
_--_____ ..__. _ _ __._____ -_.
Analysis Method: Allowable Strength Design Fy:Steel Yield: 50.0 ksi
Beam Bracing: Compietely Unbraced E:Modulus; 29,000.0 ksi
Bending Axis: Major Axis Bending
Load Combination ASCE 7-05
D{0.69)S(0.86) D(0.35)S(0.44)
i �
� �' Span=4.0 ft Span=7.50 ft
HSS6x6x5/16 HSS6x6x5/16
Appll@d L08dS J_ Service loads entered.Load Factors will be applied for calculations.
__ -_ _ _- -_
Load(s)for Span Number 2
Poini Load: D=0.690, S=0.860 k@ 1.750 ft
Point Load; D=0.350, S=0,440 k@ 7.50 ft
DESIGN SUMMARY '' ' •
Maximum Bending Stress Ratio = 0.255: 1 Maximum Shear Stress Ratio= 0.044: 1
Section used for this span HSS6x6x5/16 Section used for this span HSS6x6x5/16
Ma:Applied 8.638k-ft Va:Applied 2.340 k
Mn!Omega:Allowable 33.932 k-ft Vn/Omega:Allowable 53.603 k
Load Combination +D+S+H Load Combination +D+S+H
Location of maximum on span 4.00Oft Location of maximum on span 4.000 ft
Span#where maximum occurs Span#1 Span#where maximum occurs Span#1
Maximum Deflection
Max Downward L+Lr+S Deflection 0.206 in Ratio= 873
Max Upward L+Lr+S Deflection -0.009 in Ratio= 5,547
Max Downward Totai Deflection 0.370 in Ratio= 486
Max Upward Total Deflection -0.016 in Ratio= 3086
Maximum Forces&Stresses for Load Combinations
---- ----_ __ .____ _ _ _ __ _-_--.---___ -- _.____._.._.__ _
Load Combination Max Sfress Ratios � 6ummary oi Moment Values T_ Summary of Shear Values
Segment Length Span# M V Mmaz+ Mmax- Ma-Max Mnx MnxlOmega Cb Rm Va Max Vnx Vn�Omega
_._.._,.....__ _______. -_ M.._ __�._.___ _ ._
D Oniy
Dsgn.L= 4.00 ft 1 0.113 0,019 -3.83 3.83 56.67 33.93 1.67 1,00 1.04 89.52 53.60
Dsgn.L= 7.50 ft 2 0,113 0.019 -3.83 3.83 56.67 33.93 1.00 1.60 1.04 89.52 53.60
+D+L+H
Dsgn.L= 4.00 ft 1 0.113 0.019 -3.83 3.83 56.67 33.93 1.67 1.00 1,04 89.52 53.60
Dsgn.L= 7.50 ft 2 0.113 0.019 -3,83 3.83 56.67 33.93 1.0a 1.00 1.04 89.52 53.60
+D+Lr+H
Dsgn.L= 4.00 ft 1 0.173 0.019 -3.83 3.83 56.67 33.93 1.67 1.00 1.04 89 52 53.60
Dsgn.L= 7.50 ft 2 0.113 0.019 -3.83 3.83 56.67 33.93 1.00 1.00 1.04 89.52 53.60
�p+S+H
Dsgn,L= 4.00 ft 1 0.255 0.044 -8,6A 8.64 56.67 33.93 1.67 1.00 2.34 89,52 53.60
Dsgn.L= 7.50 ft 2 0.255 0.044 -8.64 8.64 56,67 33.93 1.00 1.00 2.34 89.52 53.60
+D+0.750Lr+0.750L+H
Dsgn.L= 4.00 ft t 0,113 0,019 -3.83 3.83 56.67 33.93 1.67 1.00 1.04 89.52 53.60
Dsg n.L= 7.50 ft 2 0.113 0.019 -3.83 3.83 56.67 33.93 1.00 1.00 1.04 89.52 53.60
+D+0.750L+0.750S+H
Dsgn.L= 4.00 ft 1 0.219 0.038 -7.44 7.44 56.67 33.93 1,67 1.00 2.02 89.52 53.60
Dsgn.L= 7.50 k 2 0.219 0.038 -7.44 7,44 56.67 33.93 1.00 1.00 2.02 89,52 53.60
+p+W+H
Dsgn.L= 4.00 ft 1 0.113 0.019 -3.83 3.83 56.67 33.93 1.67 1.00 1.04 89,52 53,60
Dsgn.L= 7.56 ft 2 0.113 0.019 -3.83 3.83 56.67 33.93 1.00 1.00 1.04 89,52 53.60
+D+O.lOE+H
Dsgn.L= 4.00 ft 1 0.113 0.019 -3.83 3.83 56.67 33.93 1.67 1.00 1.04 89.52 53.60
PCS Structural Soluiions Project Title:
1250 Pacific Ave,Suite 701 En�ineef: Project ID:
Tacoma,WA 98402 Pro�ect Descr:
Prinled:l4 NOV 2012,7:01 PA4
File:G:\2009 Jobs19276 Yelm SD TranspoAation ClrlCalcslyelm.ec6
Steel Beam ENERCALC,INC.1983-2012,Build:6.12.11.1,Ver:6.12.17.1
�.��
. .
Description: R63
Load Combination Max Stress Ratios Summary of Momeni Values Summary of 5hear Values
--_-. __,--------
Segment Length Span# M V Mmax i Mmax- Ma-Max Mnx MnxlOmega Cb Rm Va Max Vnx Vn�Omega
Dsgn.L= 7.50 fl 2 0.113 0.019 -3.83 3.83 56.87 33.93 1.00 1.00 1.04 89.52 53,60
+D+0.750Lr�0.754L+0.750W+H
Dsgn.L= 4.00 ft 1 0.113 0.019 3.83 3.83 56.67 33.93 1.67 1,00 1.04 89.52 53.60
Dsgn.L= 7.50 ft 2 0.113 0.019 -3.83 3,83 56,67 33.93 1.00 1,00 1.04 89,52 53.60
+D+0.750L+0,750S�+0.750W+H
Dsg n.L= 4.00 tt 1 0.219 0.038 -7.44 7,44 56.67 33.93 1.67 1.Q0 2.02 89.52 53.60
Dsgn.L= 7.5�ft 2 0.219 0.038 -7.44 7.44 56.67 33.93 1.00 1,00 2.02 89.52 53.60
+D+0.750Lr+0.750L+0.5250E�1i
Dsgn.L= 4.00 ft 1 0.113 0,019 -3.83 3.83 56.67 33.93 1.67 1.00 1.04 89.52 53.60
Dsgn.L= 7.50 ft 2 0.713 0.019 -3.83 3.83 56.67 33.93 1.00 1.00 1.04 89.52 53,6D
+D+0.750L+0,750 5+0.5250E+H
Dsgn.L= 4,00 ft 1 0.219 0.638 -7.44 7.44 56,67 33.93 1.67 1.00 2.02 69.52 53.60
Dsgn.L= 7.50 ft 2 0.219 0.038 -7.44 7.44 56.67 33,93 1.00 1.00 2.02 89.52 53.60
+O.60D+W+H
Dsgn.L= 4.00 ft 1 0.068 0,012 -2.30 2,30 56.67 33,93 1,67 1,00 0,62 89.52 53.60
Dsgn.L= 7.50 ft 2 0.068 0.012 -2.30 2.30 56.67 33.93 1.00 1.00 0.62 89.52 53.60
�+9.600+0.70E+H
Dsgn.L= 4.00 ft 1 0.068 0.012 -2.3Q 2.30 56.67 33.93 1.67 1,00 D.62 89.52 53.60
Dsgn.L= 7.50 fl 2 0.068 0.012 -2.30 2.30 56.67 33,93 1:00 1.00 0.62 89.52 53.60
Overail Maximum Deflections-Unfactored Loads
---. _ ---_ __--. _._ --- __.._.._� .,---- _ ___.___ -
Load Combination Span Max.""Defl Location in Span Load Combination Max."+"Deil Location in 5pan
1 0.0000 0.000 D+5 � �� -0.�156 � 2.338
p+S 2 0.3703 7,500 0.0000 2.338
Maximum Deflections for Load Combinations -Unfactored Loads _____ ______
- _.__. _ _ . __._ -�__ _ .._
Load Combinalion Span Max.Downward Defl Location in Span Span Max.Upward Deil Location in Span �
D Only 2 -��0.1642 7.500 � 1 -0.0069 2,338
S Only 2 0.2061 7,500 l -0.0087 2.338
p+S 2 0.3703 7,500 1 -0.0156 2:338
Vertical Reactions-Unfactored Support notation:Far lefl is#1 Values in KIPS
....._. ------ - -__ --
Load Combination Suppod 1 Suppo�t 2 Support 3 ,^�
Overall MAXimum -2.159 4.499
_ _-------- -�.�
D Oniy -0.958 1.998
S Only -1.201 2.501
p+g -2.159 4.499
Steel Section Properties : HSS6x6x5h6
_ __ -_ _--------_�---- -- - __
Depth = 6.000 in I xx = 34.30 in A J = 55.400 in"4
S xx 11.40 in"3
Width = 6.000 in R x�c = 2.310 in
Wall Thick = 0.291 in Zx = 13.600 in^3
Area = 6.430 in"2 lyy = 34.300 in^4 C - O.00Oin"3
Weight - 23.286 pif S yy = 11.400 in^3
R yy = 2.3t0 in
Ycg = 3.000 in
PCS Structurzl Solutions Project Title:
1250 Pacific Ave,Suite 701 Engineer Project ID:
Tacoma,WA 98402 Project Descr:
Printed:lANOV2012,8:58AM
--- �i � � Fife:G:�2009 Jobs19276 Yeim SD TranspodaUon ClrlCalcslyelm.ec6
Steei Column ENERCALC,INC.198&2012,Build;6.12.11.1,Ver:6.12.11.t
�.�� . .
Description: Brace
Code References __ __,._
___. _..__----_ . --
Calculations per AISC 360-05
Load Combinations Used :ASCE 7-05
General Information
Steel Section Name; Pipe3 Std Overall Column Height 5.0 ft
Analysis Meihod: Allowable Strength Top&Bottom Fixity Top&Bottom Pinned
Steel Sfress Grade Brace condition for deflection(bucklingj along columns:
Fy:Steel Yield 35.0 ksi X-X(width)axis:
E:Elastic Bending Modulus 29,000.0 kSi Fully braced against buckling along X-X Axis
Load Combination: ASCE 7-05 Y-Y(depth)axis:
Fully braced againsl buckling afong Y-Y Axis
AppilSd�08dS _ _ _ Service loads entered.Load Factors will be applied for caiculaiions.
Column self weight included:35,360 Ibs'Dead Load Facior
AXIAL LOADS...
Axial Load at 5.0 ft,D=3.330,S=4.20 k
DES/GN SUMMARY �,__ ________ _ ._.___ __a�
Bending&Shear Check Results
PASS Max,Axial+Bending Stress Ratio = 0.1735 :1 Maximum SERVICE Load Reactions..
Load Combination +D+S+H TOp along X-X 0.0 k
Location of max.above base 0.0 ft Bottom along X-X 0.0 k
At maximum location values are... Top along Y-Y 0.0 k
Pa:Axial 7.565 k Bottom along Y-Y 0.0 k
Pn I Omega:Allowable 43.593 k
Ma-x:Appiied 0.� k-ft Maximum SERVICE Load Deflections...
Mn-x I Omega:Allowable 3.825 k-ft Along Y-Y 0.0 in at O.Oft above base
for load combination:
Ma-y:Applied 0.0 k-ft
Mn-y I Omega:A1lowable 3.825 k-ft Along X-X 0.0 in at O.Oft above base
for ioad combination:
PASS Maximum Shear Stress Ratio= fl•� �1
Load Combination
Location of max.above base 0.0 ft
At maximum location values are..,
Va:Applietl 0.0 k
Vn I Omega:Allowable 0.0 k
Load Combination Results _ _. --_.__.._�._
._ _
Maximum Axial+Bending Stress Ratios Maximum Shear Ratios
Load Combination Stress Ratio Status Location Stress Ratio Status Location
0 Only 0.077 PASS 0.00 it 0.000 PASS O.QO ft
+p+L+}{ 0.077 PASS 0.00 ft 0.000 PASS 0.00 ft
+p+��+H 0.077 PASS 0.00 ft 0.000 PASS 0.00 ft
+fl-�+H 0.174 PA5S 0.00 ft 0.000 PASS 0.00 ft
+D+0.750Lr+0.750L+H 0.077 PASS 0.00 ft 0.000 PASS 0.00 ft
+D+0.750L-�0.750S+H 0.149 PASS 0.00 fi 0.000 PASS 0.00 ft
+D+W+H 0.077 PASS 0.00 ft 0.000 PASS 0.00 ft
+D�0,70E+H 0.077 PASS 0.00 ft 0.000 PASS 0.00 ft
+D�0.750Lr+0,750L+0.750W+H 0.077 PASS 0.00 ft 0.000 PASS 0.00 $
+Dt4.750L+0.750S+0.750W+H 0.149 PASS 0.00 ft 0.000 PASS 0.00 ft
+D�0.750Lr+0.750L+0,5250E+H 0.077 PASS 0.00 ft 0.000 PASS 0.00 ft
+D+0.750L+0.750S+0.5250E+H 0.149 PASS 0.00 ft 0.000 PASS 0.00 ft
+0.60D+W+H 0.046 PASS 0.00 ft 0.000 PASS 0.00 ft
+0,60D+U.70E+H 0.046 PASS 0.00 ft 0.000 PASS 0.00 ft
PCS Structural Solutions "roject Title:
1250 Pacific Ave,Suite 701 En�ineer; Project ID;
Tacoma,WA 98402 Pro�ect Descr:
Printed:i 4 NOV 2012,8:58M1
Pile:G:12009 Jobs19276 Yelm SD Transporlation CU1Calcslyelm.ec6
Steel Column ENERGAIC,INC,1903-2012,Build:6.12.11.1,Ver.6.12.11.t
�.��
• •
Description: erace
Maximum Reactions•Unfactored Note:Qnly non-zero reactions are listed.
_�____ . .___u__ _____ _�___ _----------
X-X Axis Reaction Y-Y Axis Reaction Axial Reaction
Load Combination @ Base @ Top @ Base @ Top @ Base
�Only k k 3.365 k__._.�—_
S Only k k 4.200 k
p+s k k 7,565 k
Maximum Deflections for Load Combinations •Unfactored Loads , ___.._ .w..�
Load Combination Max.X-X Deflection Distance �Max,Y-Y Deflection Distance _T�
D Only � � 0.0000 in 0.000 ft 0.000 in 0.000 ft
S Only O,Q000 in 0.0�0 ft 0.000 in 0.0�0 ft
p+g 0.0000 in 0.000 ft 0.000 in 0.000 ft
Steel Sectlon Prope�ies : Pipe3 Std
�epth = 3.500 in I xx mm'�mm = 2.85 in"4 �� J = 5.690 in"4
S xx = 1.63 in^3
Diameter = 3.500 in R xx = 1.170 in
Wall Thick = 0.216 in Zx = 2.190 in^3
Area = 2.080 in"2 I yy = 2.850 in^4
Weight = 7.072 plf S yy = 1.630 in"3
R yy = 1.170 in
Ycg = O.00Q in
r+rt
�
i
o?
ui'; �
ut
L�
�Load 1 --_--__.- X °<
i
x
` � ,
�
i _ _
3.50irt_ __ J Loads are total entered value.Arrows do not reflect absolute direction.
PCS Structural Solutions °roject Title:
1250 Pacific Ave,Suite 701 Engineer: Project ID:
Tacoma,WA 98402 Project Descr:
Prinled:l4NOV2012,625PM
File:G:12009 Jobs19276 Yelm SD Transportation Cl�Calcslyelm.ec6
Steel Column ENERCAI.C,INC.196�2012,BuiId:6.12.11.1,Ver:6.12.71.1
�.i�
-� �
Description; Column
Code References T. --
__.m.�_-_.__n____. _ . ___._
Calculations per AISC 360-05
Load Combinations Used:ASCE 7-05
General lnformation -
Steel Section Name: HSS8x8x112 Overall Column Height 12.0 ft
Analysis Method; Allowabie Strength Top&Bottom Fixity Top Free,Bottom Fixed
Steel Stress Grade Brace contlition for deflection(buckling)along columns:
Fy:Steel Yield 46.0 ksi X-X(width)axis:
E:Elastic Bending Modulus 29,000.0 ksi Unbraced Length for X-X Axis buckling=12.0 ft,K=2.1
Load Combination: ASCE 7-05 Y-Y(depth�axis:
Unbrace lenglh tor X-X Axis buckling=12.0 fl,K=2.1
AppllBd L08dS � Service loads entered.Load Factors will be applied for calculations.
Column self weight included:584.65 Ibs*Dead Load Factor
AXIAL LOADS...
Axial Load at 12,0 ft,D=1.60,S=2.10 k
BENDING LOADS...
Lat.Point Load at 12.0 ft creating Mx-x,E=1.650 k
Lat.Point Load at 9.0 fl creating Mx-x,D=2.670,S=3.330 k
DESIGN SUMMARY _________ _
__�. ._._._----
Bending&Shear Check Resuits
PASS Max.Axial+Bending Siress Ratio = 0.6948 :1 Maximum SERVICE Load Reactions..
Load Combination +1.084D+0.750L+0.750S+0.5250E+ Top along X-X 0.0 k
Location of max.above base 0.0 ft Bottom along X-X 0.0 k
At maximum location values are... Top along Y-Y 0.0 k
Pa:Axial 3.943 k Bottom along Y-Y 6.0 k
Pn I Omega:Allowable 191,118 k
Ma-x:Applied -58.921 k-ft Maximum SERVICE Load DeFlections...
Mn-x I Omega:Allowable 86.078 k-ft Along Y-Y 1.038 in at 12.Oft above base
Ma- A lied 0.0 k-ft for load combination:D+S
Y� PP
Mn-y I Omega:Ailowabie 86.078 k-ft Along X-X 0.0 in at O.Oft above base
for load combination:
PASS Maximum Shear Stress Ratio= 0.06164 :1
loadCombination +�.084D+0.750L+0.750S+0.5250E+
Location of max.above base 0.0 ft
At maximum location values are...
Va:Applied 6.258 k
Vn/Omega:Allowable 101.519 k
Load Combination Results _��� __ ____
Maximum Axial+Bendina Slress Ratios Maximum Shear Ratios
Load Combination Stress Ratio Status Location Stress Ratio Status Location ___
D Only 0.285 PASS 0.00 ft 0.026 PASS 0.00 ft
+p+{.+FI 0.285 PASS 0.00 ft 0.026 PASS 0.00 ft
+D+Lr+H 0.285 PASS 0.00 ft 0.026 PASS 0.00 it
+p+g+�-{ 0.639 PASS 0.00 it 0.059 PASS 0.00 ft
+D+0.750Lr+0.750L+H 0.285 PASS 0.00 fl 0.026 PASS 0.00 ft
+D+0.7WL+0.750S+H 0.550 PASS 0.00 fi 0.051 PASS 0.00 ff
+p+W+}{ 0.285 PASS 0.00 ft 0.026 PASS 0.00 ft
+1,112D+0.74E+H 0.478 PASS 0.00 fi 0.041 PASS 0.00 ft
+D+0.750Lr+0.750L+0.750W+H 0.285 PASS 0.00 fi 0.026 PASS 0.00 ft
+D�+0,750L�0.750S+0.750W+H 0.550 PASS 0.00 fi O.Ob1 PASS 0.00 ft
+1.084D�0.750Lr�0.750L�0.5250E+H 0.430 PASS 0.00 ft 0.037 PASS 0.00 ft
+1.084Da0.750L+0.750S+0.5250E+H 0.695 PASS 0.00 ft 0.062 PASS 0.00 ft
+0,60D+W+H 0.171 PASS 0.00 ft 0.016 PASS 0.00 ft
+0.4880D+0.70E+H 0.300 PASS 0.00 ft 0.024 PASS 0.00 ft
PCS Structural Solutions 1'roject Title:
1250 Pacific Ave,Suite 701 Engineer: Project ID:
Tacoma,WA 98402 Projeci Descr:
Pdnled:14 NOV 2012,625Pti1
� File:G:12009Jobs19276YeImSDTranspodationClrlCaicslyelm.ec6 �
Steel Column ENERCALC,INC.198&2012,Build:&.12.11.1,Ver:6.12.17.1
� �� • •
Description: Column
Maximum Reactions-UI1f8Ct0�ed �Note:Only non-zero reactions are listed.
_ _-.--___ __-___._ _---_.
X-X Axis Reaction Y-Y Axis Reaction Axial Reaction
Load Combination @ Base @ Top @ Base @ Top @ Base
D On�y k � -2,670 k 2.185 k ����
S Only k -3.330 k 2.100 k
E Oniy k -1.650 k k
p+g k -6.000 k 4.285 k
p.,.E tc -4.320 k 2.185 k
Maximum Deftections for Load Combinations -Unfactored Loads
-- _._..__ ___- -__._
Load Combination Max.X-X Deilection Distance Max.Y-Y DeOection Distance
D Only OA000 in 0.000 ft �4.462 in 12.000 ft
S Only 0.0000 in 0.000 ft 0.576 in 12.000 ft
E Only 6.00OD in 0.000 ft 0.451 in 12.000 ft
D+S 0.0000 in 0.000 ft 1.038 in 12.000 ft
p+E 0,0000 in 0.000 ft 0.904 in 11.919 ft
Steel Section Properties : HSS8x8x112
pepth = 8.000 in I xx = 125.00 in"4 J = 204.000 in^4
5 xx = 31.26 in^3
Width = 8.000 in R xx = 3.040 in
Wall Thick = 0.500 in Zx = 37.500 in^3
Area = 13.500 in^2 lyy = 125.000 in"4 C = 52.400in^3
Weight = 48.721 plf Syy = 31.200 in°3
R yy = 3.040 in
Ycg = 0.000 in
_�A-x Loads
`- - -- `;' + ___.
.�.�. ��
c �
O � x N�
� tl�
L.
�2
I i
e._.._.. � i
;
i Y �
� B.00in � Loads are total entered value Arrows do not reflect absolute di2ction.
PCS Strucfural Solutions Project Tiile:
1250 Pacific Ave,Suite 701 En�ineer: Project ID:
Tacoma,WA 98402 Pro�ect Descr:
Prinled:l4 NOV 2012,524PM
File:G:12009 Jobs\9276 Yelm SD Transporialion CU1Calcslyelm.ec6
Steei Column ENERCALC,INC.198&2012,BuiId:6.12.11,1,Ver:6.12.11.1
�:��
. .
Description: Coiumn-weakaxis
Code References -
_ .______�_____�____.._ _
Calculations per AISC 360-05
Load Combinations Used :ASCE 7-05
Generaf Infarmation --------
Steel Section Name: HSSSx8x1/2 Overall Column Height 12.0 ft
Analysis Method: Allowable Strength Top&Bottom Fixity Top Free,Bottom Fixed
Steel Stress Grade Brace condition for deflection(buckling)along columns:
Fy:Steel Yield 50.0 ksi X-X(width)axis:
E;Elastic Bending Modulus 29,000.0 ksi Unbraced Length for X-X Axis buckling=12.0 ft,K=2.1
Load Combination: ASCE 7-05 Y-Y(depihj axis;
Unbraced Length for X-X Axis buckling=12.0 ft,K=2,1
Applied Loads Service loads entered.Load Factors will be applied for calculations.
Column seif we(ght included:564.65 Ibs*Dead Load Facior
AXIAL LOADS...
Axial Load at 12.0 ft,D=1.60,S=2.10 k
BENDING LOADS...
Lat.Point Load at 12.0 ft creaiing My-y,E=1.650 k
Lat.Point Load at 9.0 ft creating Mx-x,D=2,670,S=3.330 k
DESIGN SUMMARY -
Bending&Shear Check Results ^ �
PASS Max.Axial+Bending Stress Ratio = 0.6398 :1 Maximum SERVICE Load Reactions..
Load Combination +1.084D+0.750L+0.750S+0.5250E+ Top along X-X 0.0 k
Location of max.above base 0.0 ft Bottom along X-X 1.650 k
At maximum IocaUon values are... Top 21ong Y-Y 0.0 k
Pa:Axial 3.943 k Bottom along Y-Y 6.0 k
Pn!Omega:Allowable 196.055 k
Ma-x:Applied -48.526 !c-ft Maximum SERVICE Load Deflections...
Mn-x I Omega:Allowable 93.563 k-ft Along Y-Y 1.038 in at 12.Oft above base
for load combination:D+S
Ma-y:Applied -10.395 k-ft
Mn-y I Omega:Aliowabie 93.563 k-fi Along X-X 0.4508 in at 12.Oft above base
for load combination:E Only
PASS Maximum Shear Stress Ratio= 0.05437 :1
Load Combination +p+S+H
Location of max,above base 0.0 ft
At maximum location values are.,.
Va;Applied 6.0 k
Vn I Omega:Allowable 910.347 k
Load Combination Results
_ --
Maximum Axial+Bendinq Stress Ratios Maximum Shear Ratios
Load Combina#ion 5fress Ratio Status Location Stress Ratio Status Location
_.__--.__ .__-- __. _..�._._.
D Only 0.262 PASS 0.00 ft 0.024 PASS 0.00 ft
�.p�{+f{ 0.262 PASS 0.00 fi 0.024 PASS 0.00 ft
+p+��+H 0.262 PASS 0.00 ft 0.024 PASS 0.00 {t
+p+S+H 0.588 PASS 0.00 ft 0.054 PASS 0.00 ft
+D+0,750Lr-�U.750L+H 0.262 PASS 0.00 ft 0.024 PASS 0.00 ft
+D+0.750L+0.750S+H 0.507 PASS 0.00 ft 0.047 PASS 0.00 ft
+p+W+H 0.262 PASS 0.00 ft 0.024 PASS 0.00 ft
+1.112D+O.lOE+H 0.440 PASS Q.00 ft 0.027 PASS 0.00 ft
+fl+4.750Lr+0.750L+0.750W+H 0.262 PASS 0.00 ft 0.024 PASS 0.00 ft
+D+a.750L+0.750S+0.750W+H 0.507 PASS 0.00 ft 0.047 PASS 0.00 ft
+1.084D+�.750Lr+0.750L�.5250E+H 0.396 PASS 0.00 ft 0.026 PASS 0.00 ft
+1.084D+0.750L-F0.750S+0.5250E+H 0.640 PASS 0.00 ft 0.049 PASS 0.00 ft
+0.60D+W+H 0.157 PASS 0.00 ft 0.015 PASS 0.00 ft
+0.4880D+0.70E+H 0.276 PASS 0.00 ft 0.012 PASS 0.00 ft
PCS Sfructural Solufions Project Title:
1250 Pacific Ave,Suite 701 Engineer: Project ID;
Tacoma,WA 98402 Project Descr:
Plmled;tA f�U'!Y012.5.2-0PLI
Steet Column File:G:12009Jobs19276YeImSDTranspoRalionCUlCaksiyeim.ec6
ENERCALC,INC.1983-2012,Build:6.f2.11.1,Ver:6.12.11.1
�.�� � �
DeSCtiplion: Column-weak axis
Maximum Reactions•Unfactored Noie:Only non-zero reactions are listed.
._ . ___.__._--__.__ _-------- -
X-X Axis Reaction Y-Y Axis Reaction Axial Reaction
Load Combination @ 8ase @ Top @ Base @ Top @ Base
T ,_.._.. _.
D Only k -2.670 k 2.185 k
5 Only k -3.330 k 2.100 k
E Oniy -1.650 k k k
p+S k -6.000 k 4.285 k
D+E -1.650 k -2.670 k 2.185 k
Maximum Deflections for Load Combinations •Unfactored Loads __ � �__
Load Combination Max.X-X Deflection Distance Max.Y-Y Deflection Distance
D Only 0.0000 in 0.000 ft 0.462 in 12.000 ft
S Oniy 0.0000 in 0.000 ff 0.576 in 12.000 fi
E Only 0.4508 in 12.000 ft 0.000 in 0.000 ft
D+S 0.0000 in 0.000 ft 1.038 in 12.000 ft
D+� 0.4462 in 11.919 ft 0.458 in 11.919 ff
Steel Section Properties : HSS8x8x112 � __ ____
Depth = 8.004 in i xx = �125.00 in"4 J = 204.000 in^4
S xx = 31,20 in^3
Width = 8.000 in R xx = 3.040 in
Wail Thick = 0.500 in Zx = 37.500 in^3
Area = 13.500 in^2 I yy = 125.000 in^4 C = 52.400 in^3
Weight - 48.721 plf S yy = 31.200 in^3
R yy = 3.040 in
Ycg = 0.000 in
btx Loadd-y Loads
{� .. . . t�f!� �, � ..... � Y
�
�
�
��R�
G �
oi _Load i __ x N�
� � \ i��
L
.�{
ml
_)
,
t...... . - '
�
yi,__._-
� ___8;Odin____ _. Loads are total entered valua.Artows do not reflect absolute direction.
PCS Structural Solutions Project Title;
1250 Pacific Ave,Suite 701 En�ineer: Project ID;
Tacoma,WA 98402 Pro�ect Descr:
Printed:l4 NOV 201 Z,7:38PAd
`�� File:G:12009 Jobs\9276 Yelm SD 7ransporialion CtriCalcslyelm.ec6 �
S#eel Base Piate ENERCALC,INC.1983•2012,Build:6.12.11.1,Ver:6.12.11.1
� �� -
. .
Code References ____...�
-- .._______�. _
Calculations per AISC 360-05&Design Guide#1,ASCE 7-05
Load Combination Set:ASCE 7-05
Generallnformation _ _ ___ _
Material Properties
AISC Design Method Load Resistance Factor Design � c :LRFD Resistance Factor 0.60
Sieel Plate Fy = 36.0 ksi
Concrete Support f c = 3.0 ksi
Assumed Bearing Area;Full Bearing Allowable Bearing Fp per J8 4.50 ksi
Column&Plate
____ __.___---- ___ �.� ----__..__�_.�._�. ;,� _
Column Properties
Steel Section: HSSSx8x1/2
Depth $in Area 13.5 in^2 -
Width 8 in Ixx 125 in^4
Flange Thickness 0.465 in lyy 125 in^4
Web Thickness in
t j (� (T
Plate Dimensions Support Dimensions
N;Length 17.0 in Width along"X" 30.0 in
B:Width 17.0 in Length along"Z' 30.0 in 4
Thickness 1.0 in
Column assumed welded to base plate.
Ci �1 C
- ���� �
� _------rr---------•
�_..___---
Applled Loads +R
--_ _ „
P-Y V-Z M-X + X
D:Dead Load....... 1.60 k k 8.10 k-ft +x tx
L:Live...... k k k-ft
Lr:Roof Live......... k k k-ft ` 'x
S:Snow................ 2.10 k k 10.0 k-ft -hvZ "
W:Wind................ k k k-ft
E:Earihquake.............. k 1.650 k 19.80 k-ft
H:Lateral Earth......... k k k-ft �,Z -FZ
"P"=Gravity load,"+"sign is downward. "+" Moments create higher soil pressure at+Z edge.
"+" Shears push plate towards+Z edge.
Anchor Bolts ___.._ " L�":���:.
AnchorBoltorRodDescription ��/Z" -� � ����
J --
—__.
.,..,:>,.,
Max of Tension or Pullout Capacity........... 25,p k -������
Shear Capacity......................................... k �
Edge distance:bolt io plaie................... Z,p in " --- — "
Number of eolts in each Row................... 3.0
Number of Boit Rows........................ 1.0 ' ' '
. .
,
PCS Structural Solutions Project Title:
1250 Pacific Ave,Suite 701 En�ineer: Project ID:
Tacoma,WA 98402 Pro�ect Descr:
pdn'xd.14 NOV 201?.1:3:�Yi,1
File�G:12009 Jobs19276 Yelm SD Transporlation CldCatcstiyelm.ec6
St@eI Bi�S@ Pli�te ENERCALC,INC.1983-2012,Build:6.12U.1,Ver:6.12.11J
�.��
• �
GOVERNtNG DESIGN LOAD CASE SUMMARY Mu:Max.Moment..................... 6.826 k-in
Plate Desiqn SummaN fb:Max.Bending Stress............... 27.305 ksi
Design Method Load Resistance Factor Design Fb:Allowable: 32.400 ksi
GovemingLoadCombination +1.20D+0.50L+0.20S+E Fy"Phi
Governing Load Case Type Axial+Moment,U2<Eccentricity,Tension on Bc Bending Stress Ratio 0.843
Design Plate Size 1'-5"x 1'-5"x 1" Bending Stress OK
Pu:Axial......... 2.340 k fu:Max.Plate Bearing Stress.... 2.700 ksi
Mu:Moment........ 31.520 k-ft Fp:Allowable: 2.700 ksi
min(0.85'Pc"sqrt(A21A1),1.7'Pc}"Phi
Bearing SVess Ratio 1.000
Bearing Stress OK
A Very Long PlaceholderA Very Long Placeholder Tension in each Bolt................... 8.197
Allowable Bolt Tension............... 25.000
Tension Stress Ratio 0.328
Tension Stress OK
Load Comb. : D Only Axial Load+Moment,Ecc.>U2
Loadin Galculafe fate moment fram bolt tension...
Pu:Axial......... 2.240 k ens�on per olt.......:.................. 2.634 k
Mu:Moment,....... 11.340 k-ft Tension:Allowable.................... 25.Q00 k
Eccentricity........................ 60.750 in Stress Ratio..........,......... 0.105
A1;Plake Area......... 289.000 in"2
A2:Support Area.................... 900.000 in^2 Dist.from Bolt to Col.Edge..........,.. 2.700 in
sqrt(A21A1) ��g5 Effective Bolt Width for Bending..... 1fi.200 in
Plate Moment from BoltTension....... 1.317 k-in
Calculate plate moment from bearinq,..
^m^,,,,,,,,,,,,,,,,,,,,, 4.700 in Bearinq Stresses
"A":Bearing Length 0.442 in Fp:Allowable ............................... 2.700 ksi
Mpl:Plate Moment 0.226 k-in fu:Max.Bearing Pressure (set equai to Fp)
Stress Ratio.................... 1.000
Plate Bendinq Stresses
Mmax.......................................... 2.716 k-in
fb:Actual................................ 10.865 ksi
Fb:Allowable................................ 32.400 ksi
Sfress Ratio:................... Q.335
Load Comb. : +1.20D+0,50Lr+1.60L+1.60H AxialLoad+Moment,Ecc.>U2
Loadinq Calculate late mamenf from boli iension...
Pu;Axial.....,... 1.920 k ens n per olt...:...................... 2.254 k
Mu:Moment......., 9.720 k-ft Tension:Aliowable.................... 25.000 k
Eccenlricity........................ 60.750 in Stress Ratio..................., 0.090
A1:Piate Area.,....... 289.ODQ in^2
A2:Support Area..................... 900.000 in^2 Dist.from Bolt to Col.Edge............. 2.700 in
sqrt(A21A1) 1,765 Effective Bolt Width for Bending..... 16.200 in
Plate Moment from Bolt Tension,...... 1.127 k-In
Calculate plate moment from bearinq...
^m^,,,,,,,,,,,,,,,,,,,,, 4.700 in Bearinq 5tresses
"A°:Bearing Length 0.378 in Fp:Allowable ............................... 2.700 ksi
Mpi:Plate Moment 0.195 k-in fu:Max.Bearing Pressure (sef equal to Fp)
Stress Ratio.................... 1.000
Plate Bendinq Stresses ,
Mmax.......................................... 2.336 k-in ,
ib:Actual................................ 9.343 ksi
Fb:Ailowable................................ 32.400 ksi
Stress Ratio.................... 0.288
PCS Structural Solutions Project Title;
1250 Pacific Ave,Suite 701 En ineer: Project ID:
9�
Tacoma,WA 98402 Project Descr;
Primed:l4NOV2072,7:36Ph4
File;G:V2009 Jobs19276 Yelm SD Transporlalion CUtCalcslyelm,ec6
Steel Base Plate ENERCAIC,INC.1983-2012,BuiId:6.12.71.1,Ver:6.12.11.t
�.��
. .
Load Comb. : +1.2QD+1.60L+0.50S+1.60H Axial Load+Moment,Ecc.>U2
Loadin Calculate late moment(rom lmil tension...
Pu:Axial,....,... 2.970 k en5�onpBr ott.......................... 3.421 k
Mu:Moment....,.., 14.720 k-ft Tension:Allowabie.................... 25.400 k
Eccentricity........................ 59.475 i� Stress Ratio..................., 0.137
A1:Plale Area......... 289.000 in^2
A2:Support Area..................... 900.000 in^2 Dist.from Bolt to Col.Edge..,.......... 2.70D in
Effective Bolt Width for Bending..... 16.200 in
sqrt(A2/A1} 1.765 Plate Moment from Bolt Tension....... 1.710 k-in
Calculate plate moment from bearinq.,.
^m�,,,,,,,,,,,,,,,,,,,,, 4.700 in Bearinq Stresses
"A";Bearing Length 0.577 in Fp:Allowable ............................... 2.700 ksi
Mpi:Plate Moment 0.292 k-in fu:Max.Bearing Pressure (set equal fo Fp)
Stress Ratio.................... 1.000
Plate Bentlinq Siresses
Mmax....................................,..... 3.509 k-in
fb:Actual................................ 14.035 ksi
Fb:Allowable................................ 32.400 ksi
Stress Ratio.................... 0.433
Load Comb. : +1.2QD+1.60Lr+0.50L Axial Load+Moment,Ecc.>U2
Loadin Calculala late moment from bol!tensidn...
Pu:Axial......... 1.920 k ensron per 1,........:................ 2.254 k
Mu:Moment........ 9.720 k-ft Tension:Allowable.................... 25.000 k
Eccentricity........................ 60750 in Stress Ratio................,... Q.090
A1:Plate Aiea......... 289.000 in^2
A2:Support Area..................... 900.000 in^2 Dist.from Bolt to Col.Edge......,.,.... 2.700 in
sqrt(A21A1) ��g� Effective Bolt Width for Bending..... 16.200 in
Plate Moment from Bolt Tension....... 1.127 k-in
Calculate plate moment from bearinq...
^m•,,,,,,,,,,,,,,,,,,,,, 4700 in Bearinq SUesses
"A":Bearing Length 0.378 in Fp:Allowable ............................... 2.700 ksi
Mpl:Plate Moment 0.195 k-in fu:Max.Bearing Pressure (set equal to Fp)
Stress Ratio.................... 1.000
Plaie Bending Stresses
Mmax...:...................................... 2.336 k-in
fb:Actual............................... 9,343 ksi
Fb:Allowable................................ 32.400 ksi
Stress Ratio.................... 0.288
PCS Structural Solutions Project Title:
1250 Pacific Ave,Suite 701 Engineer: Project ID:
Tacoma,WA 98402 Pro�eci Descr:
Prinled:l4NOV2012,7�,38PM
File:G:12009 Jobs19276 Yelm S�Transportation CIrlCalcslyelm.ec6
Steel Base Plate ENERCALC,INC.1983-2012,BuiId:6.12.11,1,Ver;6.12.11.t
�.�� . .
Load Comb. : +1.20D+1.60Lr+0.80W ,4ufal Load+Moment,Fcc.>U2
Loadin Calcalate lale momenl from boii tension...
Pu:Axial......... 1.920 k enston per O1f.......:.................. 2.254 k
Mu:Moment........ 9.720 k-ft Tension:Allowable.................... 25.000 k
Eccentricity........................ 60.750 in Stress Ratio.............,..,... 0.090
A1:Plate Area.......,. 289.000 in^2
A2:Support Area..................... 900.000 in"2 Dist.from eolt to Col.Edge............. 2.700 in
sqrt(A2lA1) 1.765 Effective Bolt Width for Bending..... 16.200 in
Plate Moment from Bolt Tension....,., 1,127 k-in
Calculate plate moment from bearinp...
^m^,,,,,,,,,,,,,,,,,,,,, 4.700 in Bearinq Stresses
"A":Bearing Length 0.378 in Fp:Allowable ............................... 2.700 ksi
Mpl:Plate Moment 0.195 k-in fu:Max.Bearing Pressure (set equal to Fp)
Stress Ratio.................... 1.000
Plale Bendinp Stresses
Mmax,......................................... 2.336 k-in
fb:Actual................................ 9.343 ksi
Fb:Allowable................................ 32.400 ksi
Stress Rafio.................... 0.288
Load Comb. : +1.20D+1.60Lr-0.80W Axial Load+Moment,Ecc.>L/Z
Loadinq Caleulale olate moment irom boit tension...
Pu:Axial......... 1.920 k -�enswrl pei 1.......::..,�............. 2.254 k
Mu:Moment........ 9.720 k-h Tension:Allowable.................... 25.000 k
Eccentricity........................ 60.750 in Stress Ratio.................... 0.090
A1:Plate Area......... 289.000 in^2
A2:5upport Area..................... 900.000 in"2 Dist.from Bolt to Col.Edge............. 2.700 in
sqrt(A21A1) 1.765 Effective Bolt Width for Bending..... 16,200 in
Plate Moment from Bolt Tension....... 1.127 k-in
Caiculaie plate moment from bearinq...
^m^..................... 4.700 in Bearinq Stresses
"A":Bearing Length 0.378 in Fp:Allowable ............................... 2.700 ksi
Mpi:Plate Moment 0,195 k-in fu:Max.Bearing Pressure (set equal to F�}
Stress Ratio.................... 1.000
Plate Bentlin4 5tresses
Mmax.......................................... 2.336 k-in
fb:Actual................................ 9343 ksi
Fb:Allowabie................................ 32.400 ksi
Stress Ratio.................... 0.288
PCS Siructural Solutions Project Title:
1250 Pacific Ave,Suite 701 EI1�ineer: Project ID:
Tacoma,WA 98402 Pro�ect Descr:
Prinfed:l4 NOV 2012,7:38PM
�'��� }� File:G:120D9 Jo6s\9276 Yelm SD Transportation CtriCalcslyeim.ec6
Steel Base Plate ENERCAI.C,INC.1983-2D12,e�ua:s.�z.i�.�,ve�:s.�z.�tt
� �� . •
Load Comb. : +1.20D+p.50L+1.60S Axial Load+Moment,Ecc.>L/2
Loadina Calculate olate moment from bolt iension..,
Pu;Axial,........ 5.280 k 'frens on pe�r oTt...-................... 6.038 k
Mu:Momeni..,..... 25.720 k-ft Tension:Allowable.................... 25.000 k
Eccentricity........................ 58.455 in 5tress Ratio.................... 0.242
A1:Piate Area.....,... 289.000 in^2
A2:SupportArea..................... 900,000 in^2 Dist from Bolf to Col.Edge.....,....... 2.7�0 in
sqrt(A2/A1) 1,765 Effective Solt Width for Bending..,.. 16,200 in
P�ate Moment from Bolt Tensian.....,. 3.019 k-in
Calculaie plate moment from bearinq..,
^m^,,,,,,,,,,,,,,,,,,,,, 4.700 in Bearina Stresses
"A':Bearing Length 1.019 in Fp:Allowable ............................... 2.700 ksi
Mpl:Piate Moment 0.500 k-in fu:Max.Bearing Pressure (set equal fo Fp)
Stress Ratio.................... 1.OD0
Plate Bending Stresses
Mmax. ........................... 6.00o k-in
............ . .
(b:Actual................................ 24.001 ksi
Fb:Allowabie................................ 32.400 ksi
Stress Ratio.................... 0,741
Load Comb. : +1.20D+1.60S+0.80W Axial Load+Moment,Ecc.>U2
Loadin Calculate lafe moment from bolt tension.,.
Pu:Axial......... 5.280 k ens an per o .......................... 6.038 k
Mu:Moment........ 25.720 k-ft Tension:Allowabie.................... 25.000 k
Eccentricity........................ 58,455 in Stress Ratio.................... 0.242
At:Pfate Area......... 289.000 in^2
A2:Support Area..................... 900.000 in^2 Dist.from Bolt to Col.Edge............. 2.700 in
sqrt(A2/A1) �76$ Effective Bolt Width for Bending..... 16.200 in
Plate Moment from Bolt Tension......, 3.019 k-in
Calculate plake moment from bearinq.,.
°m°..................... 4.700 in Bearinq Stresses
"A":Bearing Length 1.019 in Fp:Allowabie ............................... 2.700 ksi
Mpl:Plate Moment 0.500 k-in fu:P/�ax.Bearing Pressure (set equai to Fp J
Stress Ratio.................... 1.000
Plate Bending Stresses
Mmax......................:................... 6,000 k-in
fb:Aclual................................ 24.001 ksi
Fb:Allowable................................ 32.400 ksi
Stress Ratio.................... 0.741
PCS Structural Solutions Project 7itle:
1250 Pacific Ave,Suite 701 En�ineer: Project ID:
Tacoma,WA 98402 Pro�ect Descr
Ponled:14 NOV 2012,7:38PM
File:G12009 Jobs19276 Yeim SD Transportation CtrlCalcslyelm.ec6
Steel Base Plate ENERCALC,INC.1963-2012,Build:6,12.11.1,Ver:6.12.11.1
�.��
. .
Load Comb. : +1.20D+1.60S-O.SOW Axia!Load+Momenf,Ecc.>U2
Loadin Calculate fate moment irom bolt tension...
Pu:Axial,..,..... 5.280 k ens n per o t.......................... 6.038 k
Mu:Moment........ 25.720 k-ft Tension:Allowable.................... 25.000 k
Ecceniricity........................ 58.455 in Stress Ratio............,,....., fl•242
A1:Plata Area....,.... 289.000 in^2
A2:Support Area..................... 900.000 in^2 Dist.from Bolt to Col.Edge............, 2.700 in
Effective Bolt Width for Bending..... 16.200 in
sqrt(A21A1) 1.765 Plate Moment from Bolt Tension....... 3.019 k-in
Calculate piate moment from bearinq...
•m•..................... 4.70o in Bearinq Skresses
"A":Bearing Length 1.019 in Fp:Allowable ............................... 2.700 ksi
Mpl:Plate Moment 0.500 k-in fu;Max.Bearing Pressure (set equal to Fp)
Stress Ratio.................... 1.000
Plate Bendinq Stresses
Mmax.......................................... 6.00o k-in
fb:Actual................................ 24.001 ksi
Fb:Allowable................................ 32.40d ksi
Stress Ratio.................... 0.741
Load Comb. : +1.20D+U.50Lr+0.50L+1.60W Axial Load+Moment,Ecc.>U2
Loadin Calculale late morttent[rom bolt tension...
Pu:Axial......... 1,920 k ens n pet o t.......................... 2254 k
Mu:Moment........ 9.720 k-ft Tension:Allowable.................... 25.000 k
Eccentrici .. 60.750 in Stress Ratio.................... 0.090
ty......................
A1:Plate Area......... 289.000 in^2
A2:Support Area..................... 900.000 in^2 Dist.from Bolt to Col.Edge......,...... 2.70d in
Effective Bolt Widfh for Bending..... 16.200 in
sqrt(A21A1) 1,765 Plate Moment irom Bolt Tension...... 1.127 k-in
Calculate plate moment from bearina,,.
�m•...... ............. 4.700 in Bearinq Siresses
'A":Bearing Length 0.378 in Fp:Allowable ............................... 2.700 ksi
Mpl:Plate Moment 0.195 k-in fu:Max.Bearing Pressure (set equal to Fp)
Stress Ratio.................... 1.Od0
Plate Bendinq Stresses
Mmax.......................................... 2.336 k-in
fb:Actual................................ 9.343 ksi
Fb:Allowable................................ 32.400 ksi
Stress Ratio.................... a•z88
PCS Structural Solutions Project Title:
1250 Pacific Ave,Suiie 701 En�ineer: Project ID:
7acoma,WA 98402 Pro�ect Descr;
PnNtd�14 NnV:p11.):38PFi
J File:G:12009 Jobs19276 Yelm SD TranspodaUon CblCakslyelm.ec6
Steel Base Plate ENERCALC,INC.1983-2012,Build:6.i2.11.1,Ver:6.12.ti.1
�-�� . .
Load Comb. : +1.20D+0.50Lr+0.50L-'I.60W Axia!Load+Moment,Ecc.>U2
Loadin4 Calcufate olate moment Uom bolt tension...
Pu:Axial......... 1.926 k ensEOn pe� t.......................... 2.254 k
Mu:Moment........ 9.726 k-ft Tension:Allowable.................... 25.000 k
Eccentricity...................:.... 60.750 in Stress Ratio.................... 0.090
A1:Plate Area......... 289.000 in^2
A2:Support Area..................... 900.000 in^2 Dist.from Bolt to Col.Edge...,......... 2.700 in
sqrt(A21A1} 1.765 Effective Bolt Width for Bending..... 16.200 io
Plate Moment from Bolt Tension....... 1.127 k-in
Calculate plate moment from bearin4,,,
'm'..................... 4.70o in Bearing Stresses
"A':Bearing Length 0.378 in fp:Atlowable ............................... 2.700 ksi
Mpl:Plate Moment 0.195 k-In fu:Max.Bearing Pressure (set equal(o Fp)
Stress Ratio.................... 1.000
Plate Bendin4 Stresses
Mmax.......................................... 2.336 k-in
fb:Actual ............................... 9.343 ksi
Fb:Allowable................................ 32.400 ksi
Stress Ratio.................... 0.288
Load Comb. : +9.20D+0.50L+0.50S+1.60W Axial Load+Moment,Ecc.>U2
Loading Caiculate late moment from boft tension...
Pu:Axial........ 2.970 k ensbn per t.......................... 3.421 k
Mu:Moment.....,.. 14,720 k-ft Tension:Allowable.................... 25.000 k
EccenUiciry....................... 59.475 in StressRatio........,........... 6.137
A1:Plate Area......... 289.000 in^2
A2:Support Area..................... 900.000 in^2 Dist.from Bolt to Col.Edge,....,....... 2.700 in
sqrt(A21A1) 1.765 Effective Bolt Witlth for Bending..... 16.200 in
Plate Moment from Bolt Tension....... 1.710 k-in
Calculate plate moment from bearina,..
"m"..................... 4.700 in Bearinq Stresses
"A":Bearing Length 0.577 in Fp:Allowable ............................. 2.700 ksi
Mpl:Plaie Moment 0.292 k-in fu:Max.Bearing Pressure (set equal to Fp)
Stress Ratia.................... 1.000
Plate Bendina Stresses
Mmax.......................................... 3.5D9 k-in
fb:Actual................................ 14.035 ksi
Fb:Allowable................................ 32.400 ksi
Stress Ratio.................... D.433
PCS Structural Solutions Project Title:
1250 Pacific Ave,Suite 701 En�ineer: Project ID;
Tacoma,WA 98402 Pro�ect Descr:
Prinied:14 NOV 2012,7:36Ph1
._�._-_..�_._�_� .._.__.�._ -
File:G:1e009Jobs19276 Yelm 5D Transportation CtACalcslyelm.ec6
Steel Base Plate ENERCALC,INC.7983•2012,Build:6,12.11.1.Ver:6.12.11 1
�.��
. a
Load Comb. : +1.20D+0.50L+0.50S-1.60W Axial Load+Moment,Ecc.>U2
Loadinq Calculate�late ntoment irom bolt tension...
Pu:Axial...,..... 2.970 k Tension per Bolt.......................... 3.421 k
Mu:Moment........ 14.720 k-ft Tension;Allowable.................... 25.000 k
Eccentricity........................ 59.475�n Stress Ratio.................,.. 0.137
A1:Plate Area......... 289.000 in^2
A2:Support Area..................... 900.000 in^2 Dist.from Bolt to Col.Edge............. 2.700 in
sqrt(A2IA1) �,765 Effective Bolt Width for Bending..... 16.200 in
Plate Moment from Bolt Tension....... 1.710 k-in
Calculate plate moment from bearinq...
��m�,,,,,,,,,,,,,,,,,,,,, 4.700 in Bearinq Stresses
"A":Bearing Length 0.577 in Fp:Allowable .............................. 2.700 ksi
Mpl:Plate Momeni 0.292 k-in fu:Max.Bearing Pressure (set eqaal to Fp)
Stress Ratio.................... 1.000
Plate Bendinq Stresses
Mmax......................................... 3.509 k-in
fb:Actual................................ 14.035 ksi
fb:Allowable................................ 32.400 ksi
Stress Ratio.................... 0.433
Load Comb. : +1.20D+0.50L+0.20S+E Axial Load+Moment,Ecc.>U2
Loadin Calculafe late moment irom bolt lension...
Au:Axial......... 2.346 k ension per olt.......................... 8.197 k
Mu:Moment........ 31.520 k-ft Tension:Allowable.................... 25.000 k
Eccentricity........................ 161.641 in Stress Ratio.................... 0.328
A1:Plate Area......... 289.000 in^2
A2:Support Area..................... 900.000 in^2 Dist.from Bolt to Col.Edge........,.... 2.700 in
Effective Boit Width for Bending..,.. 16.200 in
sqrt(A2fA1) 1•765 Piate Moment from Bolf Tension....... 4.099 k-in
Calculate plate moment from bearing...
^m�,,,,,,,,,,,,,,,,,,,, 4.700 in Bearinq Stresses
"A":Bearing Length 1.174 in Fp:Allowable ............................... 2.700 ksi
Mpl:Plate Moment 0.569 k-in fu:Max.Bearing Pressure (set equal to Fp)
Stress Ratio.................... 1.000
Plate Bending Stresses
Mmax.......................................... 6.826 k-in
fb:Acival............................... 27.305 ksi
Fb:Allowable................................ 32.400 ksi
Stress Ratio.................... 0.843
PCS Structural Solutions Project Title:
1250 PacificAve,Suite 701 En�ineer: Project ID:
Tacoma,WA 98402 Pro�ect Descr:
Printed:l4 NOV 2012,7:38PM
St8@� BaS@ P�at@ f m File;G:12009 Jobs19276 Yelm SDTransportation CIrlCalcslyelm.ec6
ENERCALQ INC.1983-2012,Build:6.12.11.1,Ver:6.12.11.1
�.�� • �
Load Comb. : +1.20D+0.50L+0.20S-1.OE Axial Load+Moment,Ecc.>U2
Loadinq Calculafe late moment f�om bolt iension...
Pu:Ax�al......... 2.340 k ension per oi!.......................... 1.731 k
Mu:Moment.,...... 8.086 k-ft Tension:Allowable.................... 25.000 k
Eccentricity........................ 41.436 in Stress Ratio.................... 0.069
A1:Plate Area......... 289.000 in"2
A2:Support Area..................... 900.000 in^2 Dist.from Bolt to Col.Edge........,.... 2.700 in
sqrl(A21A1) 1.785 Effective Bolk Width for Bending..... 16.200 in
Plate Moment from Bolt Tension,...... 0.965 k•in
Calculate plate momeni irom bearinq...
�m•,,,,,,,,,,,,,,,,,,,,, 4.706 in Bearinq Stresses
"A°:Bearing Length 0.328 in Fp:Allowable ............................... 2.700 ksi
Mpl:Plate Moment 0.170 k-in fu:Max.Bearing Pressure (set equai to Fp)
Stress Ratio.................... 1.000
Plate Bendina Stresses
Mmax:........................�................ 2.034 k-in
fb:Actual................................ 8.137 ksi
Fb:Allowable..............:..............:.. 32.400 ksi
Stress Ratio.................... 0.251
Load Comb. : +0.90D+1.60W+1.60H Axial Load+Moment,Ecc.>U2
Loadinq Calculaie iate moment from boli tension...
Pu:Axial......... 1,440 k ens on per o 1.......................... 1.686 k
Mu:Moment.....,.. 7.290 k-ft Tension:Allowable.................... 25.000 k
Eccentricity........................ 60.750�� Stress Ratio.................... 0.067
A1:Plate Area......... 289.000 in^2
A2:Support Area..................... 900.000 in^2 Dist.from Bolt to Col.Edge.........,... 2.700 in
sqrl{A2/A1) 1.765 Effective Bolt Width tor Bending..... 16.200 in
Plate Moment from Bolt Tension......, 0.843 k-in
Caiculate plate moment from bearinq,..
^m^,,,,,,,,,,,,,,,,,,,,, 4.700 in Bearinq Stresses
"A":Bearing Length 0.283 in Fp:Allowable ............................... 2.700 ksi
Mpl:Plate Moment 0.147 k-in fu:Max.Bearing Pressure (set equa!to Fp)
Stress Ratio.................... 1.OD0
Plate Bendinq Stresses
Mmax.......................................... 1.760 k-in
fb:Actual................................ 7.041 ksi
Fb:Allowable................................ 32.400 ksi
Stress Ratio.................... 0.217
PCS Struciural Solutions Project Title:
1250 Pacific Ave,Suite 701 Engineer: Project ID:
Tacoma,WA 98402 Project Descr:
Printed:14 NOV 2012,7:3BPM
File:G:12009 Jobs19276 Yelm SD Transporialion ClrlCaicslyelm.ec6
Steei Base Plate ENERCALC,INC.19832012,Build:6.12.11.1,Ver.6.1211.1
� �� . .
Load Comb. : *0.90D-1.60W+1.60H Axial Load+Moment,Ecc.>U2
Loadin Calcutate latemoment irom bolt tension...
Pu:Axial......... 1.440 k ens�on per o t....„.................... 1.686 k
Mu:Moment........ 7.290 k-ft Tension;Allowable.................... 25.000 k
Eccentricity........................ 60.750 in Stress Ratio....,...........,.,. O.Q67
A1:Plate Area......... 269.000 in^2
A2:SupportArea..................... 900.000 in^2 Dist.from Bolt to Gol.Edge........,.... 2.700 in
sqrt(A2(A1) 1.765 Effective Bolt Width for Bending,.... 16.200 in
Plate Moment from Bolt Tension....... 0.843 k-in
Calculate alate moment from bearinq.,.
^m°..................... 4.700 in Bearinq Siresses
"A":Bearing Length 0.283 in Fp:Allowable ............................... 2.700 ksi
Mpi:Plate Moment 0.147 k-in (u:Max.Bearing Pressure (set equal to Fp)
Stress Ratio.................... 1.000
Plate Bendinq Stresses
Mmax.......................................... 1.76o k-in
fb:Actual................................ 7.041 ksi
Fb:Allowable................................ 32.400 ksi
Stress Ratio.................... 0.217
Load Comb. : +0.90D+E+1.60H Axial Load+Moment,Ecc.>U2
Loadin4 Calcu�ate late momenl from bolt tension...
Pu:Axial,........ 9.440 k ensron per olt.......................... 7.120 k
Mu:Moment........ 27.090 k-ft Tension:Allowable.................... 25.000 k
Eccentricity....................... 225.750 in Stress Ratio..,................. 0.285
A1:Plate Area......... 289.000 in"2
A2:Support Area..................... 900.000 in^2 Disi.from eolt to Col.Edge...........,. 2.700 in
sq�t(A2lA1} 1.765 Effective Solt Width for Bending.,... 16.200 in
Plate Momentfrom BoltTension....... 3.560 k-in
Calculateplate moment from bearinq.,.
°m^..................... 4.700 in Bearinq Stresses
"A":Bearing Length 0.993 in Fp:Aliowable ............................ 2.700 ksi
...
Mpi:Piate Moment 0.488 k-in fu:Max.Bearing Pressure (set equal to Fp J
Stress Ratio.................... 1.000
Plate Bendinq Stresses
Mmax..............................:........... 5.859 k-in
fb:Actual................................ 23.437 ksi
Fb:Allowable................................ 32.400 ksi
Stress Ratio.................... 0.723
PCS Structural Solutions Project Titie;
1250 Pacific Ave,Suite 701 Engineer, Project ID;
Tacoma,WA 98402 Project Descr:
Prinied:14 NJV 2012.7:38Ph9
FNe•G:12dD9 Johs19276 Yelm SDTransportalion CtrlCalcslyelm.ec6
Steel Base Plate EtJERCALC,INC.1983-2012,BuiId:6.12.11.1,Ver.6.12.11.1
�.�� - -
d .
Load Comb. : +0.90D-1.OE+1.60H AxialLoad+Moment,Ecc.�U2
Loadin Ca(culate lafe moment from 6olt lension...
Pu:Axial......... 1.440 k ension per Ball.......................... 3.101 k
Mu:Moment........ 12.510 k•ft Tension;Allowable.................... 25.000 k
Eccentricity........................ 704.250 in Stress Ratio.................... 0.124
A1:Plate Area......... 289.000 in^2
A2:SuppoR Area..................... 900.000 in"2 Dist.from Bolt to Col.Edge............. 2.700 in
sqrt(A21A1) 1.765 Effective Boit Width for Bending..... 16.200 in
Plate Moment from Bolt Tension....... 1.551 k-in
Calculate plaie moment from bearinq..,
•m^..................... 4.70o in Bearin4 Stresses
"A':Bearing Length 0.468 in Fp;Allowable ............................... ( q �.�00 ksi
Mpl:Plate Moment 0 239 k-in fu:Max.Bearing Pressure set e ual to F
Stress Ratio.................... 1.000
Plate Bentlina Stresses
Mmax......................................... 2.872 k-in
fb:Actual................................ 11.487 ksi
Fb:Allowable................................ 32.400 ksi
5tress Ratio.................... 0.355
��
www.hilti.us Profls Anchor 2.3.3
Company: Pa9e: �
Specifier: Project:
Address: Sub-P�oJect I Pos.No.:
Phone I Fax: j Date: 11/19l2012
E-Mail:
Specifier's comments:
1 lnput data
Anchor type and diameter: Hex Head ASTM F 1554 GR.36 1 1/8 ���
Effective embedment depth: he,=24.000 in.
Materiai: ASTM F 1554
Proof: design method ACI 318!CIP
Stand-off installation: ey=0.000 in.(no stand-of�;t=1.500 in.
Anchor plate: I,x lY x t=17.000 in.x 17.000 in,x 1.500 in.;(Recommended plate fhickness:not calculated}
Profle: Square HSS(AISC);(L x W x T)=8.000 in.x 8.000 in.x�.375 in.
Base material: cracked concrete,3000,f�=3000 psi;h=48.000 in.
Reinforcement: tension:condition A,shear:condition A;anchor reinforcement:tension,shear
edge reinforcement:none or<No.4 bar
Corner reinforcement acc.to ACI318-OS section D.6.2.3(c)present
Seismic loads(cat.C,D,E,or F) yes(D.3.3.6)
Geometry[in.]8.Loading[ib,in.lb]
Z;
o�
�..`�,1
;-� 0
�' -��- 6 �`'�ti;�- `\� Y-
� 7 ��,� �� � ���� 1�� ��
,� _, , . �
�' __---- ����� ��`�.
.ti�
��'�---`�" .. ---
�� . )
! 4 � � � �
�! �y ��f
� .. Y$?� . V':�}�,6 �w. 1.
' �f h
� i {.
't � � {
.�� r" <.±� a ,:r r ��-
,�;n :, ��, �." s
�` i$ �t�,��<.
� �"d� � �
Mt;�
X
Inpul data and resNts musl be checked for agreement wilh the exisling condilions and for plausibililyl
PROFIS Anchor(c)2003-2009 Hilti AG,FL-9494 Schaan Hilli is a registered Trademark of Hilli AG,Schaan
�
www.niiti.us Profis Anchor 2.3.3
Company: Page: 2
Specifier: Project:
Address: Sub-ProJect I Pos.No.:
Phone I Fax: ( Date: 11/19/2012
E-Mail:
2 Load case/Resulting anchor forces
Load case:Design loads
0 6 �y7 9
Anchor reactions[Ib)
Tension force:(+Tension,-Compression)
Anchor Tension force Shear force Shear force x Shear force y
1 7290 206 6
2 2825 206 206 0 Q�on �SSI n
3 0 206 206 o p
4 7290 206 206 0
5 0 206 206 0
6 7290 206 206 0
7 2825 206 206 0 O 1 �2 O 3
S 0 206 206 0
max,concrete compressive strain: 0.16[°60]
max.concrete compressive stress: 688[psi]
resulting tension force In(x/y)=(-4.768/0.000): 2752i[I6]
resulting compression farce in(x/y)=(6.932/O.ODO):27521 [Ib]
3 Tension load
Load h„�p6] Capacity�N„[ip] Utilizatian�=N�,/�N„ Sfatus
Sleel Strengt ' � 7290 �� 33150 22 O
Pullout Strength` 7290 7419 99 OK
Concrete Breakoui 5trength**� N/A N/A NIA N/A
Concrete Side-Face Blowout,direction x-"' 21871 21531 102 noi recommended
*anchor having the highest loading "anchor group{anchors in tension)
'Tension Anchor Reinforcement has been selected!
3.1 Steel Strength
Nsa =n Ase,N f�ia ACI 318-D8 Eq.(D-3)
�Ns1ee1 z N�a ACI 318-08 Eq.(�-1)
Variables
n ASQ,N I�n Zl futa Ips�l
1 0.76 58000
Caiculations
Nsa��b�
44254
Results
Nsa l�bl qsleel q Nsa L�bl Nua��bl
44254 0.750 33190 7290
Inpul data end resulls must be checked foragreemenlwith the exisling conditions and for plausibilityl
PROFIS Anchor(c)2003-2009 Hilti AG,FL-9494 Schaan Hilti is a registered Trademark of Hilti AG,Schaan
www.hi�ti.us Profis Anchor 2.3.3
Company: ��-____M.____---- Page: 3
Specifier: Project:
Address: Sub-Project I Pos.No.:
Phone I Fax: { Date: 1 1 11 9/2 01 2
E-Mail:
3.2 Putlout Strength
NPN =���P NP ACI 398-08 Eq.(D-14)
Np =8 Ae�9 f� ACI 318-08 Eq.(D-i 5)
�NPN Z N�a ACI 318-08 Eq.(D-i)
Varia6les
�Ve.n Aom[�n'3 r��ps�] �
1.000 1.47 3000
Calculations
NP[Ib]
5328
Results
Npn 4�b� Yconucle sttsmic ______ .,4"o�dut1110_� _��ND�t�bl _Nua��bl
35328 0.700 0.750 0.400 74�9 72 0
3.3 Concrete Side•Face Biowout,direction x-
Nsb =160 ca,��,� ACI 31 S-OS Eq.(D-17)
Ns� =ae,o„P Nsb ACI 318-08 Eq.(D-18)
�N5�Z N�a ACI 318-OS Eq.(D-1)
�9,o�P =(1+S> see ACI 318-08,Part D.5.4.2 Eq.(D-18)
6 ce�
Variables
�a�[in.] �as[in.] A6�9[in?] � f�[P5�] s[in.]
7.000 7.000 1.47 1 3000 12.000
Calculations
agmup Ns6[Ib]
1:286 74427
Resuits
Nsyg[Ib] �concrete �seismic �nonduc�ile �NSn�[�b1 Nua,edqe��b�
95692 0.750 0.750 0.400 21531 21871
Input dala and results musl be checked for agreement with the existing candiUons and for plausibllity!
PROFIS Anchor(c)2003-2009 Hilti AG,FL-9494 Schaan Hilli is a tegislered Tfademark of Hilli AG,Srhaan
www.ntitt.us __! ____T, Profis Anchor 2.3.3
Company: ------------ Page: 4
Specifier: Project:
Address: 5ub-Project I Pos.No.s
Phone 1 Fax: ( Date: 1���9�2��2
E-Mail:
4 Shear load
Load V�a[Ih] Capacity}V„[Ib] Utilization py=V,,,/�V„ Status
teel Strength 2 6 �7259 2 OK
Steel failure(with lever arm)` N!A N!A NIA N/A
Pryout Strength'" 1650 19196 9 OK
Concrete edge failure in direction"`' N�A N/A NIA N!A
'anchor having the highest loading "anchor group(relevant anchors)
�5hear Anchor Reinforcement has been selected!
4.1 Steel Strength
Vsa =�0.6 Ase,v futa ACI 318-08 Eq.(D-20)
�Vsleel�Vua ACI 318-08 Eq.(D-2)
Variables
fl Ase.v��n 2� futa�PS��
�"�'� 1�� 0.76 58000 �m'
Calculations
Vsa��b�
— 26552 �
Results
Vsa��b� �sleel �Use��b� Vua��b�
26552 0.650 77259 206
b.2 Pryout Strength
V =k [(A"°)l � N, ACI 318-08 E D31
�Pg �P ANcO Vec,N Ved,N IVc,N��cp,N 6 q'� �
�V���V�a ACI 318-08 Eq.(D-2)
AN� seeACl 318-08,Part D.5.2.1,Fig.RD.5.2.1(b)
A =9 h2 ACI 318-OS Eq.(D-6)
Nco er
1 \
,�,Q�.N = � 2 eN i 51.0 ACI 398-08 Eq.(D-9)
� +3 he��
y�ed N -��+�3 �a-min 5� � ACI 318-08 Eq.(D-11)
(�.5hef
����pN =MAX(�a—'`"—in 1.5hef�51.0 ACI 318-08 Eq.(D-13)
�ac � �ac
Nb =k���he�s ACI 318-08 Eq.(D-7)
Variabies
_.._.��_ ��.�fin.l____.�__.__ �o�.N Iin.] ._e_._._. ?�z,H[ln.l,_.__.___���.�,u�[in.]
Z 4.66T 0.'�Q 0.000 7.000
1ycN �ac�Ifl.] k� � � fc�P51� v_
1.000 - 24 1 3000
Calculations
ANo���Z� AN�o I��?� Ivec1.N i���z N ��ea N I�/cp N Nn I�b�
676.00 196.00 1.000 1.000 1.000 1.000 13252
Rasults
V�pg[Ib] �concre�e �se�smic �nondudi�e �V�pg[Ib] V�a[Ib]
91412 �� 0.700 0.750 0.400 19196 1650
Inpul daia and results must�e checked for agreement with ibe existing conditions and for plausibility! �
PROFIS Anchor(c)2003-2009 Hilli AG,FL-9494 Schaan Hilti is a regislered Trademark of Hilti AG,Schaan
i��
www.ntitt.us Profis Anchor 2.3.3
Company: Page: 5
Specifier: Project:
Address: Sub-Project I Pos.No.:
Phone I Fax: � Date: 1 1/1 912 01 2
E-Mail:
5 Combined tension and shear loads
pN Pv �
Utilization pN,�[%] Status
1.016 0.086 1.000 92 OK
NNV—��N+P��r • �—1
6 Warnings
• To avoid failure of th anchor plate the required thickness can be calculated in PROFIS Anchor.Load re-distributions on the anchors due to
elastic deformations o the anchor plate are not considered.The anchor plate is assumed to be sufficiently stiff,in order not to be deformed when
subjected to the loadin !
� Condition A applies whe supplementary reinforcement is used.The�6 factor is increased for non-steel Design Strengths excepl Puliout Strength
and Pryout strength. Co dition B applies when supplementary reinforcement is not used and for Pullout Strength and Pryout Strength.Refer to
your local standard.
• Checking the transfer of lo s into the base material and fhe shear resistance are required in accordance with ACI318 or Yhe relevant standard!
• An anchor design approach r structures assigned to Seismic Design Category C,D,E or F is given in ACI 318-08 Appendix D,Part D.3.3.4 this
requires the governing desig strength of an anchor or group of anchors be limited by ductile steel failure.If this is NOT ihe case,Part D.3.3.5
requires that the attachment t t the anchor is connecting to the structure shall be designed so that the attachment wiA undergo ductile yielding at
a load level corresponding to a chor forces no greater than the controlling design strength.In lieu of D.3:3.4 and D.3.3.5,the minimum design
strength of the anchors shali be ultiplied by a reduction factor per D.3.3.6.
An aliernative anchor design ap oach to ACI 318-08,Part D.3.3 is given in IBC 2009,Section 1908.1.9.This approach contains"Exceptions"
that may be applied in lieu of D.3. for applications involving"non-structural components"as defined in ASCE 7,Section 13.4.2.
An aliernative anchor design appr ach to ACI 318-08,Part D.3.3 is given in IBC 2009,Section 1908.1.9.This approach contains"Exceptions"
that may be applied in lieu of D.3.3 or appiications involving"wall out-of-plane forces"as defined in ASCE 7,Equation 12.11-1 or Equation
'12.14-10.
• It is the responsibility of the user whe inputting values for britlie reduction factors(�nonduGile)different than those noted in ACI 318-08,Part
D.3.3.6 to determine if they are consis ent with the design provisions of ACI 318-08,ASCE 7 and the governing building code.
Selection of��o�a���;ie=1.0 as a means f satisfying ACI 318-08,Part D.3.3.5 assumes ihe user has designed the attachment that the anchor is
connecting to undergo ductile yielding a a force level<=the design strengths calculated per ACI 318-08,Part D.3.3.3_
• The design of Anchor Reinforcement is b yond the scope of PROFIS Anchor.Refer to ACI-318-08,Part D.52.9 for information about Anchor
Reinforcement.
• The design of Anchor Reinforcement is be nd the scope of PROFIS Anchor.Refer to ACI-318-08,Part D.6.2.9 for information about Anchor
Reinforcement.
• Anchor Reinforcement has been selected as design option,calculations should be compared with PROFIS Anchor calculations.
Fasteni g does not meet the design criteria!
overstressed by
1.6% -- okay
Inpul dala and results must ba checked toragreemenl with the exisling condilions end tor plausibililyl
PROfIS Anchor(c)2003-2009 HiIU AG,FL-9494 Schaan Hilti Is a registered Trademark oi Hilli AG,Schaan
www.nilti.us _,_,.______ ___
Profis Anchor 2.3.3
Company: Pa9e' 6
Specifier: Project:
Address: Sub-Project I Pos.No.:
Phone I Fax: � Date: 11l19/2012
E-Mail:
7 Installation data
Anchor plate,steel:- Anchor type and diameter:Hex Head ASTM F 1554 GR.36,1 1/8
Profile:Square HSS(AISC);8.000 x 8.000 x 0.375 in. Instailation torque:-0.009 in.lb
Hole diameter in the fixture:d�=1.188 in. Hole diameter in the base material:-in.
Plate thickness(input):1.500 in. Hole depth in the base material:24.000 in.
Recommended plate thickness:not calculated Minimum thickness of the base material:26.250 in.
Cleaning:No cleaning of the drilled hole is required
Y
8.500 8.500
°o
�
N
� 6 � 7
� �
O
��1
W
O
4
(O
�./ 4 ^_._ ���_ � •x
0
0
0
�
0
0
�
�
�p� � � _� 2 � 3 �
0
0
ia
�i
2.500 6.000 6.000 2.500
Coordinates Anchor in.
Anchor x y c_x c.,x c_Y c�y Anchor x y c_, c+, o-y �+y
1 -6.000 -6.000 7.000 19.000 7.000 1 S.00Q 5 6.000 0.000 19.000 7.000 13.000 13.000
2 0.000 -6.000 13.000 13.000 7.000 19.000 6 -6.000 6.000 7.000 19.000 19.D00 7.000
3 6.000 -6.000 19.000 7.000 7.000 19.000 7 0.000 6.000 13.000 13.000 19.000 7.000
4 -6.000 0.000 7.000 19.000 13.000 13.OD0 8 6.000 6.000 19.000 7.000 19.000 7.000
Input data and resulis mus[be checked for agreement wllh Ihe existing conditions and tor plausibilllyl
PROFIS Anchor i c)2003-2009 Hilli AG,FL-9494 Schaan Hilti is a regis[ered Trademark of Hiltl AG,Schaan
. •
�
www.niiti.us � Profis Anchor 2.3.3
Company: ^� Page: 7
Specifier: Project:
Address: Sub-Project I Pos.No.:
Phone I Fax: � Date: 1 111 91201 2
E-Mail:
8 Remarks; Your Cooperation Duties
• Any and all information and daia contained in the Sofiware concern solely the use of Hilti products and are based on the principles,formulas and
security regulations in accordance with Hilti's technical directions and operating,mounting and assembly instructions,etc.,that must be strictly
complied with by the user. All figures contained therein are average figures,and therefore use-specific tests are to be conducted prior to using
the relevant Hilti product. The resuits ofthe calculations carried out hy means of the Software are based essentially on the data you put in.
Therefore,you bear the sote responsibility for the absence of errors,the completeness and the relevance of the data to be put in by you.
Moreover,you bear sole responsibility for having the results of the calculation checked and cleared by an expert,particularly with regard to
compliance with applicable norms and permits,prior to using them for your specific facility. The Software serves only as an aid to interpret norms
and permits without any guarantee as to the absence of errors,the correctness and the relevance of the results or suitability for a specific
application.
• You must take all necessary and reasonable steps to prevent or limit damage caused by the Software. In particular,you must arrange for the
regutar backup of programs and data and,if applicable,carry out the updates of the Software offered by Hilti on a regular basis.If you do not use
the AutoUpdate function of the Software,you must ensure that you are using the current and thus up-to-date version of the Software in each case
by carrying out manual updates via the Hilti Websiie. Hilti will not be liable for consequences,such as the recovery of lost or damaged daia or
programs,arising from a cuipable breach of duty by you,
lnput dala antl results must be checked for agreement with tha existing conditions an4 for plausibililyl
PROFIS Anchor(c j 2003-2009 Hilii AG,F1.-9494 Schaan Hilti is a registe�ed T�ademark of Hilti AG,Schaan
. �
Project: ��`�-1..c�� Jnty Nu; f��j `(`�l C';
� 5ubject: _ Slicet �ama 'S'� �>
Struetural Solutions Originating Office: ❑ Seatde [�Tacoma t)ate:!I i C�-� /'
:m..__. r..,.�GcfG �i ? t,��".:�-,�rJ �.w��.c,n,ry,�.. u�.����.�; �i,_.�... .
i
-,C' 0.�9 (G fi? Q.3�a I�. I� ,�.-r
�.-�..s�= t� t�->
�j,75, `���1`� �{� /
"�� {�I � (��'"} _° ��A v�.rc3�',l�. �l
,1 'J �� . . .. .r_ lI �' � 1� ��.
,T_ f` - '-___ _._._.._ -._.____ __... ._ _ . . . .. ._ l
f �� � t �j���� ,A
r I /�1
/ '
. �r � �
� i<� � "� `.�� �r �j ( ` �, (('L`���"�v�` i ��2��sZ�x(Z7�`'�
� j l,
� � � = O,OC3(f3
1Z � i
i i
i Q - a.�oc� (ti��{�(���
I �' � _
i '` „
- 0,25 �.�.
� _ - �-t-ss ���, � " � ��T—��_
, i � I av�. -rb
9
I: � Gtl c�l.c-t�J
� � ' � R..o�i�c-"�t��u
� � ! �',� I ��`{
� �
}� = 7��� �I
-�`� ?'�`� ���� _ 2,s24� r��5
� .� �g r'c�j����!�
Seatile 8ll Pirst Avenue,Suife 620•Seattle,WA 98104•teL•206.292.5076 www.pcs-structuraLcom
Tacoma I 1250 Pacific Avenue,Suite 701•Tacoma,WA 98402•tei:253.383.2797
BIDSET#
PROJECT MANUAL
YELM COMMUNITY SCHOOLS No, 2
SUPPORT OPERATIONS CENTER PHASE 2
FUELING STATION
VOLUME # 1
January 2013
ERICKSC�N livlcG��,ERN
- ��
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 TABLE OF CONTENTS
2 DESCRIPTION N�MBER OF PAGES
3 SPEGIFIGATIONS
4 DIVISION 00—PROCUREMENT AND CONTRACTING REQUIREMENTS
5 SECTION OO 01 OO,TABLE OF CONTENTS.......................................................................................... 2
6 001113,ADVERTISEMENT FOR BIDS.................................................................................. 2
7 00 2113, INSTRUCTIONS TO BIDDERS................................................................................. 7
$ 00 3100, INFORMATION AVAILABLE TO BIDDERS.................................................................. 1
9 00 4200,FORM OF PROPOSAL........................................................................................... 3
10 00 5200,CONT�CT FORMS.............................................................................................. 1
1 1 OO 7200,GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION.............:..............49
12 00 8300,PREVAILING WAGE RATES...................................................................................16
13 DIVISION 01 -GENERAL REGIUIREMENTS
14 SECTION 01 0000,SCHEDULE OF DRAWINGS ................................................................................... 1
15 01 1000,SUMMARY........................................................................................................... 4
16 01 2000,PRICE AND PAYMENT PROCEDURES..................................................................... 9
1� 01 3000,ADMINISTRATIVE REQUIREMENTS......................................................................... 7
18 01 4000,QUALITY REQUIREMENTS .................................................................................... 4
19 01 4219, REFERENCE STANDARDS....................................................................................13
2 O 01 5000,TEMPORARY FACILITIES AND CONTROLS.............................................................. 4
01 6000,PRODUCT REQUIREMENTS .................................................................................. 4
_G 01 6001,SUBSTITUTION REQUEST FORM........................................................................... 2
2 3 01 7000, EXECUTION AND CLOSEOUT REQUIREMENTS........................................................ 7
2 4 01 7800,CLOSEOUT PROCEDURES....................................................................................10
2 5 DIVISION 02-DEMOLTION/HAZARDOUS MATERIAL REMOVAL
2 6 NONE
2 7 DIVISION 03.CONCRETE
2 8 SECTION 03 3000,CAST-IN-PLACE CONCRETE.................................................................................13
2 9 DIVISION 04,MASONRY
3 0 NorvE
31 DIVISION 05,METALS
3 2 SECTION 05 1200,STRUCTURAL STEEL FRAMING............................................................................. 5
3 3 05 5000, METAL FABRICATIONS......................................................................................... 6
3 4 DIVISION O6.WOOD AND PLASTICS
3 5 NONE
3 6 DIVISION 07,THERMAL AND MOISTURE PROTECTION
3 7 SECTION 07 4113, METAL ROOF PANELS......................................................................................... 5
3 8 07 6200,SHEET METAL FLASHING AND TRIM...................................................................... 3
3 9 07 9005,�OINT SEALERS .................................................................................................. 4
4 0 DIVISION 08.DOORS AND WINDOWS
NONE
4�
2ot0-16/YCS Fueling Station Bid -TOC - 1 TABLE OF CONTENTS 1-15-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 DIVISION 09.FINISHES
2 SECTION 09 9000, PAINTS AND COATINGS—(NEW CONSTRUCTION�..................................................1 1
3 DIVISION 10.SPECIALTIES
4 SECTION 10 4400,FIRE PROTECTION SPECIALTIES........................................................................... 1
5 DIVISION 11,EQUIPMENT
6 NorvE
7 DtViSION 12,FURNISHINGS
S NONE
9 DIVISION 13
10 NONE
11 DIVISION 20.MECHANICAL SPECIFICATIONS
12 NONE
13 DIVISION 21.FIRE SUPPRESSION
14 NONE
15 DIVISION 22,PLUMBING SPECIFICATIONS
16 NONE
17 DIV_ISION 23.HEATING.VENTILATING.AND AIR CONDITIONING SPECIFICATIONS
18 SECTION 23 1000, FUELING TANKS AND EQUIPMENT SYSTEM............................................................ 2
19 DIVISION 26.ELECTRICAL SPECIFICATIONS
2 O NONE
21 DIVISION 27,COMMUNICATION SPECIFICATIONS
2 2 NONE
2 3 DIVISION 28.ELECTRICAL SAFETY AND SECURITY
2 4 NONE
2 5 DIVISION 31.
2 6 SECTION 31 2215,SUBGRADE PREPARATION................................................................................... 3
2 7 31 2220,SITE DEMOLITION AND CLEARING......................................................................... 5
2 8 31 2300, EARTHWORK...................................................................................................... 4
2 9 GEOTECHNICAL REPORT......................................................................................56
3 O 31 2315,TRENCHING, BACKFILLING Hc COMPACTION FOR UTILITIES...................................... 4
31 31 2370, EROSION CONTROL............................................................................................. 2
32 DIVISION 32.EXTERIOR IMPROVEMENTS
3 3 SECTION 32 2740,ASPHALT CONCRETE PAVING............................................................................... 4
3 4 DIVISION 33.
3 5 NorvE
3 6 END OF TABLE OF CONTENTS
i
�
2010-16/YCS Fueling Station Bid -TOC - 2 TABLE OF CONTENTS 1-15-13 ;
�
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 SECTION 00 1113
2 ADVERTISEMENT FOR BIDS
3 NOTICE TO BIDDERS
4 SEALED BIDS WILL BE RECEIVED BY OWNER (YELM COMMUNITY SCHOOLS) AT THE
5 FOLLOWING LOCATION:
6 Yelm Community Schools, Administration Office
7 Facilities Department,ATTN: Cheri Wolf
8 107 1 st Street North
9 Yelm,WA 98597
10 RE:YCS -SOC- Fueling Station
11 Bids will be received on the Form of Proposal, until 3:30 P.M., P.D.S.T.,Tuesday, February 5,
12 2013 (stamped in and held).
� 13 All bids will be reviewed by the Owner.A public opening of bid will not occur. Bid Proposals, not
14 received prior to their scheduled time of receipt may be returned without consideration at the
15 discretion of the Owner (Yelm Community Schools).
16 The Owner reserves the right to reject any and all Bids, and to waive any informalities or
17 irregularities in any Bid or in the bidding.
18 Each Bid and other enclosures shall be enclosed in an opaque, sealed envelope bearing the name
19 and address of the bidder and addressed to the Owner. Mark lower left corner of the envelope
20 "YCS SOC - FUELING STATION."
21 The Bid(s) and Contract(s) are subject to equal employment opportunity provisions of Washington
22 State Law, compliance with prevailing wage standards of RCW Chapter 39.12, and all reporting
23 requirements relating to each of the above.
2010-16/YCS Fueling Station Bid -00 1113 - 1 ADVERTISEMENT FOR BIDS 1-15-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 DOCUMENTS
2 AS REQUIRED BY SMALL WORKS, CONTRACTORS IDENTIFIED TO BID PROJECT SHALL
3 RECEIVE ONE SET OFF DRAWINGS AND SPECIFICATIONS.
4 SPECIFICATIONS, INCLUDING BID AND CONTRACT DOCUMENTS,AND DRAWINGS, MAY BE
5 EXAMINED AT THE OFFICE OF ERICKSON MCGOVERN, P.L.L.C., 101 EAST 26TH STREET
6 SUITE 300,TACOMA,WASHINGTON (253) 531-0206.
7 FULL SET PURCHASES ARE AVAILABLE FOR THE COST OF REPRODUCTION. BIDDERS
8 RE(�UESTING THAT BID DOCUMENTS BE DELIVERED BY MAIL WILL BE REQUIRED TO PAY
9 ACTUAL SHIPPING (MAILING) COSTS.SHOULD A BIDDER WISH PARTIAL SETS, INDIVIDUAL
10 DRAWINGS OR DOCUMENTS OR IN DIGITAL FORMAT ON COMPACT DISK (CD),THEY MAY
11 OBTAIN THEM FROM ARC, P.253.383.6363, BY PAYING THE COST OF REPRODUCTION AND
12 SHIPPING.
13 TO RECEIVE PROJECT ADDENDA, BIDDERS DOWNLOADING FILES NEED TO REGISTER ON
14 THE PROJECT BY CLICKING THE"ADD ME TO THE PLAN HOLDERS LIST" LINK> FILL OUT
15 CONTACT INFORMATION> CLICK"SEND".
16 FOR ASSISTANCE IN OBTAINING PRINTED BID DOCUMENTS OR DOWNLOADING FILES,
17 CONTACT ARC TACOMA BID SERVICES AT 253-383-6363 OR EMAIL
18 TACOMA.BIDSERVICES@E-ARC.COM.
19 PRE-BID MEETING
20 THERE SHALL BE A NON-MANDATORY PRE-BID MEETING ON 22ND DAY, OF JANUARY,2013
21 AT 10:00 A.M., P.D.S.T.,AT THE PROJECT SITE,506 RAILROAD STREET,YELM,WASHINGTON
22 98597.
23 PROJECT ESTIMATE$230,000.00
24 REFUND OF DEPOSITS
25 THE FULL AMOUNT OF THE PREVIOUSLY PAID DEPOSIT(S) FOR DOCUMENTS WILL BE
26 REFUNDED UPON RETURN OF THE DOCUMENTS IN GOOD CONDITION WITHIN 10 DAYS
27 AFTER RECEIPT OF BIDS.THERE WILL BE NO REFUND FOR THE RETURN OF ADDITIONAL
28 SETS OR PARTS OF SETS. PLANHOLDERS WHO DO NOT SUBMIT A BONA FIDE BID AND DO
29 NOT RETURN THE DOCUMENTS ON OR BEFORE THE DAY PRIOR TO THE TIME SET FOR
30 OPENING BIDS WILL FORFEIT THE FULL AMOUNT OF THEIR DEPOSIT.
31 BY THE ORDER OF:
32 YELM COMMUNITY SCHOOL NO.2
33 END OF SECTION
2010-16/YCS Fueling Station Bid -00 1113-2 ADVERTISEMENT FOR BIDS 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 SECTION 00 2113
2 INSTRUCTIONS TO BIDDERS
3 INSTRUCTIONS TO BIDDERS �
4 1.01 DEFINITIONS
5 A. All definitions set forth in the Contract for Construction or in other Contract Documents are
6 applicable to the Bidding Documents. �
7 B. "Addenda"are written or graphic instruments issued prior to the execution of the Contract which
g modify or interpret the Bidding Documents by additions, deletions, clarifications or corrections. The
9 contents of Addenda are issued in no particular order and therefore should be carefully and
10 completely reviewed.
11 C. An "Alternate Bid" (or "Alternate") is an amount stated in the Bid to be added to or deducted from
12 the amount of the Base Bid if the corresponding change in the Work, as described in the Bidding
13 Documents, is accepted.
14 D. The Base Bid is the sum stated in the Bid for which the Bidder offers to perform the Work
�� �� •
15 described in the Bidding Documents as the base to which work may be added or from which work
16 may be deleted for sums stated in Alternate Bids.
17 E. A"Bid" is a complete and properly signed proposal to do the Work or designated portion thereof,
18 submitted in accordance with the Bidding Documents, for the sums therein stipulated.
19 F. A"Bidder" is a person or entity who submits a Bid.
20 G. The "Bidding Documents" include the Advertisement or Invitation to Bid, Instructions to Bidders,
21 the bid form, any other sample bidding and contract forms,the Bid Bond, and the proposed
22 Contract Documents, including any Addenda issued prior to receipt of bids.
23 H. The "Contract Documents" proposed for the Work consist of the Agreement (as well as any
24 General Conditions, revisions, Supplemental, Special or other Conditions included in the Project
25 Manual), any Drawings and Specifications, and all Addenda issued prior to and all modifications
26 issued after execution of the Contract.
27 I. A"Sub-bidder" is a person or entity who submits a bid to a Bidder for materials, equipment or labor
28 for a portion of the Work.
29 J. A"Unit Price" is an amount stated in the Bid as a price per unit of ineasurement for materials,
30 equipment or services as described in the Bidding Documents or in the proposed Contract
31 Documents.
32 1.02 BIDDER'S REPRESENTATIONS
33 A. By making its Bid, each Bidder represents that:
34 1. Bidding Documents. The Bidder has read and understands the Bidding Documents, and its
35 Bid is made in accordance with them.
36 2. Pre-Bid Meeting. The Bidder has attended any pre-bid meeting(s) required by the Bidding
37 Documents.
38 3. Possible Self-Performed Work Requirement. The Bidder will perform with its own forces at
3g least any percentage of the Work required by the Bidding Documents or the Contract
40 Documents.
41 4. Basis. Its Bid is based upon the materials, systems, services, and equipment required by the
42 Bidding Documents, without exception.
43 5. Examination. The Bidder has carefully examined the Bidding Documents, Contract
44 Documents, and the Project site, including any existing buildings, and it has satisfied itself as
45 to the nature, location, character, quality and quantity of the Work,the labor, materials,
46 equipment, goods, supplies, work, services and other items to be furnished, and all other
47 requirements of the Contract Documents. The Bidder has also satisfied itself as to the
48 conditions and other matters that may be encountered at the Project site or affect
49 performance of the Work or the cost or difficulty thereof, including but not limited to those
50 conditions and matters affecting:transportation, access, disposal, handling and storage of
2010-16/YCS Fueling Station Bid - 00 2113- 1 INSTRUCTIONS TO BIDDERS 1-15-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 materials, equipment and other items; availability and quality of labor, water, electric power
2 and utilities; availability and condition of roads; climatic conditions and seasons; physical
3 conditions at the Project site and the surrounding locality; topography and ground surface
4 conditions; and equipment and facilities needed preliminary to and at all times during the
5 performance of the Work.The failure of the Bidder fully to acquaint itself with any applicable
6 condition or matter shall not in any way relieve the Bidder from the responsibility for
7 performing the Work in accordance with, and for the Contract Sum and within the Contract
8 Time provided for in,the Contract Documents.
9 6. Project Manual. The Bidder has checked its copies of any Project Manual issued with the
10 Table of Contents bound therein to ensure the Project Manual is complete.
11 7. Separate Work. The Bidder has examined and coordinated all Drawings, Contract
12 Documents, and Specifications for any other contracts to be awarded separately from, but in
13 connection with,the Work being bid upon, so that the Bidder is fully informed as to conditions
14 affecting the Work under the contract being bid upon.
15 8. License Requirements. Bidders and their proposed Subcontractors shall be registered and
16 shall hold such licenses as may be required by the laws of Washington, including RCW
17 18.27,for the performance of the Work specified in the Contract Documents.
18 1.03 BIDDING DOCUMENTS
19 A. COPIES
20 1. Deposit. Bidders may obtain complete sets of the Bidding Documents from the issuing office
21 and other locations designated in the Advertisement or Invitation to Bid in the number and for
22 the deposit sum, if any, stated. The deposit will be refunded to Bidders who submit a bona
23 fide Bid and return the Bidding Documents in good condition within ten days after receipt of
24 Bids. The cost of replacement of any missing or damaged documents will be deducted from
25 the deposit. A Bidder awarded the Contract may retain the Bidding Documents, and its
26 deposit will be refunded.
27 2. Sub-bidders. Bidding Documents will not be issued directly to Sub-bidders or others unless
28 specifically offered in the Advertisement or Invitation to Bid.
29 3. Complete sets. Bidders shall use complete sets of Bidding Documents in preparing Bids; the
30 Owner assumes no responsibility for errors or misinterpretations resulting from the use of
31 incomp�ete sets of Bidding Documents.
32 4. Conditions. The Owner and/or any Architect or Engineer make copies of the Bidding
33 Documents available on the above terms only for the purpose of obtaining Bids on the Work
34 and do not confer a license or grant permission for any other use.
35 B. INTERPRETATION OR CORRECTION OF BIDDING DOCUMENTS
36 1. Format. The Contract Documents are divided into parts, divisions, and sections for
37 convenient organization and reference. Generally, there has been no attempt to divide the
38 Specification sections into Work performed by the various building trades, any work by
39 separate contractors, or any Work required for separate facilities in or phases of the Project.
40 2. Notify Owner. Bidders and Sub-bidders shall promptly notify the Owner of any ambiguity,
41 inconsistency, or error which they may discover upon examination of the Bidding Documents
42 or of the site and local conditions.All Bidders and Sub-bidders shall thoroughly familiarize
43 themselves with specified products and installation procedures and submit to the Owner any
44 objections (in writing) no later than 10 days prior to the Bid Date. The submittal of the Bid
45 constitutes acceptance of products and procedures specified as sufficient, adequate, and
46 satisfactory for completion of the Contract.
47 3. Written request. Bidders and Sub-bidders requiring clarification or interpretation of the
48 Bidding Documents shall make a written request which shall reach the Owner at least three ,
49 days prior to the date for receipt of Bids.
50 4. Addenda. Any interpretation, correction or change of the Bidding Documents will be made by '
51 written Addendum. Interpretations, corrections or changes of the Bidding Documents made in ',
52 any other manner will not be binding, and Bidders shall not rely upon such interpretations, �
53 corrections and changes. ;
i
2010-16/YCS Fueling Station Bld -OO 21�3 - Z INSTRUCTIONS TO BIDDERS 1-14-13 I
�
I
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 5. Singular references. Reference in the singular to an article, device, or piece of equipment
2 shall include as many of such articles as are indicated in the Contract Documents or as are
3 required to complete the installation.
4 6. Utilities and runs. The Bidder should assume that the exact locations of any underground or
5 hidden utilities and plumbing and electrical runs may be somewhat different from any location
6 indicated in the surveys or Contract Documents.
7 C. SUBSTITUTIONS
g 1. Standard. The materials, products, procedures and equipment described in the Bidding
g Documents establish a standard of required function, dimension, appearance, and quality that
10 must be met by any proposed substitution.
11 2. Substitution procedure. No substitution will be considered prior to receipt of Bids unless the
12 Owner receives a written request for approval on a complete Substitution Request Form at
13 least eight (8) days prior to the date for receipt of Bids. Each such request shall include the
14 name of the material or equipment proposed to be replaced and a complete description of the
15 proposed substitute, including drawings, cuts, performance and test data and any other
16 information necessary for an evaluation. A statement setting forth any changes in other
17 materials, equipment or other Work that incorporation of the substitute would require shall be
1g included. The proposer has the burden to prove the merit of the proposed substitute; by
19 proposing the substitution,the Bidder represents that it has personally investigated the
20 proposed material or product and determined that it is equal or better in all respects to that
21 specified,that the same or better warranty will be provided for the substitution, that complete
22 cost data, including all direct and indirect costs of any kind, has been presented, and that it
23 will coordinate the installation of the substitute if accepted and make all associated changes
24 in the Work. The Owner's decision to approve or disapprove a proposed substitution shall be
25 final.Written requests for approval shall constitute a guarantee by the Bidder that the articles
26 or materials are, in all respects, including warranty, equal or superior to those specified,
27 unless otherwise noted. To the extent the proposed substitution will require additional work by
28 an architect or consultants after Bid award,the Contractor will be required to pay for this work
29 at their customary hourly rates.
30 3. Addendum. If the Owner approves a proposed substitution prior to receipt of Bids, the
31 approval will be set forth in a written Addendum. Bidders shall not rely upon approvals made
32 in any other manner.
33 4. Post-bid substitutions. After the Contract has been executed,the Owner may consider a
34 written request for the substitution of material or products in place of those specified in the
35 Contract Documents only under exceptional circumstances as specified.
36 D. ADDENDA
37 1. Written.All Addenda will be written. They will be mailed, e-mailed,faxed and/or delivered to
38 those the Owner knows to have received a complete set of Bidding Documents.
39 2. Copies. Copies of Addenda will be made available for inspection wherever Bidding
40 Documents are on file for that purpose.
41 3. Verification and acknowledgment of receipt. Prior to bidding, each Bidder shall ascertain that
42 it has received all Addenda issued. Each Bidder shall acknowledge its receipt of all Addenda
43 in its Bid.
44 1.04 BIDDING PROCEDURE
45 A. FORM AND STYLE OF BIDS
46 1. Form. Bids shall be submitted on forms identical to the form included with the Bidding
47 Documents.
48 2. Entries on the bid form.All blanks on the bid form shall be filled in by typewriter or manually in
49 ink.
50 3. Words and figures.Where so indicated by the makeup of the Bid form,sums shall be
51 expressed in both words and figures; in case of discrepancy between the two, the amount
52 written in words shall govern.
53
2010-16/YCS Fueling Station Bid -00 2113 -3 INSTRUCTIONS TO BIDDERS 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 4. Initial changes. Any interlineation, alteration or erasure must be initialed by the signer of the
2 Bid.
3 5. Alternates.All requested Alternates should be bid. The Owner reserves the right, but is not
4 obligated, to reject any Bid on which all requested Alternates are not bid. If no change in the
5 Base Bid is required for an Alternate, enter"No Change." If there is no entry, it will be
6 presumed that is the Bidder has made no offer to accomplish the Alternate.
7 6. No conditions. The Bidder shall make no conditions or stipulations on the bid form nor qualify
8 its Bid in any other manner.
g 7. Identity of Bidder. The Bidder shall include in the appropriate location on the bid form the
10 legal name of the Bidder and, if requested, a description of the Bidder as a sole proprietor, a
11 partnership, a joint venture, a corporation (include state of incorporation), or another
12 described form of legal entity. The Bid shall be signed by the person or persons legally
13 authorized to bind the Bidder to a contract.A Bid submitted by an agent shall have a current
14 power of attorney attached certifying the agent's authority to bind the Bidder.
15 8. Bid amounts do not include sales tax. The Bid shall include in the sum stated all taxes
16 imposed by law, EXCEPT STATE AND LOCAL SALES TAX.
17 9. Bid breakdown. The Bid form may contain,for the Owner's accounting purposes only, a
18 breakdown of some or all of the components included in the Base Bid.
19 B. POSSIBLE TRENCH EXCAVATION SAFETY PROVISIONS
20 1. To ensure that the Bidder agrees to comply with relevant trenching safety requirements of
21 RCW 39.04.180,the Base Bid may include the cost of any required trenching. The Bidder
22 shall enter in the blank provided on the Bid form the dollar amount the Bidder has included in
23 its Base Bid for any work requiring trenching that will exceed a depth of four feet. If trench
24 excavation safety provisions do not pertain to the Project,the Bidder should enter"N.A." or
25 "Not Applicable" in the blank on the bid form.
26 C. BID SECURITY
27 1. Purpose and procedure. Each Bid shall be accompanied by a bid security equal to five
28 percent of the Base Bid.The bid security constitutes a pledge that the Bidder will enter into
29 the Contract with the Owner in the form provided, in a timely manner, and on the terms stated
30 in its Bid and will furnish in a timely manner the payment and performance bonds, certificates
31 of insurance, Contractor's Construction Schedule, and all other documents required in the
32 Contract Documents. Should the Bidder fail or refuse to enter into the Contract or fail to
33 furnish such documents,the amount of the bid security shall be forfeited to the Owner as
34 liquidated damages, not as a penalty.
35 2. Form. The bid security shall be in the form of a certified or bank cashier's check payable to
36 the Owner or a bid bond executed by a bonding company licensed in the State of Washington
37 on a Public Works Bond or equivalent form.
38 3. Retaining bid security. The Owner will have the right to retain the bid security of Bidders to
39 whom an award is being considered until either (a)the Contract has been executed, and
40 payment and performance bonds have been furnished, or (b)the specified time has elapsed
41 so that Bids may be withdrawn, or (c) all Bids have been rejected.
42 4. Return of Bid Security.Within 45 days after the Bid Date,the Owner will release or return bid
43 securities to Bidders whose Bids are not to be further considered in awarding the Contract.
44 Bid securities of the three apparent low Bidders will be held until the Contract has been finally
45 executed, after which all unforfeited bid securities will be returned.
46 D. SUBMISSION OF BIDS
47 1. Procedure. The Bid,the bid security, and any other documents required,to be submitted with
48 the Bid shall be enclosed in a sealed opaque envelope identified with the Project name,the
49 Bidder's name and address and, if applicable,the designated portion of the Work for which
50 the Bid is submitted. If the Bid is sent by mail the sealed envelope shall be enclosed in a
51 separate mailing envelope with the notation "SEALED BID ENCLOSED" on the face thereof.
52 2. Deposit. Bids shall be deposited at the designated location prior to the time and date for
53 receipt of Bids indicated in the Advertisement or Invitation to Bid, or any extension thereof
2010-16/YCS Fueling Station Bid -00 2113-4 INSTRUCTIONS TO BIDDERS 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 made by Addendum. Bids received after the time and date for receipt of Bids may be returned
2 without consideration at the discretion of the Owner.
3 3. Responsibility.The Bidder assumes full responsibility for timely delivery at the location
4 designated for receipt of Bids.
5 4. Form. Oral,telephonic,fax or telegraphic Bids are invalid and will not be considered.
6 E. MODIFICATION OR WITHDRAWAL OF BID
7 1. After receipt time.A Bid may not be modified, withdrawn or canceled by the Bidder during a
g 45-day period following the time and date designated for the receipt of Bids, and each Bidder
9 so agrees in submitting its Bid.
10 2. Before receipt time. Prior to the time and date designated for receipt of Bids, any Bid
11 submitted may be modified or withdrawn by notice to the party receiving Bids at the place
12 designated for receipt of Bids. The notice shall be worded so as not to reveal the amount of
13 the original Bid.
14 3. Resubmittal.Withdrawn Bids may be resubmitted up to the time designated for the receipt of
15 Bids provided that they are then fully in conformance with these Instructions to Bidders.
16 4. Bid security with resubmission. Bid security shall be in an amount sufficient for the Bid as
17 modified or resubmitted.
18 F. NOTICE
19 1. Notice or a request from a Bidder under these Instructions to Bidders must be in writing over
20 the signature of the Bidder and delivered in person or by mail, express delivery, telegram or
21 fax. If the notice is by telegram or fax, written confirmation over the signature of the Bidder
22 must be mailed and postmarked on or before the date and time set for the notice.
23 1.05 CONSIDERATION OF BIDS
24 A. OPENING OF BIDS:
25 1. Unless stated otherwise in the Advertisement or Invitation to Bid,the properly identified Bids
26 received on time will be opened and review by the district.A public bid opening will not occur.
27 An abstract of the Base Bids and Alternate Bids, if any, will be made available to Bidders.
28 B. REJECTION OF BIDS:
29 1. The Owner shall have the right but not the obligation to reject any or all Bids for any reason or
30 for no reason,to reject a Bid not accompanied by required bid security or by other material or
31 data required by the Bidding Documents, or to reject a Bid which is in any way incomplete or
32 irregular.
33 C. ACCEPTANCE OF BID (AWARD)
34 1. Owner. The Owner intends (but is not bound)to award a Contract to the lowest responsible
35 and responsive Bidder, provided the Bid has been submitted in accordance with the
36 requirements of the Bidding Documents and does not exceed the funds available. The Owner
37 has the right to waive any informality or irregularity in any Bid(s) received and to accept the
3g Bid(s) which, in its judgment, is in its own best interests.
39 2. Alternates. The Owner shall have the right to accept Alternates in any order or combination,
40 unless otherwise specifically provided in Article 1.09, and to determine the low Bidder on the
41 basis of the sum of the Base Bid and the Alternates accepted. The Owner retains the right to
42 accept Alternate Bid items at the price bid within 45 days after the Agreement is executed.
43 D. BID PROTEST PROCEDURES
44 1. Procedure.A Bidder protesting for any reason the Bidding Documents, a bidding procedure,
45 the award of the Contract or any other aspect arising from or relating in any way to the
46 bidding shall cause a written protest to be filed with the Owner within two full business days of
47 the event giving rise to the protest and, in any event, no later than two full business days after
48 the date upon which bids are opened. The written protest shall include the name of the
49 protesting Bidder, a detailed description of the specific factual and legal grounds for the
50 protest, copies of all supporting documents, and the specific relief requested. The written
51 protest shall be delivered to:
52
53
2010-16/YCS Fueling Station Bid -00 2113 -5 INSTRUCTIONS TO BIDDERS 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 Superintendent
2 Owner (Yelm Community Schools)
3 107 1 st St. North
4 Yelm,WA 98597-0476
5 2. Consideration. Upon receipt of the written protest,the Owner will consider the protest. The
6 Owner may, within three business days of the Owner's receipt of the protest, provide any
7 other affected Bidder(s) the opportunity to respond in writing to the protest. If the protest is
8 not resolved by mutual agreement of the protesting Bidder and the Owner,the
9 Superintendent of the Owner or designee will review the issues and promptly furnish a final
10 and binding written decision to the protesting Bidder and any other affected Bidder(s) within
11 six business days of the Owner's receipt of the protest. (If more than one protest is filed,the
12 Owner's decision will be provided within six business days of the Owner's receipt of the last
13 protest.) If no reply is received during the six-business-day period,the protest shall be
14 deemed rejected.
15 3. Waiver. Failure to comply with these protest procedures will render a protest waived.
16 4. Condition precedent. Timely and proper compliance with and exhaustion of these protest
17 procedures shall be a condition precedent to any otherwise permissible judicial consideration
18 of a protest.
19 1.06 POST BID INFORMATION
20 A. INFORMATION FROM APPARENT LOW BIDDER
21 1. Submittal.Within five days of the Owner's request,the apparent low Bidder shall submit to
22 the Owner:
23 a. a letter or form from the Bidder's insurance company stating that the insurance required
24 by the Contract Documents will become effective upon execution of the Contract;
25 b. a detailed breakdown of the Bid in a form acceptable to the Owner;
26 c. the names of the persons or entities (including a designation of the Work to be
27 performed with the Contractor's own forces, and the names of those who are to furnish
28 materials or equipment fabricated to a special design) proposed for each of the principal
29 portions of the Work; and
30 d. the proprietary names and the suppliers of the principal items or systems of materials
31 and equipment proposed for the Work. Failure to provide such information in a timely
32 manner may constitute an event of breach permitting forfeiture of the Bid security.
33 2. Responsibility. The Bidder will be required to establish to the satisfaction of the Owner the
34 reliability and responsibility of the persons or entities proposed to furnish and perform the
35 Work described in the Bidding Documents. The responsibility of the Bidder may be judged in
36 part by the responsibility of these proposed entities. The following will be considered:
37 a. The ability, capacity, and skill to perform the contract;
38 b. The character, integrity, reputation, judgment, experience, and efficiency of the Bidder;
39 c. Whether the Bidder can perform the contract within the time specified;
40 d. The quality of performance of previous contracts;
41 e. The previous and existing compliance by the Bidder with laws relating to the contract;
42 and
43 f. Such other information as may be secured having a bearing on the decision to award the
44 contract.
45 3. Objection. Prior to the award of the Contract, the Owner will notify the Bidder in writing if the
46 Owner, after due investigation, has reasonable objection to a person or entity proposed by
47 the Bidder. If the Owner has reasonable objection to a proposed person or entity, the Bidder
48 may, at Bidder's option, (1) withdraw the Bid, or (2) submit an acceptable substitute person or
49 entity with no change in the established Contract Time and no adjustment in the Base Bid or
50 Alternate Bid, even if there is a cost to the Bidder occasioned by the substitution. In the event
51 of withdrawal, bid security will not be forfeited.
52 4. Change. Persons and entities proposed by the Bidder and to whom the Owner has made no
53 reasonable objection must be used on the Work for which they were proposed and shall not
54 be changed except with the written consent of the Owner.
2010-16/YCS Fueling Station Bid -00 2113 - 6 INSTRUCTIONS TO BIDDERS 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 B. BIDDING MISTAKES:
2 1. The Owner will not be obligated to consider notice of claimed bidding mistakes received more
3 than three business days after the bid opening.
4 1.07 PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND
5 A. BOND REQUIREMENTS:
6 1. Within ten days after the issuance of the Notice of Intent to Award, and prior to the date of
7 execution of the Contract,the Bidder shall furnish evidence satisfactory to the Owner of its
g ability to obtain statutory bonds pursuant to RCW 39.08 covering the faithful performance of
9 the Contract and the payment of all obligations arising thereunder in the form and amount
10 prescribed in the Contract Documents. The cost of such bond shall be included in the Base
11 Bid.
12 B. TIME OF DELIVERY AND FORM OF BONDS:
13 1. The Bidder shall deliver the required bonds to the Owner within ten days after the date of
14 execution of the Contract and prior to commencing operations at the site.
15 1.08 FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR
16 A. FORM TO BE USED:
17 1. The Agreement for the Work will be written on the form(s) contained in the Bidding
18 Documents, including any Supplemental or Special Conditions, and the other Contract
19 Documents included with the Project Manual. In the event no form is enclosed, a AIA
20 Document A101, Standard Form of Agreement Between Owner and Contractor, where the
21 basis of payment is a Stipulated Sum," as revised, modified and supplemented, along with
22 revised AIA Document A201, General Conditions, will be used.
23 B. CONFLICTS:
24 1. In case of conflict between the provisions of these Instructions and any other Bidding
25 Document, these Instructions shall govern. In case of conflict between the provisions of the
26 Bidding Documents and the Contract Documents,the Contract Documents shall govern.
27 1.09 CONTRACT DOCUMENTS
28 A. This paragraph contain descriptions of some but not all of the provisions of the Contract
29 Documents.
30 1. RETAINAGE:
31 a. The Contract Documents specify the statutory retainage requirements for this Project.
32 2. CONTRACT TIME:
33 a. The Contract Documents specify the Contract Time. Timely completion of this Project is
34 essential to the Owner.
35 3. PREVAILING WAGES:
36 a. The Contract Documents contain requirements regarding the payment of prevailing
37 wages pursuant to RCW 39.12.
38 4. WRITTEN CLAIMS AND NOTICE:
39 a. The Contract Documents contain a number of provisions that require the Contractor to
40 make Claims in writing within a specified time in order to maintain the claim.
41 5. CHANGES IN CONTRACT SUM:
42 a. The Contract Documents contain provisions specifying requirements for and pricing of
43 changes in the Contract Sum.
44 6. CONTRACTOR REGISTRATION:
45 a. Pursuant to RCW 39.06,the Bidder shall be registered or licensed as required by the
46 laws of the State of Washington, including but not limited to RCW 18.27.
47 END OF SECTION
2010-16/YCS Fueling Station Bid -00 2113 -7 INSTRUCTIONS TO BIDDERS 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 SECTION 00 3100
2 INFORMATION AVAILABLE TO BIDDERS
3 PART 1 GENERAL
4 EXISTING REPORTS AND SURVEYS
5 1.01 SUBSURFACE INVESTIGATION REPORT
6 A. The following reports are provided for convenience of the General Contractor. These have been
7 provided following Section 31 2300- Earthwork.
g Design Level Geotechnical Engineering Report
g Spanaway Elementary School
10 215 166th Street South
11 Spanaway,Washington
12 1) Geotechnical Engineering Investigation Report.
13 (a) Prepared by:
14 E3RA, Inc.
15 PO Box 44840
16 Tacoma,WA 98448
17 (b) Dated:April 2, 2010
18 B. This report identifies properties of below grade conditions and offers recommendations for the
19 design of foundations, prepared primarily for the use of Structural Engineer.
20 C. The recommendations described shall not be construed as a requirement of this Contract, unless
21 specifically referenced in the Contract Documents.
22 D. This report, by its nature, cannot reveal all conditions that exist on the site. Should subsurface
23 conditions be found to vary substantially from this report, changes in the design and construction
24 of foundations will be made, with resulting credits or expenditures to the Contract Price accruing to
25 Yelm Community Schools.
26 END OF SECTION
2010-16/YCS Fueling Station Bid - 00 3100- 1 INFORMATION AVAILABLE TO BIDDERS 1-15-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 SECTION 00 4200
2 FORM OF PROPOSAL
3 FORM OF PROPOSAL
4 1.01 PART 1 OF 2
5 A. In this Section 00 4200 there is the Form of Proposal which must be submitted in its entirety with
6 the correct bid package and at the appropriate date and time as specified in Section 00 0110,
7 Advertisement For Bids.
g TO: Owner (Yelm Community Schools)
9 107 1 st St. North
10 Yelm,WA 98597-0476
11 B. Having carefully examined the Project Manual and Drawings entitled Yelm Community Schools -
12 Support Operations Center- Fueling Station, as well as the premises and conditions affecting the
13 work,the Undersigned proposes to furnish all labor, materials, and supplies and to construct the
14 project and perform all work as required by the Contract Documents for the following sums:
15 C. Amount shall be shown in both words and figures. In case of discrepancy,the amount shown in
16 words will govern.
17 D. BASE BID
18 1. For the Base Bid, as defined in the Specifications, the sum of:
19 ($ )
20 (Written format)
21 Dollars
22 E. TRENCH EXCAVATION SAFETY PROVISIONS
23 1. (Include also in Base
24 Bid).......................................................................($ )
25 2. If the bid amount contains any work which requires trenching exceeding a depth of four feet,
26 all costs for trench safety shall be included in the Base Bid and indicated above for adequate
27 trench safety systems in compliance with Chapter 39.04 RCW, 49.17 RCW and WAC
28 296-155-650. Bidder must include a lump sum dollar amount in blank above (even if the value
29 is$0.00) to be responsive.
30 F. ADDENDA
31 1. Receipt of the following Addenda is hereby acknowledged and costs of the work therefore
32 have been included in the proposal.
33
34
Addendum No. Addendum No.
Addendum No. Addendum No.
Addendum No. Addendum No.
Addendum No. Addendum No.
35
36 G. SALES TAX AND PERMITS
37 1. The retail sales tax shall not be included in the Bid sums;the Owner will pay such taxes
38 proportionally with each periodic payment.Additional fees and permits identified as to be paid
39 by the Contractor in Section 01 1000- SUMMARY shall be paid by the Contractor and
40 included the Bid.
41 H. OVERHEAD AND PROFIT
42 1. All of the above Bid prices include overhead and profit.
43 I. THE UNDERSIGNED ALSO AGREES AS FOLLOWS
44 1. To do any extra work, not covered by the above schedule of prices which may be ordered by
45 the Owner, pursuant to the Contract Documents.
2010-16/YCS Fueling Station Bld -OO 4200 - 1 FORM OF PROPOSAL 1-15-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 J. TIME OF COMPLETION/LIQUIDATED DAMAGES
2 1. The Undersigned agrees if awarded the Contract,to complete the entire project as stipulated
3 in the Contract Documents. The Undersigned further agrees that the Owner may retain from
4 the compensation otherwise due, the liquidated damage costs incurred by the Owner,for
5 each calendar day expiring beyond the time fixed for completion that the work remains not
6 substantially completed, this sum not to be construed in any sense as penalty, but as agreed
7 liquidated damages which the Owner shall sustain in the case of the failure of the
8 Undersigned to complete the work at the time stipulated. For dates of completion and
9 liquidated damages amount, see Section 01 1000 -SUMMARY.
10 K. CONTRACT AND BOND
11 1. If the Undersigned be notified of the acceptance of this Bid within forty-five (45) days aiter the
12 time set for opening bids, he agrees to execute a Contract for the above work for a
13 compensation established by adjusting the Base Bid by any Alternate Bids selected by the
14 Owner, in the Form of Agreement required by the Specifications, and to furnish Performance
15 and Labor and Material Payment Bonds as required by the Specifications.
16 2. The Standard Form of the American Institute of Architects, No. A101, entitled "Standard Form
17 of Agreement Between Owner and Contractor,"2007 Edition, has been modified and made
18 the FORM OF AGREEMENT for this Contract.
19 3. Note additional requirement to provide costs to add bonds for Subcontractors as listed in the
20 Alternate Bids.
21 L. BID GUARANTEE
22 1. The Undersigned further agrees that the check or bid bond accompanying this Bid is left in
23 escrow with the Owner,that its amount is the measure of the damages which the Owner will
24 sustain by the failure of the Undersigned to execute said agreement and bonds, and that if
25 the Undersigned fails to deliver said documents within ten (10) days after written notice of the
26 award of the Contract to him, then the check shall become the property of the Owner or the
27 bid bond shall remain in full effect. But if this Bid is not accepted within forty-five (45) days
28 after the time set for opening bids, or if the Undersigned delivers said Contract and bonds,
29 then the check shall be returned to him or the bid bond shall become void.
30
31 M. ALTERNATE BIDS:
32
A-1 NEW FUEL PUMPS ADD $
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49 N. REINSTATEMENT OF ALTERNATE BIDS
50 The Undersigned agrees that the Owner has the right to reinstate, at the bid price, any Atternate
51 Bid, Base Bid Substitute Bid or Alternate Bid Substitute Bid, not incorporated in the Contract,
2010-16 J YCS Fueling Station Bid -00 4200- 2 FORM OF PROPOSAL t-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 provided the Owner so notifies the Undersigned within 45 calendar days after the Contract is
2 signed.
3
4
COMPANY NAME:
SIGNATURE:
TITLE:
ADDRESS:
STATE:
ZIP:
TELEPHONE NO.
CONTRACTOR'S REGISTRATION NO.
5
6 END OF SECTION
2010-16/YCS Fueling Station Bid -00 4200 - 3 FORM OF PROPOSAL 1-14-13
i
i
�
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 SECTION 00 5200
2 CONTRACTFORMS
3 FORM OF AGREEMENT
4 1.01 THE STANDARD FORM,OF THE AMERICAN INSTITUTE OF ARCHITECTS, NO.A101 ENTITLED
5 STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR WHERE THE
6 'BASIS OF PAYMENT IS A STIPULATED SUM",2007 EDITION, HAS BEEN MODIFIED AND MADE
7 THE FORM OF AGREEMENT FOR THIS CONTRACT BY REFERENCE.
8 1.02 FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR INCLUDE THE FOLLOWING
9 ARTICLES:
10 A. The Contract Documents.
11 B. The Work Of This Contract.
12 C. Date Of Commencement And Substantial Completion.
13 D. Contract Sum.
14 E. Payments.
15 F. Dispute Resolution.
16 G. Termination Or Suspension.
17 H. Miscellaneous Provisions.
18 I. Enumeration Of Contract Documents.
19 J. Insurance And Bonds.
20 END OF SECTION
2010-16lYCS Fueling Station BICI -OO 'rJZOO- 1 CONTRACT FORMS 1-15-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 SECTION 00 7200
2 GENERAL CONDITIONS
3 GENERAL CONDITIONS OF THE CONTRACT
4 1.01 MODIFIED FORM OF THE AMERICAN INSTITUTE OF ARCHITECTS, "GENERAL CONDITIONS
5 OF THE CONTRACT FOR CONSTRUCTION,"AIA DOCUMENT A201, 2007 EDITION, SHALL
6 APPLY IN ALL RESPECTS TO THE WORK UNDER THE CONTRACT.
7 A. General Conditions are bound herein after this Section.
g END OF SECTION
2010-16/YCS Fueling Station BICI -OO 7200 - 1 GENERAL CONDITIONS 1-15-13
SUPPORT OPERATION CENTER PHASE 2
YELM COMMUNITY SCHOOLS No.2
ERICKSON McGOVERN
1 SECTION 00 7200
2 GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION
3 ARTICLE 1
q, GENERAL PROVISIONS
5 1.1 BASIC DEFINITIONS
6 1.1.1 THE CONTRACT DOCUMENTS
7 The Contract Documents consist of the Agreement between Owner and Contractor (hereinafter the
8 Agreement), Conditions of the Contract (General, Supplementary and other Conditions), Drawings,
9 Specifications, addenda issued prior to execution of the Contract, other documents listed in the Agreement
10 and modifications issued after execution of the Contract. A modification is (1) a written amendment to the
11 Contract signed by both parties, (2) a Change Order, (3) a Construction Change Directive or (4) a written
12 order for a minor change in the Work issued by the Architect subject to the requirements of Paragraph 7.4.
13 Unless specifically enumerated in the Agreement, the Contract Documents do not include other documents
14 such as bidding requirements (advertisement or invitation to bid, Instructions to Bidders, sample forms,
15 meeting minutes, the Contractor's bid or portions of addenda relating to bidding requirements).
16 1.1.2. THE CONTRACT
17 The Contract Documents form this Contract for Construction. The Contract represents the entire and
18 integrated agreement between the parties hereto and supersedes prior negotiations, representations or
19 agreements, either written or oral. The Contract may be amended or modified only by a Modification. The
20 Contract Documents shall not be construed to create a contractual relationship of any kind (1) between the
21 Architect and Contractor, (2) between the Owner and a Subcontractor regardless of tier or (3) between any
22 persons or entities other than the Owner and the Contractor. The Architect shall, however, be entitled to
23 performance and enforcement of obligations under the Contract intended to facilitate performance of the
24 ArchitecYs duties.
25 1.1.3 THE WORK
26 The term "Work" means the construction and services required by the Contract Documents, whether
27 completed or partially completed, and includes all other labor, materials, transportation, equipment and
28 services provided or to be provided by the Contractor to fulfill the Contractor's obligations. The Work may
29 constitute the whole or a part of the Project.
30 1.1.4 THE PROJECT
31 The Project is the total construction of which the Work performed under the Contract Documents may be the
32 whole or a part and which may include construction by the Owner or by separate contractors.
33 1.1.5 THE DRAWINGS
34 The Drawings are the graphic and pictorial portions of the Contract Documents, wherever located and
35 whenever issued, showing the design, location and dimensions of the Work, generally including plans,
36 elevations, sections, details, schedules and diagrams.
37 1.1.6 THE SPECIFICATIONS
38 The Specifications are that portion of the Contract Documents consisting of the written requirements for
39 materials, equipment, construction systems, standards and workmanship for the Work, and performance of
40 related services.
41 1.1.7 THE PROJECT MANUAL
42 The Project Manual is the volume usually assembled for the Work which may include the bidding
43 requirements, sample forms, General Conditions of the Contract and Specifications.
44
2010-16 !YCS Fueling Station Bld—��72�0 - 1 GENERAL CONDITIONS OF THE
CONTRACT FOR CONSTRUCTION 1-15-13
SUPPOELM COMMTUNITY SCHOOLSANo.2
ERICKSON McGOVERN
1 1.2 EXECUTION, CORRELATION AND INTENT
2 1.2.1 The Contract Documents shall be executed by the Owner and Contractor by signing the Agreement.
3 ,1 By executing this Contract, Contractor represents and acknowledges that it has carefully
4 examined the Contract Documents and the Project site and that it has satisfied itself as to,
location
5 and Contractor does hereby assume full and sole responsibility for: the nature,su lies
6 character, quality and quantity of the Work;the labor, materials, equipment, goods, pp ,
� work, services and other items to be furnished, and all other requirements of this Contract,
g as well as the conditions and other matters that may be encountered at the Project site or
g affect the performance of the Work or the cost or difficulty thereof, including but not limited to
10 those conditions and matters affecting: transportation, access, disposa�, handling and
11 storage of materials, equipment and other items; availability and quality of labor, water,
12 electric power, utilities and fire protection; availability and condition of streets; climatic
13 conditions and seasons; physical conditions at the Project site and surrounding locality;
14
other construction work planned for the area and required coordination therewith; potentially
15 applicable governmental laws, requirements and permits; potential water and air pollution
16 conditions; topography and ground surface conditions; and equipment and facilities needed
1� preliminary to and at all times during the performance of the Work.
18 ,2 Claims for additional compensation or extensions of time because of the failure of the
19 Contractor to so examine the Contract Documents, Project site, local conditions and
20 potentially applicable laws, regulations and permits and to familiarize itself therewith will not
21 be allowed.
22 12.2 The intent of the Contract Documents is to include all items necessary for the proper execution and
23 completion of the Work by the Contractor. The Contract Documents are complementary, and what is
24 required by one shall be as binding as if required by all. Work not covered in the Contract Documents will be
25 required if it is reasonably inferable as being necessary to produce the results intended by the Contract
26 Documents for a completed project to the level of quality consistent with the nature and standard of such
27 Work required by the Contract Documents.
28 1.2.3 In the case of inconsistency, conflicts or discrepancies among the Contract Documents, the more
29 stringent requirement shall take precedence unless waived in writing by the Owner. The more stringent
30 requirement shall be interpreted so that the higher quantity, better quality, or more costly Work to be
31 provided in accordance with the Architect's interpretation.
32 1.2.4. Organization of the specifications into divisions, sections and articles, and arrangement of Drawings
33 are for convenience only and shall not be construed as nor imply a division of the Work among
34 Subcontractors nor establish the extent of Work to be performed by any trade. The Contractor shall be
35 responsible for the division of Work and for coordinating the allocation of Work among its Subcontractors and
36 suppliers.
37 1.2.5. Unless otherwise stated in the Contract Documents, words which have well-known technical or
38 construction industry meanings are used in the Contract Documents in accordance with such recognized
39 meanings.
40 1.2.6. In the event of any conflict or inconsistency between any of the Contract Documents, the conflict or
41 inconsistency shall be resolved according to the following hierarchy of documents, with each document
42 governing those listed below it:
43 .1 Contract Amendments signed by both parties;
44 .2 Change Orders;
45 .3 General Conditions;
46 .4 Supplementary Conditions;
47 .5 Specifications;
48 .6 Drawings.
49 1.3 USE OF DRAWINGS,SPECIFICATIONS AND OTHER DOCUMENTS
2010-16 /YCS Fueling Station Bld—OO 7200 -Z GENERAL CONDITIONS OF THE
CONTRACT FOR CONSTRUCTION 1-15-13
SUPPORT OPERATION CENTER PHASE 2
YELM COMMUNITY SCHOOLS No.2
ERICKSON MCGOVERN
1 1.3.1 The Drawings, Specifications and other documents are instruments through which the Work to be
2 executed by the Contractor is described. The Contractor may retain one contract record set. Neither the
3 Contractor nor any Subcontractor, Sub-subcontractor or material or equipment supplier shall own or claim a
4 copyright in the Drawings, Specifications and other documents. All copies of them, except the Contractor's
5 record set, shall be returned or suitably accounted for to the Architect, on request, upon completion of the
6 Work. The Drawings, Specifications and other documents and copies thereof furnished to the Contractor,
7 are for use solely with respect to this Project. They are not to be used by the Contractor or any
8 Subcontractor, Sub-subcontractor or material or equipment supplier on other projects or for additions to this
9 Project outside the scope of the Work without the specific written consent of the Owner. The Contractor,
10 Subcontractors, Sub-subcontractors and material or equipment suppliers are granted a limited license to use
11 and reproduce applicable portions of the Drawings, Specifications and other documents appropriate to and
12 for use in the execution of their Work under the Contract Documents. All copies made under this license
13 shall bear the statutory copyright notice, if any, shown on the Drawings, Specifications and other documents.
14 Submittal or distribution to meet official regulatory requirements or for other purposes in connection with this
15 Project is not to be construed as publication in derogation of copyright or other reserved rights.
16 1.4 CAPITALIZATION
17 1.4.1 Terms capitalized in these General Conditions include those which are specifically defined herein.
18 1.5 INTERPRETATION
19 1.5.1 In the interest of brevity the Contract Documents frequently omit modifying words such as "all" and
20 "any" and articles such as "the" and "an," but the fact that a modifier or an article is absent from one
21 statement and appears in another is not intended to affect the interpretation of either statement.
22 1.5.2 The General Conditions of the Contract Documents are modified from AIA Document A201,
23 GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION, 1997 Edition.
24 1.5.3 No oral representation prior to bid concerning the Work by the Owner or its representatives shall
25 alter or limit in any way the Contractor's responsibilities under this Contract, including, but not limited to,
26 obligations to carefully inspect the site of the work and thoroughly examine and be familiar with the Contract
27 Documents and applicable government regulations and permits pertaining to the work.
28 ARTICLE 2
29 OWNER
30
31 2.1 DEFINITIONS AND AUTHORITY
32 2.1.1 The Owner of this project is the Yelm Community School District ("DistricY' or "Owner") which is
33 governed by its Board of Directors ("Board"). The District shall designate a representative(s)
34 ("Representative"), to act on its behalf. Unless specifically limited by the District, its Representative(s) shall
35 have, at (their) discretion, complete authority to transmit instruction, receive information, and to interpret and
36 define the Owner's policies and decisions with respect to the Work. The Board shall retain the final decision
37 on acceptance of the contract and approval of any proposed Change Orders, except that the Board has
38 delegated to the Owner's Superintendent of Schools the authority for the Superintendent of Schools to
39 approve change orders and/or issue Construction Change Directives which each change the Contract Sum
40 no more than $5,000.00 and which collectively increase the Contract Sum no more than 5%.
41 2.2 INFORMATION AND SERVICES REQUIRED OF THE OWNER
42 2.2.1 The Owner shall furnish surveys describing legal limitations for the site of the Project, and a legal
43 description of the site upon written request of the Contractor.
44 2.2.2 Information or services under the Owner's control which are required to be furnished to the
45 Contractor under the terms of this agreement shall be furnished by the Owner with reasonable promptness to
46 avoid delay in orderly progress of the Work.
47
2010-16 /YCS Fueling Station Bid —00 7200 -3 GENERAL CONDITIONS OF THE
CONTRACT FOR CONSTRUCTION 1-15-13
SUPP�ELM COMMUNIT'Y SCHOOLS No.2
ERICKSON McGOVERN
1 2.2.3 Upon request, the Contractor will be furnished free of charge up to five (5) copies, if available, of
2 Drawings and Specifications fsoAddenlda,ror SupplemOentary d aw ngsblAdd9ional sets beyond t ose eadily
3 (5) copies of revised Drawing ,
4 available to the Owner will be furnished at the cost of reproduction and delivery.
5 2.2.4 The foregoing are in addition to other duties and responsibilities of the Owner enumerated herein
6 and especially those in ion pand Artcrtecll (Insurance alnd Bonds)ner or by Separate Contractors), Article 9
7 (Payments and Complet )
8 2.3 OWNER'S RIGHT TO STOP THE WORK
9 2.3.1 If the Contractor fails to correct Work which is not in accordance with the requirements of the
10 Contract Documents as required by Paragraph 12.2 or fails to carry out Work in accordance with the
11 Contract Documents, the Owner, by written order signed personally or by an agent specifically so
12 empowered by the Owner in writing, may order the Contractor to stop the Work, or any portion thereof, until
13 the cause for such order has been eliminated; however,the right of the Owner to stop the Work shall not give
14 rise to a duty on the part of the Owner to exercise this right for the benefit of the Contractor or any other
15 person or entity, except to the extent required by Subparagraph 6.1.3. Owner will exercise the right to stop
16 work only if Contractor's performance deviates from the requirements of the Contract Documents in a
17 material way that is damaging to the interests of the Owner as determined by the Owner.
18 2.4 OWNER'S RIGHT TO CARRY OUT THE WORK
19 2.4.1 If the Contractor defaults or neglects to carry out the work in accordance with the Contract
20 Documents and fails within a seven-day period after receipt of written notice from the Owner to commence
21 and continue correction of such default or neglect with diligence and promptness, the Owner may, without
22 prejudice to other remedies the Owner may have, correct such deficiencies. In the event such deficiencies
23 threaten the health or safety of Owners, employees, students or occupants, or exist within fourteen calendar
24 days of the date on which the Owner is scheduled to begin to operate school at the Project, the Owner may
25 proceed to correct such deficiencies with such notice to the Contractor as is reasonable under the
26 circumstances, which notice shall not exceed 48 hours. When the Owner has undertaken to carry out a
27 portion of the work prior to final acceptance of the contract, an appropriate Modification shall be issued
28 deducting from payments then or thereafter due the Contractor the cost of correcting such deficiencies,
29 including compensation for the Architect's additional service and expenses made necessary by such default,
30 neglect or failure; and the amounts charged to the Contractor are subject to the prior review of the Architect
31 as to decisions and amounts charged. If payments then or thereafter due the Contractor are not sufficient to
32 cover such amounts,the Contractor shall promptly pay the difference to the Owner.
33 2.5 SUSPENSION OF WORK
34 2.5.1 Owner may, at any time and without cause, and without liability suspend the Work or any portion
35 thereof for a period of not more than ninety (90) days by notice in writing to Contractor and Architect which
36 will fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed.
37 2.5.2 In the exercise of the Owner's right to carry out the Work, the Owner shall have the right to use the
38 Owner's own forces or hire another Contractor, with or without public bid, to carry out such work.
39 ARTICLE 3
40 CONTRACTOR
41
42 3.1 DEFINITION
43 3.1.1 The Contractor is the person or entity identified as such in the Agreement and is referred to
44 throughout the Contract Documents as if singular in number. The term "Contractor" means the Contractor
45 or the Contractor's authorized representative.
46 3.2 REVIEW OF CONTRACT DOCUMENTS AND FIELD CONDITIONS BY CONTRACTOR
47 3.2.1 The Contractor shall promptly and carefully study and compare the Contract Documents with each
48 other and with information furnished by the Owner pursuant to Subparagraph 2.2.2 and shall at once report
49 to the Architect and to the Owner any errors, inconsistencies or omissions discovered. Prior to and during
2010-16 /YCS Fueling Station Bld —��72�� -4 GENERAL CONDITIONS OF THE
CONTRACT FOR CONSTRUCTION 1-15-13
SUPPORT OPERATION CENTER PHASE 2
YELM COMMUNITY SCHOOLS No.2
ERICKSON McGOVERN
1 the execution of the Work, the Contractor shall check all Drawings, Specifications, and job conditions and
2 shall immediately notify the Architect and the Owner in writing of any errors, discrepancies, conflicts or
3 omissions found therein and have the same explained or corrected by the Architect before proceeding with
4 the Work. Work wrongly ordered, fabricated or constructed by the Contractor without such notification shall
5 be corrected by the Contractor at its own expense. The Contractor shall perform no portion of the Work at
6 any time without appropriate Contract Documents or, where required, approved Shop Drawings, Product
7 Data or Samples for such portion of the Work.
8 3.2.2 The Contractor shall take field measurements and verify field conditions and shall carefully compare
9 such field measurements and conditions and other information known to the Contractor with the Contract
10 Documents before commencing activities. Errors, inconsistencies or omissions discovered shall be reported
11 to the Architect and to the Owner at once.
12 3.2.3 The Contractor shall notify the Architect and the Owner in writing of materials, systems, procedures
13 or methods of construction, either shown on the Drawings or specified, of which it has knowledge,
14 experience or other information which supports the conclusion that they are incorrect, inadequate, obsolete
15 or unsuitable for the purpose intended and the basis therefore. The Architect will respond to these matters in
16 writing.
17 3.2.4 The Contractor shall perform the Work in accordance with the Contract Documents and submittals
18 approved pursuant to Paragraph 3.13.
19 3.2.5 Investigation of subsurface conditions on the site have been made for design purposes. The results
20 of such investigations are available at the ArchitecYs office for the convenience of the prospective bidders
21 and the Contractor, but are not to be considered a part of the Contract Documents. There is no guarantee,
22 either express or implied, that the conditions indicated are representative of those existing throughout the
23 site, or that unforeseen developments may not occur. The Contractor shall be solely responsible for any
24 interpretations of the information or extrapolations beyond the location of each individual boring or test pit.
25 3.3 SUPERVISION AND CONSTRUCTION PROCEDURES
26 3.3.1 The Contractor shall supervise and direct the Work, using the Contractor's best skill and attention.
27 The Contractor shall be solely responsible for and have control over safety of the Work Site, for construction
28 means, methods, techniques, sequences and procedures and for protecting and coordinating all portions of
29 the Work under the Contractor, unless the Contract Documents give other specific instructions concerning
30 these matters.
31 3.3.2 The Contractor shall be responsible to the Owner for acts and omissions of the Contractor's
32 employees, Subcontractors and their agents and employees, and other persons performing portions of the
33 Work under a contract with the Contractor.
34 3.3.3 The Contractor shall not be relieved of obligations to perform the Work in accordance with the
35 Contract Documents either by activities or duties of the Architect in the Architect's administration of the
36 Contract, or by tests, inspections or approvals required or performed by persons other than the Contractor.
37 3.3.4 The Contractor shall be responsible for inspection of portions of Work already performed under this
38 Contract to determine that such portions are in proper condition to receive subsequent Work.
39 3.3.5 In performing the Work, the Contractor shall comply with all applicable federal, state and local laws
40 and regulations including, but not limited to, the following:
41 (1) Chap. 18.27 RCW relating to Contractor's registration;
42 (2) Chap. 19.27 RCW relating to the State building code;
43 (3) Chap. 27.44 RCW relating to Indian graves;
44 (4) Chap. 27.53 RCW relating to archaeological sites;
45 (5) RCW 28A.210.310 relating to use of tobacco products;
46 (6) RCW 28A.400.330 prohibiting use of employees of contractor with crimes against
47 children;
48 (7) Chap. 39.06 RCW relating to Contractor's registration;
49 (8) Chap. 39.08 RCW relating to Contractor's bonds;
50 (9) Chap. 39.12 RCW relating to prevailing wages;
51 (10) RCW 39.30.060 relating to submittal of names of subcontractors;
2010-16 /YCS Fueling Station Bld—�� 72�0 -5 GENERAL CONDITIONS OF THE
CONTRACT FOR CONSTRUCTION 1-15-13
SUPP�ELM COMMUNITY SCHOO SANo.2
ERICKSON McGOVERN
1 (11) Chap. 49.17 relating to industrial safety and hea�th;
2 (12) Chap. 49.26 RCW relating to asbestos;
3 (13) Chap. 49.28 RCW relating to hours of labor;
4 (14) Chap. 49.60 RCW relating to discrimination;
5 (15) Chap. 49.70 RCW relating to hazardous materials;
6 (16) Chap. 50.24 relating to unemployment compensation; and
� (17) Chap. 70.92 RCW relating to the provisions for the aged and physicatly disabled.
8 The foregoing list is provided only as a courtesy to the Contractor, and the Owner has not thereby
9 undertaken any obligation to provide legal advice to the Contractor. The Owner makes no representation as
10 to the currency, accuracy, or completeness of the list.
11 3.4 LABOR AND MATERIALS
12 3.4.1 Unless otherwise provided in the Contract Documents, the Contractor shall provide and pay for a
13 sufficient labor force and shall provide and pay for materials, equipment, tools, construction equipment and
14 machinery, water, heat, utilities, transportation, hauling arrangements and other facilities and services
15 necessary for proper and timely execution and completion of the Work, whether temporary or permanent and
16 whether or not incorporated or to be incorporated in the Work.
17 3.4.2 After the Contract has been executed, the Owner and the Architect may consider a formal request
18 from the Contractor for the substitution of products in place of those specified only under exceptional
19 conditions. Whether or not to grant such request shall be entirely subject to the Owner's discretion upon
20 recommendation(s)from the Architect. By making requests for substitutions,the Contractor:
21 .1 represents that the Contractor has personally investigated the proposed substitute product
22 and determined that it is equal or superior in all respects to that specified;
23 .2 represents that the Contractor will provide the same or greater warranty for the substitution
24 that the Contractor would provide for that specified;
25 .3 certifies that the cost data presented is complete and includes all related costs under this
2C Contract, and waives all claims for additional costs related to the substitution which
2'7 subsequently become apparent;
28 .4 will coordinate the installation of the accepted substitute, making at Contractor's sole cost
29 such changes as may be required for the Work to be complete in all respects; and
30 .5 shall pay for all the Architect's reasonable and necessary fees in reviewing the proposed
31 substitution and reviewing any resulting changes to the work.
32 3.4.3 The Contractor shall enforce strict discipline and good order among the Contractor's employees and
33 other persons carrying out the Contract. The Contractor shall not permit employment of unfit or
34 insubordinate persons or persons not skilled in tasks assigned to them.
35 3.4.4 The Contractor shall take all reasonable steps to prevent any labor disputes involving the Contractor
36 and any of its Subcontractors or supp�iers of any products or services from: (1) disrupting the work under this
37 Contract; (2) interfering with access to the Owner's property by the Owner, including its agents,
38 representatives, employees and officials; (3) interfering with access and work by any other contractors
39 engaged in construction activities; and (4) interfering with access to property by invitees or licensees of the
40 Owner.
41
2010-16 /YCS Fueling Station Bid—00 7200 - 6 GENERAL CONDITIONS OF THE
CONTRACT FOR CONSTRUCTION 1-15-13
SUPPORT OPERATION CENTER PHASE 2
YELM COMMUNITY SCHOOLS No.2
ERICKSON McGOVERN
1 In the event any picketing or other activity by employees invoived in a labor dispute with the Contractor or its
2 Subcontractors or suppliers interferes in any way with access to the Owner's property or to the site of the
3 work by any persons, the Contractor shall promptly and expeditiously take all reasonable actions to eliminate
4 or minimize such interference, including but not limited to: (1) utilizing all reasonable means of restricting any
5 picketing to a single entrance to the property or site of the work; (2) posting notices or signs which advise
6 interested persons and labor organizations that a particular entrance to the property or site of the work is for
7 the employees of "primary" or, as the case may be `neutral' employers; (3) policing entrances; (4) notifying
8 all interested labor organizations of the "primary" or "neutral" status of particular entrances; And (5) in the
9 event any such picketing or concerted activity is unlawful or has a secondary impact upon the employees of
10 neutral employers, promptly and expeditiously taking appropriate action to seek recourse through the
11 appropriate governmental agency or state or federal courts to limit the location of such picketing so as to
12 reduce the impact thereof upon neutral employers.
13 The Owner will cooperate with the Contractor to accomplish the foregoing actions and will render assistance
14 as may be in the best interests of the Owner. However, the Owner shall have the right to direct the
15 Contractor to modify any of the foregoing actions the Contractor has taken or plans to take or to overrule
16 such actions, to designate the entrances to be used as "primary" or "neutral" entrances, and to take
17 appropriate legal action in order to protect the Owner's property and interests. In any event, the Contractor
18 shall be liable for all costs, including costs to the Owner, and actual damages resulting from the relocation,
19 rerouting, delays or actions required to maintain the uninterrupted progress of the work. Failure by the
20 Contractor to take the actions described above or to comply with the directives of the Owner shall be
21 considered a material breach of this Contract and the Owner may terminate the Contract or suspend the
22 Contractor as provided in this Contract.
23 Whenever Contractor has knowledge of any actual or potential labor dispute which may in any way affect,
24 delay or arise in connection with or as a result of the performance of this Contract, Contractor will
25 immediately notify and submit relevant information to Owner.
26 3.5 WAGES AND BENEFITS
27 3.5.1 This Contract is subject to the wage and hour requirements of RCW 39.12 and RCW 49.28 (as .
28 amended or supplemented). The Contractor, each Subcontractor and other person doing any work under
29 this Contract shall pay laborers, workmen or mechanics not less than the prevailing rate of wage for an
30 hour's work in the same trade or occupation in the locality within the state of Washington where such labor is
31 performed. Wages and benefits higher than the minimums required by law may be paid. It is the contractor's
32 sole responsibility to determine the wage rates it will actually have to pay. In the event rates of wages and
33 benefits change while this Contract is in force, the Contractor shall bear the cost of such changes and shall
34 have no claim against the Owner on account of such changes. No claim for additional compensation will be
35 allowed which is based upon a lack of knowledge or a misunderstanding of any such requirements by the
36 Bidder/Contractor or a failure to include in the Bidder's bid price adequate increases in such wages over the
37 term of this Contract.
38 3.5.2 All determinations of the prevailing rate of wage shall be made by the industrial statistician of the
39 Department of Labor and Industries of the state of Washington. The schedule of prevailing wage rates as
40 determined by the industrial statistician for the locality or localities where this Contract will be performed are
41 by this reference made a part of this Contract. The state schedule of prevailing wage rates applicable to the
42 Work, as most recently provided by the state, may be set forth in the Project Manual. If or to the extent
43 employing labor is not listed, the Contractor shall request the industrial statistician to determine the correct
44 wage rate for that class and locality. To obtain a listing of current minimum wages for any county contact:
45 Department of Labor and Industries
46 201 - i ith Avenue
47 Olympia,Washington 98504
48 (Telephone: (360) 902-5335)
49
2010-16 /YCS Fueling Station Bld—�0 72�� - 7 GENERAL CONDITIONS OF THE
CONTRACT FOR CONSTRUCTION 1-15-13
SUPPORT OPERATION CENTER PHASE 2
YELM COMME NCKSON M GOVERN
1 3.5.3 In case any dispute arises as to what are thart esVan ng tere t,�fi cagd ng labor and Smanagement
2 and such dispute cannot be adjusted by the p
3 representatives, the matter shall be referred for arbitration to the director of the Department of Labor and
4 Industries of the State of Washington and his or her decision therein shall be final and conclusive and
5 binding on all parties involved in the dispute.
6 3.5.4 The Contractor, each Subcontractor and other person required to �pa�ehst pr ment of intentfto pay
7 shall post in a location readily visible to workers at the job site: (1) a copy
8 prevailing wages approved by thess andttele hotnefnumbertoft DepdUm al tat st o an of�the Departmenaof
9 RCW 39.12.040; and (2) the add P
10 Labor and Industries where a complaint or inquiry concerning prevailing wages may be made.
11 3.5.5 Apprentice workmen employed hereunder for whom an apprenticeship agreement has been
12 registered and approved with t�e foran a Prrentice for that trade r Any workmantfo rwhomRan apprenfi eship
13 at least the prevailmg hourly ra pp
14 agreement has not been registered and approved by the state apprenticeship council shall be considered to
15 be a fully qualified journeyman, and,therefore, shall be paid at the prevailing hourly rate for journeymen.
16 3.5.6 Pursuant to RCW 39.12, the Contractor and each Subcontractor from the Contractor or a
17 Subcontractor shall submit the following documents to the Owner:
18 .1 Before payment is made by Owner, the Contractor and each Subcontractor shall submit a
19 "Statement of Intent to Pay Prevailing Wages" which has been approved by the industrial
Zp statistician of the Department of Labor and Industries.
21 ,2 With each request for payment, the Contractor shall submit a statement that prevailing
22 wages have been paid in accordance with the"Statement of Intent to Pay Prevailing Wages"
23 filed with Owner.
24 .3 Following final acceptance of the work and before funds retained according to RCW
25 60.28.010 are released to the Contractor, the Contractor and each Subcontractor shall
2C submit an Affidavit of Wages Paid" which has been approved by the industrial statistician of
2� the Department of Labor and Industries.
28 Any fees charged by the department of labor and industries for filing the "Statement of Intent
29 to Pay Prevailing Wages" and the "Affidavit of Wages Paid" shall be paid by the Contractor
30 and each Subcontractor, as applicable. If, for any reason, Owner pays such fees, then the
31 Contractor shall be charged the amounts thereof.
32 3.5.7 Owner may inspect or audit the Contractor's wage and payroll records at any time while the Contract
33 is in force and for at least three (3) years after the date of final acceptance. The Contractor shafl maintain
34 such records for that period. The Contractor shall also guarantee that wage and payroll records of all his
35 Subcontractors and agents shall be open to similar inspection and auditing for the same period of time.
36 Owner will give the Contractor reasonable notice of the starting date if an audit will begin more than sixty (60)
37 days after the final acceptance date.
38 3.5.8 The Contractor shall make all payments required for unemployment compensation under Title 50
39 RCW and for industrial insurance and medical aid required under Title 51 RCW. The Contractor shall also
40 obey all federal, state and local laws, ordinances, and regulations establishing safety standards for the
41 protection of employees. If any payment required by Title 50 or Title 51 is not made when due, Owner may
42 retain such payments from any money due the Contractor and pay the same into the appropriate fund. The
43 Public Works Contract Division of the Department of Labor and Industries will provide the Contractor with
44 applicable industrial insurance and medical aid classification and premium rates. Before release of any
45 funds retained according to RCW 60.28.010, the Contractor shall provide to the Owner such reasonable
46 documentation as the Owner shall require that demonstrates the Contractor has paid such premiums, and
47 Owner shall be entitled to verify the accuracy of such documentation.
48 3.5.9 Pursuant to RCW 49.28.010, eight (8) hours of labor shall constitute a legal day's work. The
49 Contractor or any Subcontractor shall not require more than eight (8) hours of labor in a day from any person
50 employed in the performance of the Work under this Contract except as may otherwise be allowed by law.
51 Failure of the Contractor to perform the Work in accordance with the hours of labor policies of the State of
52 Washington sha�l be deemed a failure on his part to comply with the provisions of this Contract.
2010-16 /YCS Fueling Station Bld—0� 72�� - 8 GENERAL CONDITfONS OF THE
CONTRACT FOR CONSTRUCTION 1-15-13
SUPPORT OPERATION CENTER PHASE 2
YELM COMMUNITY SCHOOLS No.2
ERICKSON McGOVERN
1 3.5.10 Subject to applicable laws and governmental permits, overtime and shift work may be established as
2 a regular procedure by the Contractor with reasonable advance written notice to both the Architect and the
3 Owner. Notice must be given a minimum of seventy-two (72) hours prior to the start of overtime and shift
4 work. No work other than overtime and shift work established as a regular procedure shall be performed
5 during weekdays between the hours of 6:00 p.m. and 7:00 a.m. nor on Saturdays or Sundays, except such
6 work as is necessary for the proper care and protection of the Work already performed in case of an
7 emergency or as necessary to recover schedule delays.
8 The additional cost of Work performed after regular working hours shall be borne by the Contractor. No
9 claim for additional compensation shall be allowed for failure of Bidder/Contractor to include in the bid price
10 adequate reserves for overtime work.
11 The Contractor shall pay the costs of overtime inspection by the Architect and the Owner except those
12 occurring as a result of overtime and shift work established as a regular procedure. Overtime inspection
13 shall include inspection required during weekdays between the hours of 6:00 p.m. and 7:00 a.m. and on
14 Saturdays or Sundays. Costs of overtime inspection will cover engineering, inspection, general supervision
15 and overhead expenses which are directly chargeable to the overtime work. Contractor agrees that the
16 Owner may deduct such charges from payments due the Contractor. In the event of circumstances beyond
17 the Contractor's control which could not be reasonably foreseen and which require the Contractor to work at
18 other than normal weekday working hours,the Architect may, without obligation and only in writing,waive the
19 requirement that the Contractor pay such overtime inspection costs. In the event of a change order requiring
20 the Contractor to work in excess of the established schedule of working hours, the Contractor will not be
21 charged for inspection costs of the Owner or the Architect associated therewith.
22 3.6 WORKMANSHIP
23 3.6.1 The Contractor warrants to the Owner that materials and equipment furnished under the Contract will
24 be of good quality and new unless otherwise specifically required or permitted by the Contract Documents,
25 that the Work will be of good quality and free from faults or defects and that the Work will conform with the
26 requirements of the Contract Documents. The standard of care for any Work performed by or under the
27 direction of the Contractor shall be the care and skill ordinarily used by members of the trades or professions
28 practicing under similar conditions at the same time and locality. Work not conforming to these
29 requirements, including substitutions not properly approved and authorized, may be considered defective.
30 The Contractor's responsibility excludes remedy for damage or defect caused by abuse, modifications not
31 executed by the Contractor, improper or insufficient maintenance, improper operations, or normal wear and
32 tear under normal usage. If required by the Architect, the Contractor shall furnish satisfactory evidence as to
33 the kind and quality of materials and equipment. This warranty is not limited by the provisions of Paragraph
34 12.2 and does not abrogate any warranty or guarantee that may be imposed by law or that may be otherwise
35 provided by the Contractor.
36 3.6.2 Warranty work shall remedy defective Work, resultant damage to other Work and include any
37 incidental work related to or required for proper correction.
38 3.7 TAXES
39 3.7.1 The Work to be performed under this Contract constitutes a "retail sale" as such term is defined in
40 RCW 82.04.050, and the contract price is subject to the State of Washington and local retail sales taxes.
41 The bid price shall not include such retail sales taxes. Based on the Contract Sum, Owner will pay retail
42 sales taxes on each progress payment and final payment to the Contractor for transmittal by the Contractor
43 to the State of Washington Department of Revenue.
44 All other applicable taxes which the Contractor is required to pay, excepting State and local retail sales tax
45 as specified above, shall be deemed included in the Contractor's proposed prices for the Work under this
46 contract. No adjustment will be made in the amount to be paid by Owner under this contract because of any
47 misunderstanding by the bidder/Contractor as to its liability for or the amount of any taxes or because of any
48 increases in tax rates imposed by any federal,state or local government.
49 3.8 PERMITS, FEES AND NOTICES
50
2010-16 /YCS Fueling Station Bid—00 7200 -9 GENERAL CONDITIONS OF THE
CONTRACT FOR CONSTRUCTION 1-15-13
SUPPORT OPERATION CENTER PHASE 2
YELM COMMUNITY SCHOOLS No.2
ERICKSON McGOVERN
1 3.8.1 Contractor shall secure all governmental licenses and inspections necessary for the proper
2 execution and completion of the Work, including Occupancy Permit(s), which are customarily secured after
3 execution of the Contract an O�ner w il secure and purahase thedburilding permltecution of the work and the
4 subsequent warranty period
5 3.8.2 The Contractor lic aluthor tPes bear ng oglperfortmance of the Work WS' ordinances, rules, regulations
6 and lawful orders of pub
7 3.8.3 If the Contractor observes that the Contract Documents are not in accordance with applicable laws,
8 statutes, ordinances, building codes, and rules and regulations or that portions of the Contract Documents
9 are at variance therewith, the Contractor shall promptly notify the Architect and Owner in writing, and
10 necessary changes shall be accomplished by appropriate Modification.
11 3.8.4 If the Contractor performs Work knowing it to be contrary to laws, statutes, ordinances, building
12 codes, and rules and regulations without such notice to the Architect and Owner, the Contractor shall
13 assume full responsibility for such Work and shall bear the attributable costs, including, but not limited to,
14 fines, penalties, and interest.
15 3.9 ALLOWANCES
16 3.9.1 The Contractor shall include in the Contract Sum all allowances stated in the Contract Documents.
17 Items covered by allowances shall be supplied for such amounts and by such persons or entities as the
18 Owner may direct, but the Contractor shall not be required to employ persons or entities against which the
19 Contractor makes reasonable objection.
20 .1 Materials and equipment under an allowance shall be selected promptly by the Owner to
21 avoid delay in the Work;
22 .2 Allowances shall cover the cost to the Contractor of materials and equipment delivered at
23 the site, less applicable trade discounts;
24 .3 Contractor's costs for unloading and handling at the site, labor, installation costs, overhead,
25 profit and other expenses contemplated for stated allowance amounts shall be included in
2( the Contract Sum and not in the allowances.
27 .4 Whenever costs are more than or less than allowances, the Contract Sum shall be adjusted
28 accordingly by Change Order. The amount of the Change Order shall reflect the difference
29 between actual costs and the allowances under Clause 3.9.1.2.
30 3.10 SUPERINTENDENT
31 3.10.1 The Contractor shall employ a competent superintendent and necessary assistants who shall be in
32 attendance at the Project site during performance of the Work. The superintendent shall represent the
33 Contractor, and communications given to the superintendent shall be as binding as if given to the Contractor.
34 Important communications shall be similarly confirmed on written request in each case.
35 3.10.2 The Contractor's Superintendent shall remain on the job at all times during progress of the Work until
36 the Date of Substantial Completion as determined pursuant to Paragraph 9.8. The Contractor shall give the
37 name of the Superintendent to the Owner and the Architect at the time of execution of the Contract. The
38 Superintendent shall not be changed without the approval of the Owner, which shall not be unreasonably
39 withheld. The Superintendent shall not be employed on any other project during the course of the Work.
40 3.10.3 The Project Engineer shall be familiar with the quality control aspects of projects similar to the
41 Project. The Project Engineer shall review initial pay draw requests for consistency with the Project schedule
42 of values. The Project Engineer shall review submittals and mock-ups prior to submission to the Architect;
43 coordinate shop drawings with major Subcontractors; and review shop drawings for consistency with Project
44 specifications prior to submission.
45 3.10.4 The Contractor shall employ a Project Manager who shall be assigned to the Project during the
46 progress of the Work. The Project Manager shall not be changed without the approval of the Owner, which
47 shall not be unreasonably withheld.
48
2010-16 /YCS Fueling Station Bid—00 7200 - 10 GENERAL CONDITIONS
OFTHE
CONTRACT FOR CONSTRUCTION 1-15-13
SUPPORT OPERATION CENTER PHASE 2
YELM COMMUNITY SCHOOLS No.2
ERICKSON McGOVERN
1 3.10.5 The Owner reserves the right, after consultation with the Contractor, to require the Contractor to
2 replace a Superintendent, Project Engineer, Project Manager or other assistants if the Owner determines
3 that such replacement is in the best interests of the Project. The Owner shall exercise such right in a
4 reasonable manner. The Owner shall be entitled to exercise the same rights concerning any replacement.
5 3.11 CONTRACTOR'S CONSTRUCTION SCHEDULES
6 3.11.1 The Contractor shall prepare a Schedule of Values, which is coordinated with the Contractor's
7 construction schedule. The Schedule of Values serves to break down the Contract Sum in sufficient detail to
8 facilitate continued evaluation of payment requests and progress reports. The Schedule of Values shall
9 indicate at least 5% shall be earned through completion of all Contract closeout and punchlist activities, and
10 other proportional amounts for completion of all landscape maintenance and for technology cabling. The
11 Contractor shall earn said amounts only when said tasks are fully completed; no payments shall be earned
12 for partial completion of said tasks; Said 5% is for closeout and punchlist activities and is distinct and
13 different from statutory retainage. Covered play areas, building demolition and hazardous materials
14 abatement shall be indicated separately. Line items shall correspond with categories required by the Owner,
15 which shall at least include the divisions of work listed in the table of contents in the Specifications and any
16 additional requirements imposed by a third-party governmental entity with authority.
17 3.12 DOCUMENTS AND SAMPLES AT THE SITE
18 3.12.1 The Contractor shall maintain at the site for the Owner one reproducible, record copy of the
19 Drawings, Specifications, Addenda, Change Orders and other Modifications, in good order and marked
20 currently to record changes and selections made during construction, and in addition approved Shop
21 Drawings, Product Data, Samples and similar required submittals. These shall be available to the Architect
22 and Owner during the course of the Work. The location of all existing or new underground piping, valves,
23 and utilities, as located during the course of construction, shall be appropriately marked until the actual field
24 location dimensions and coordinates are incorporated on the record drawings. Upon cornpletion of the Work,
25 the Contractor shall certify that the record documents reflect complete and accurate "as�-built" conditions and
26 shall deliver the documents as well as the approved permit set of plans in good conditian to the Architect for
27 submittal to the Owner in accordance with the provisions of the Contract Docurnents. Satisfactory
28 maintenance of up-to-date record drawings will be a requirement for approval of progress payments.
29 3.13 SHOP DRAWINGS, PRODUCT DATA, SAMPLES,AND REQUEST FOR INFORMATION
30 3.13.1 Shop Drawings are drawings, diagrams, schedules and other data specially prepared for the Work
31 by the Contractor or a Subcontractor, Sub-subcontractor, manufacturer, supplier or distributor to illustrate
32 some point of the Work.
33 3.13.2 Product Data are illustrations, standard schedules, performance charts, insftructions, brochures,
34 diagrams and other information furnished by the Contractor to illustrate materials or equipment for some
35 portion of the Work.
36 3.13.3 Samples are physical examples which illustrate materials, equipment anci workmanship and
37 establish standards by which the Work will be judged.
38 3.13.4 Shop Drawings, Product Data, Samples and other similar submittals are not Contract Documents.
39 The purpose of their submittal is to demonstrate for those portions of the Work for which submittals are
40 required the way the Contractor proposes to conform to the information given and the design concept
41 expressed in the Contract Documents. Review by the Architect is subject to the limitati�ns of Subparagraph
42 4.2.7.
43
2010-16 /YCS Fueling Station Bid—00 7200 - 1 1 GENERAL CONDITIONS
OF THE
CONTRACT FOR GONSTRUCTION 1-15-13
SUPPORT OPERATION CENTER PHASE 2
YELM COMME NCKSON M GOVERN
1 3.13.5 After checking and verifying fielati neand thee ke, theeColnt�raptor�shall revieweapproveaand subm'��t
2 materials requirements, catalogue inform
3 to the Architect Shop Drawings, Product Data, Samples and similar submittals required by the Contract
4 Documents, with reasonable promptneocuments,andein such sequence la�s tol�ausetno delay n'tthe Work or
5 with the requirements of the Contract D
6 in the activities of the Owner or of ntsPmatebe returtned w houtlttactionad if Shtop D aw ngs,r Pro'duct rDatat
7 required by the Contract Docume Y
8 Samples and similar nt act Doc pmentstthe Contactohshall,bn wrti g�desgnate such devations atrthe
9 requirements of the Co
10 time of submittal and subsequent resubmittals.
11 3.13.6 The Contractor shall pes or sim a Psubmittalstuntil thekrespective submittall hasdbeen�reviewedh by
12 Drawings, Product Data, Samp
13 the Architect as provided in Subparagraph 4.2.7. Such Work shall be in accordance with accepte
14 submittals.
15 3.13.7 By approving and submitting Shop Drawings, Product Data,
Samples and similar submittals, the
16 Contractor represents that the Contractor has determined and verified materials, field measurements and
17 field construction criteria related thereto, or will do so, and has checked and coordinated the information
18 contained within such submittals with the requirements of the Work and of the Contract Documents.
19 Corrections required to bring Shop Drawings into conformance with the intent of the Contract Documents
20 shall not be cause for extension of time or cost.
21 3.13.8 The Contractor shall not be relieved of responsibility for deviations from requirements of the Contract
22 Documents by the Architect's review of Shop Drawings, Product Data, Samples or similar submittals unless
23 the Contractor has specifically informed the Architect and Owner in writing of such deviation at the time of
24 submittal and the Owner has given written approval to the specific deviation. The Contractor shall not be
25 relieved of responsibility for errors or omissions in the Shop Drawings, Product Data, Samples or similar
26 submittals by the ArchitecYs review thereof. Any corrections or modifications to Shop Drawings made by the
27 Architect shall be deemed accepted by the Contractor, without change in Contract Sum or Time, unless the
28 Contractor provides the Architect with written notice before commencing any work from such Shop Drawings.
29 The Contractor shall make all corrections requested by the Architect and provide a corrected Submittal
30 without change in Contract Sum or Contract Time.
31 3.13.9 The Contractor shall direct specific attention, in writing or on resubmitted Shop Drawings, Product
32 Data, Samples or similar submittals to revisions other than those requested by the Architect on previous
33 submittals.
34 3.13.10 Informational submittals upon which the Architect is not expected to take responsive action may be
35 so identified in the Contract Documents.
36 3.13.11 When professional certification of performance criteria of materials, systems or equipment is
37 required by the Contract Documents, the Architect shall be entitled to rely upon the accuracy and
38 completeness of such calculations and certifications. The Contractor shall make any required corrections
39 and shall resubmit the required number of corrected shop drawings, samples or submittals. Resubmittals
40 necessitated by required corrections shall not be a cause for extension in time.
41 3.13.12 The Contractor may submit to the Architect requests for clarification or information concerning the
42 Contract Documents. However, if a clarification or information request is unnecessary because the
43 information is clearly provided in the Contract documents, the Contractor shall reimburse the Owner for the
44 costs of the Architect's(and or subconsultant's)time spent responding to the request.
45 3.14 USE OF SITE
46 3.14.1 The Contractor shall confine operations at the site to areas permitted by law, ordinances, permits
47 and the Contract Documents and shall not unreasonably encumber the site or areas adjacent to the site with
48 materials, equipment or debris. Damage to areas of the Site not scheduled for Work shall be remedied,
49 repaired or replaced at Contractor's expense. The Contractor shall coordinate all of its operations with and
50 secure approval of the Owner before using any portion of the site.
51 3.15 CUTTING AND PATCHING
2010-16 /YCS Fueling Station Bid—00 7200 - 12 GENERAL CONDITIONS
OF THE CONTRACT FOR CONSTRUCTION 1-15-13
SUPPORT OPERATION CENTER PHASE 2
YELM COMMUNI7Y SCHOOLS No.2
ERICKSON McGOVERN
1 3.15.1 The Contractor shall be responsible for cutting, fitting or patching required to corriplete the Work or to
2 make its parts fit together properly.
3 3.15.2 The Contractor shall not damage or endanger a portion of the Work or fuliy or partially completed
4 construction of the Owner or separate contractors by cutting, patching or othe�wise altering such
5 construction, or by excavation. The Contractor shall not cut or otherwise alter such construction by the
6 Owner or a separate contractor except with written consent of the Owner and of such separate contractor;
7 such consent shall not be unreasonably withheld. The Contractor shall not unreasonably withhold from the
8 Owner or a separate contractor the Contractor's consent to cutting or otherwise altering the Work.
9 3.15.3 Existing structures and facilities, including but not limited to buildings, utilities, topography, streets,
10 curbs, and walks, that are damaged or removed due to excavations or other construction work, shall be
11 patched, repaired or replaced by the Contractor to the satisfaction of the Architect, the owner of such
12 structures and facilities, and governmental authorities having jurisdiction. In the event the governmental
13 authorities require that the repairing and patching be done with their own labor and/or materials, the
14 Contractor shall abide by such regulations and it shall pay for such work.
15 3.16 CLEANING UP
16 3.16.1 The Contractor shall keep the premises and surrounding area free from ac�:umulation of waste
17 materials or rubbish caused by operations under the Contract. At completion of the 'Work the Contractor
18 shall remove from and about the Project waste materials, rubbish, the Contractor'� tools, construction
19 equipment, machinery and surplus materials and shall perform all cleaning necessary to make premises
20 ready for occupancy and use. Contractor shall submit, and if approved by Owmer, follow a waste
21 management/recycle program.
22 3.16.2 If the Contractor fails to clean up as provided in the Contract Documents, the Owner may do so and
23 the cost thereof shall be charged to the Contractor.
24 3.17 ACCESS TO WORK
25 3.17.1 The Contractor shall provide the Owner and Architect access to the Work in preparation and
26 progress wherever located.
27 3.18 ROYALTIES, PATENTS,COPYRIGHTS,AND OTHER INTELLECTUAL PROPERTY
28 3.18.1 The costs involved in fees, royalties or claims for any patented invention, article, process or method,
29 or any copyright or other intellectual property right that may be used upon or in a mannE:r connected with the
30 work under this Contract or with the use of completed work by the Owner shall be paid by the Contractor.
31 The Contractor and its sureties shall protect and hold Owner together with its c�fficers, agents and
32 employees, harmless against any and all demands made for such fees or claims brought or made by the
33 holder of any such right. Before final payment is made on the account of this Contract, the Contractor shall,
34 if requested by the Owner,furnish acceptable proof of a proper release from all such fees or claims.
35 Should the Contractor, his agent, servants or employees, or any of them be enjoined from furnishing or using
36 any invention, article, material or appliances, or any copyrighted item or other item oi� intellectual property
37 supplied or required to be supplied or used under the Contract, the Contractor shall prornptly substitute other
38 articles, materials or appliances in lieu thereof of equal efficiency, quality, finish, suitability, and market value,
39 and satisfactory in all respects to the Owner and Architect. In the event that the Owner elects, in lieu of such
40 substitution, to have supplied and to retain and use any such invention, article, material or appliances, or any
41 copyrighted item or other item of intellectual property as may be required to be suppliecl by the Contract, the
42 Contractor shall pay such royalties and secure such valid licenses as may be requisite and necessary for the
43 Owner, its officers, agents, servants and employees, or any of them to use such invention, article, material or
44 appliance, or any copyrighted item or other item of intellectual property without being disturbed or in any way
45 interfered with by any proceeding in law or equity on account thereof. Should the (�ontractor neglect or
46 refuse to make the substitution promptly or to pay such royalties and secure such licenses as may be
47 necessary,then in that event the Owner shall have the right to make such substitution or the Owner may pay
48 such royalties and secure such licenses and charge the Contractor even though fina.l payment under the
49 Contract may have been made.
50 3.19 tNDEMNITY AND DEFENSE
2010-16 /YCS Fueling Station Bid—00 7200 - 13 GENERAL CONDITIONS
OFTHE
CONTRACT FOR GONSTRUCTION 1-15-13
SUPPORT OPERATION CENTER PHASE 2
YELM COMMER CKSON M GOVERN
1 3.19.1 To the maximum extent permittoderty Ion orh n hetvac n�tySOf theewo k� or�which shalgoc urdto any
2 which shall be caused to owners of p p Y
3 person or persons or property whatsoevlere ce og the Cont a corfand whethertor no�su h damageeor injury
4 such damage or injury be caused by n g g
5 be caused by the inherent nature of the work specified.
6 3.19.2 To the maximum extent permitteS ayents and employees haamle s f om any�liab�l tytwhaOtsoever for
7 Architect and all of their officers, prmcipa , g rovided, however, that if
8 any injuries to persons or property arising out of the performance of this Contract; p
9 (and only if) the provisions ooRthW Contra t arel caused by oan esult f om thercon ur�rent negl gen pe of
10 arising out of performance
11 Contractor or its subcontractors, agents or employees, Architect, and the Owner or its agents or emp�agents
12 the indemnification applies only to the extent of the negligence of the Contractor, its subcontractors,
13 or empfoyees. The Contracto�nee alfnd the Architect a�nd f olthab'purpose the Contract tr specficallyrwa�es
14 own employees against the O
15 any immunity under the workers compensation act, RCW Title 51. By executing the Agreement, the
16 Contractor recognizes and confirms that this waiver was specifically entered into pursuant to the provisions
17 of RCW 4.24.115 and was the subject of mutual negotiation.
18 3.19.3 In case any suit or legal proceedings shall be brought against the Owner, the Architect, °erson or
19 their officers, principals, agents or employees on account of loss or damage sustained by any p
20 property as a result of the performance of this Contract, whether or not such injuries or damage be caused
21 by the inherent nature of the work specified,the Contractor agrees to assume the defense thereof and to pay
22 all expenses connected therewith and all judgments that may be obtained against the Owner, the Architect,
23 or any of their officers, principals, agents or employees in such suits. In the event that any lien is placed
24 upon the property of the Owner or any of its officers, principals, agents or employees as a result of such
25 suits, the Contractor agrees to at once cause the same to be dissolved and discharged by giving bond or
26 otherwise.
27 In addition to the amounts required by Chapter 60.28 RCW to be withheld from the progress payments to the
28 Contractor, the Owner may, in its sole discretion, withhold amounts sufficient to pay any property damage
29 claim of which the Owner may have knowledge, regardless of the informalities of notice of such claim, arising
30 out of the performance of this Contract, provided that the total amounts withheld for such purpose shall not
31 exceed one percent of the Contract Price. The term "property damage claim" shall not include any claim for
32 personal injuries or any claim by persons furnishing supplies or materials or performing labor for the
33 Contractor. The amount withheld will not be paid to the claimant by the Owner but will be held until either the
34 Contractor secures a written release from the claimant, obtains a court decision that such claim is without
35 merit or satisfies any judgment in favor of the claimant on such claims.
36 3.19.4 In claims against any person or entity indemnified under this Paragraph 3.19 by an employee of the
37 Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they
38 may be liable, the indemnification obligation under this Paragraph 3.19 shall not be limited by a limitation on
39 amount or type of damages, compensation or benefits payable by or for the Contractor or a Subcontractor
40 under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts.
41 3.19.5 The obligations of the Contractor under this Paragraph 3.19 shall not extend to the liability of the
42 Architect, the Architect's consultants, and agents and employees of any of them.
2010-i 6 /YCS Fueling Station
Bid —00 7200 - 14 GENERAL CONDITIONS
OF THE CONTRACT FOR CONSTRUCTION 1-15-13
SUPPORT OPERATIOI� CENTER PHASE 2
YELM COMMUNITY SCHOOLS No.2
ERICKSON McGOVERN
1 ARTICLE 4
2 ADMINISTRATION OF THE CONTRACT
3
4 4.1 ARCHITECT
5 4.1.1 The Architect is the person lawfully licensed to practice architecture or an entity lawfully practicing
6 architecture identified as such in the Agreement and is referred to throughout the Contract Documents as if
7 singular in number. The term "Architect" means the Architect or the ArchitecYs authorized representative.
8 4.2 ARCHITECT'S ASSISTANCE IN ADMINISTRATION OF THE CONTRACT
9 4.2.1 The Architect will assist the Owner in administration of the Contract as descr�ibed in the Contract
10 Documents, and may, as specifically authorized by the Owner, serve as the Ow�ner's representative
11 (1) during construction, (2) until final payment is due and (3) from time to time during �he correction period
12 described in Paragraph 12.2. The Architect will advise and consult with the Owner. Th�Architect may have
13 authority to act on behalf of the Owner only to the extent provided in the Contract Documents or the
14 agreement between the Owner and the Architect, unless otherwise modified by written instrument in
15 accordance with other provisions of the Contract Documents. The Authority of the Archwtect is separate from
16 that of the Owner's Representative.
17 4.2.2 The Architect will visit the site at intervals appropriate to the stage of constructic�n to become familiar
18 with the progress and quality of the completed Work and to determine in general if the Work is being
19 performed in a manner indicating that the Work, when completed, will be in accordance with the Contract
20 Documents. However, the Architect will not be required to make exhaustive or� continuous on-site
21 inspections to check quality or quantity of the Work. On the basis of on-site observations as an architect,the
22 Architect will keep the Owner informed of progress of the Work, and will use its best efforts to guard the
23 Owner against defects and deficiencies in the Work. The Architect shall not exercise prerogatives or perform
24 duties in a manner that will increase the cost of construction or increase construction t.ime without Owner's
25 prior written approval. It is the Contractor's responsibility to inform Owner, in writing, of direction by Architect
26 that may affect Contract Sum or Contract Time prior to proceeding with that work.
27 4.2.3 The Architect will not have control over or charge of and will not be responsible for construction
28 means, methods, techniques, sequences or procedures, or for safety precautions and programs in
29 connection with the Work, since these are solely the Contractor's responsibility as provided in Paragraph 3.3.
30 The Architect will not have control over or charge of and will not be responsible for acts or omissions of the
31 Contractor, Subcontractors, or their agents or employees, or of any other persons performing portions of the
32 Work.
33 4.2.4 Except as otherwise provided in the Contract Documents or when direct communications have been
34 specially authorized, the Owner and Contractor shall endeavor to communicate through the Architect.
35 Communications by and with Subcontractors and material suppliers shall be through the Contractor.
36 Communications by and with separate contractors shall be through the Owner. The Contractor additionally
37 shall PROVIDE THE OWNER WITH A DIRECT COPY OF ALL IMPC)RTANT WRITTEN
38 COMMUNICATIONS TO THE ARCHITECT, including all notices, claims, and potential changes in the
39 Contract Sum or Time.
40 4.2.5 Based on the ArchitecYs observations and evaluations of the Contractor's Applications for Payment,
41 the Architect will review and certify the amounts due the Contractor and will issue CertifFCates for Payment in
42 such amounts.
43
2010-16 /YCS Fueling Station Bid—00 7200 - 15 GENERAL CONDITIONS
OF THE
CONTRACT FOR CONSTRUCTION t-15-13
SUPPORT OPERATION CENTER PHASE 2
YELM COMM R CKSON M GOVERN
1 4.2.6 The Architect will have shutesttherlre'e�tion, of anyrWorkfanddthe co�rection thereof shall�nvolve
2 Documents. if the Contractor d p 1
3 additional costs or time, the Contractor shall inform the Owner of the correction in writing and it shall be the
4 Owner's option to accept suc oWonformen eWorkCthat the A ch tect�ertf es asTpresOent ng alllth�eatXto the
5 this option with respect to n 9
6 durability of the building, a.threat to human health or life, or that violates any applicable code requirement.
7 Whenever the Architect considers it necessary or advisable for implementation of the intent of the Contract
8 Documents, the Architect will have authority to require additional inspection or testing of the Work in
9 accordance with Subparagraphs 13.5.2 and 13.5.3, whether or not such Work is fabricated, installed or
10 completed. However, neither this authority of the Architect nor a decision made in good faith either to
11 exercise or not to exercise mat r altandt e Su pme t suppliers, he'Ir agents or emllployees,eoAothlee pe sons
12 Contractor, Subcontractors, q
13 performing portions of the Work.
14 4.2.7 The Architect will review and take appropriate action upon the Contractor's submittals such as Shop
15 Drawings, Product Data and Samples, but only for the limited purposes of checking for conformance with
16 information given and the design concept expressed in the Contract Documents. The Architect's action will
17 be taken with such reasonable promptness as to cause no delay in the Work or in the activities of the Owner,
18 Contractor or separate contractors, while allowing sufficient time in the ArchitecYs professional judgment to
19 permit adequate review. Review of such submittals is not conducted for the purpose of determining the
20 accuracy and completeness of other details such as dimensions and quantities, or for substantiating
21 instructions for installation or performance of equipment or systems, all of which remain the responsibility of
22 the Contractor as required by the Contract Documents. The ArchitecYs review of the Contractor's submittals
23 shall not relieve the Contractor of the obligations under Paragraphs 3.3, 3.5, and 3.12. The Architect's
24 review shall not constitute approval of safety precautions or, unless otherwise specifically stated by the
25 Architect, of any construction means, methods, techniques, sequences or procedures. The Architect's
26 review of a specific item shall not indicate approval of an assembly of which the item is a component.
27 4.2.8 The Architect will prepare Change Orders and Construction Change Directives, and may authorize
28 minor changes in the Work as provided in Paragraph 7.4.
29 4.2.9 The Architect will conduct inspections to determine the date or dates of Substantial Completion and
30 the date of final completion, will receive and forward to the Owner for the Owner's review and records written
31 warranties, operations and maintenance manuals, record drawings and related documents required by the
32 Contract and assembled by the Contractor, and will issue a final Certificate for Payment upon compliance
33 with the requirements of the Contract Documents.
34 4.2.10 If the Owner and Architect agree, the Architect will provide one or more project representatives to
35 assist in carrying out the Architect's responsibilities at the site.
36 4.2.11 The Architect will interpret and decide matters concerning performance under and requirements of
37 the Contract Documents on written request of either the Owner or Contractor. The Architect's response to
38 such requests will be made with reasonable promptness and within any time limits agreed upon. If no
39 agreement is made concerning the time within which interpretations required of the Architect shall be
40 furnished in compliance with this Paragraph 4.2, then delay, if any, shall not be recognized on account of
41 failure by the Architect to furnish such interpretations until fifteen (15) days after written request is made for
42 them or after the Architect has received from the Owner or Contractor all of the information necessary for the
43 Architect to respond to the request, whichever is later.
44 4.2.12 Interpretations and decisions of the Architect will be consistent with the intent of and reasonably
45 inferable from the Contract Documents and will be in writing or in the form of drawings. When making such
46 interpretations and decisions,the Architect will endeavor to secure faithful performance by Contractor.
47 4.2.13 As between the Architect and the Contractor, the Architect's decisions on matters relating to
48 aesthetic effect will be final if consistent with the intent expressed in the Contract Documents.
49 4.2.14 The Architect shall conduct meetings at least once weekly with the Contractor and such
50 Subcontractors as may be requested by the Architect to review the progress of the work and the status of
51 schedules. The Architect shall prepare and circulate minutes of such meetings.
2010-16 /YCS Fueling Station Bid—00 7200 - 16 GENERAL CONDITIONS
OF THE CONTRACT FOR CONSTRUCTION 1-15-13
SUPPORT OPERA710N CENTER PHASE 2
YELM COMMUNITY SCHOOLS No.2
ERICKSON McGOVERN
1 4.3 CLAIMS AND DISPUTES
2 4.3.1 A "Claim" is a substantiated demand or assertion by the Contractor seeking, as a matter of right,
3 adjustment or interpretation of Contract terms, payment of money, extension of time or other relief with
4 respect to the terms of the Contract. The term "Claim" or"claim" also includes other disputes and matters in
5 question between the Owner and Contractor arising out of or relating to the Contract.
6 4.3.2 Claims must be made by written notice and substantiated by detailed informatio�. The responsibility
7 to substantiate Claims rests solely with the Contractor. The substantiation of a Claim shall include, at a
8 minimum,the following:
9 .1 A written narrative explaining the factual basis of the claim and the bases for the claim under
10 the Contract Documents;
11 .2 A written and/or graphic explanation of how the alleged acts or failure to act by the Owner
12 under the Contract directly caused the damages or delay complained of;
13 .3 Full documentation of the additional costs or damages allegedly resulting in such detail as
14 may be requested by the Owner, including original bid and budget records;
15 .4 Schedule analyses which demonstrate that the alleged acts or failure to act caused delays to
16 the critical path activities of the Contractor; and
17 .5 Such other job records, reports, documents, calculations and bid or estimate information as
18 the Owner may reasonably require to evaluate the Claim.
19 In the event the Contractor believes that a change in the Work that is the responsibility of the Owner has
20 caused, or may cause, an increase in the Contractor's costs in the form of labor and eq�ripment inefficiencies
21 or lost productivity, such alleged costs must be specifically identified in the notice of claim. In addition, the
22 Contractor must establish that the alleged cost increases result directly from such change and must
23 demonstrate the impact by utilizing comparisons of the Work performed during the impacted period with
24 Work pertormed during a non-impacted period or on a closely similar but different part of the Work if such
25 comparisons are reasonably available or feasible.
26 4.3.3 Claims, including those alleging an error or omission by the Architect, shall be submitted to the
27 Architect and the Owner. A decision by the Owner, shall be required as a condition pre�:edent to litigation of
28 a Claim between the Contractor and Owner as to all such matters arising prior to the ciate final payment is
29 due, regardless of (1) whether such matters relate to execution and progress of the Work or (2) the extent to
30 which the Work has been completed.
31 4.3.4 Pending final resolution of a Claim, unless otherwise agreed in writing, the Contractor shall proceed
32 diligently with performance of the Contract and the Owner shall continue to make payments that are not in
33 dispute in accordance with the Contract Documents.
34 4.3.5 If conditions are encountered at the site which constitute subsurface or otherwis�concealed physical
35 conditions which differ materially from those indicated in the Contract Documents, then written notice by the
36 Contractor shall be given to the Owner promptly before such conditions are disturbed and in no event later
37 than three (3) days after first observance of such conditions. The Architect will promptly investigate such
38 conditions and, if they differ materially and cause an increase or decrease in the Contractor's cost of, or time
39 required for, pertormance of any part of the Work, will recommend an equitable adjust�nent in the Contract
40 Sum or Contract Time, or both, to the Owner for consideration. If the Architect and Owner determine that the
41 conditions at the site are not materially different from those indicated in the Contract Documents and that no
42 change in the terms of the Contract is justified, the Owner shall so notify the Contractor in writing, stating the
43 reasons. Protests in opposition to such determination must be set forth in writing within fourteen (14) days
44 after the Owner has given notice of the decision. If the Owner and Contractor cannot agree on an
45 adjustment in the Contract Sum or Contract Time, any claim by the Contractor arisinq there from shall be
46 made in accordance with the dispute resolution procedure in Paragraph 4.4.
47
2010-16 /YCS Fueling Station Bid—00 7200 - 17 GENERAL CONDITIONS
OFTHE
CONTRACT FOR C�DNSTRUCTION 1-15-13
SUPP�ELM COMMUN TY SCHOOLS No.2
ERICKSON McGOVERN
1 4.3.6 Ali claims for addition4'4Cand 4.5/or they wil9 be 'waived.h f theeCont�ra�Ctorncla mbe hataan
2 according to Paragraphs 4.3,
3 additional cost is involvedt actor and fSubcontractors w Il�be deemed to hlave ca eful�ly Cev ewedDall of the
4 (e.g., Drawings), the Co
5 Contract Documents, in���d�e of Conitract Documuent w th n hech�a conflict or�om ss on is claPmed sha I be
6 indicated on the particula yp
7 provided with no change in the Contract Sum or Time. In the event that work is shown on Drawings but no
8 contained in Specifications, itln��to s ecf cationshto ber ssued by the Archbectr TheeContra�tor shae nottbe
9 Contract Sum or Time, accord g p
10 entitled to an increase in the Contract Sum or Time arising out of an error or conflict where the Contractor
11 failed adequately to review the Contract Documents and timely report the error or conflict to the Architect.
12 4.3.7 If the Contractor wishes to make a Claim for an increase in the Contract Sum, written notice as
13 provided herein timely filed as provided in Subparagraph 4.3.6 and Paragraphs 4.4 and 4.5 shall be given
14 before proceeding to execute the Work. The claim shall be fully documented as provided above. Prior
15 notice is not required only for Claims relating to an emergency endangering life or property arising under
16 Paragraph 10.3.
17 4.3.8 If the Contractor wishes to make Claim for an increase in the Contract Time, written notice as
1$ provided herein timely filed as provided in subparagraph 4.3.6 and Paragraphs 4.4 and 4.5 shall be given.
19 The Contractor's Claim shall be fully documented as provided above and shall include a description of critical
20 path activity impacted by delay, an estimate of cost and of probable effect of delay on progress of the Work.
21 In the case of a continuing delay only one written Claim is necessary, provided, the written notice states that
22 the delay and the conditions causing such delay are continuing. Subject to the provisions of Subparagraph
23 8.3.3 herein limiting the Contractor's right of recovery to time extensions only for reasonable delays, the
24 Contractor's daily cost of any change in Contract Time associated with a delay for which the Contractor is
25 entitled to damages or an adjustment in the Contract Sum shall be limited for each day of such delay to the
26 lesser of the Contractor's actual costs or five percent (5%) of the Contract Sum divided by the number of
27 calendar days in the Contract Time.
28 4.3.9 If adverse weather conditions are the basis for a Claim for additional time or cost, such Claim shall
29 be documented by data substantiating that weather conditions were abnormal for the period of time and
30 could not have been reasonably anticipated, and that weather conditions had an adverse effect on the critical
31 path of the current submitted construction schedule.
32 Precipitation as rain, hail or snow, low temperature, or a windstorm which might reasonably have been
33 anticipated from the National Weather Service historical records of the general locality of the work shall not
34 be construed as abnormal. To preclude the difficulties of actual measurement, the parties hereto agree that
35 weather data at the site of the work shall be expressly deemed to be the same as that measured at the
36 Seattle-Tacoma International Airport by the Environmental Data and Information Service of the National
37 Oceanic and Atmospheric Administration (NOAA) of the U.S. Department of Commerce.
38 For the purposes of this subparagraph, a "month" shall mean a calendar month and a "week" shall mean a
39 calendar week of Sunday through Saturday.
40 4.3.10 If either party to the Contract suffers injury or damage to person or property because of an act or
41 omission of the other party, of any of the other party's employees or agents, or of others for whose acts such
42 party is legally liable, written notice of such injury or damage, whether or not insured, shall be given to the
43 other party within a reasonable time not exceeding fourteen (14) days after first observance. The notice shall
44 provide sufficient detail to enable the other party to investigate the matter. If a Claim for additional cost or
45 time related to this Claim is to be asserted, it shall be filed as provided in Subparagraphs 4.3.7 or 4.3.8.
46 4.4 DISPUTE RESOLUTION
47 4.4.1 All Claims, disputes and other matters in question of the Contractor arising out of, or relating to, the
48 project or the Contract Documents or the breach thereof, except Claims which have been waived under the
49 terms of the Contract Documents shall be decided exclusively by the following dispute resolution procedure
50 specified in Paragraph 4.4 unless the parties mutually agree in writing otherwise.
2010-16 /YCS Fuefing Station Bid—00 7200 - 18 GENERAL CONDITIONS
OFTHE CONTRACT FOR CONSTRUCTION 1-15-13
SUPPORT OPERATION CENTER PHASE 2
YELM COMMUNI7Y SCHOOLS No.2
ERI�KSON McGOVERN
1 4.4.2 The Contractor shall give written notice to the Owner and the Architect of ali Claims within
2 twenty-one (21) days of the event giving rise to them. Failure to properly give such notice shall constitute
3 waiver of the Claim. The Contractor shall not be entitled to any change in the Contract Sum or the Contract
4 Time, nor any other compensation, for any events or costs that occurred more than twenty-one (21) days
5 before the written notice. The written notice must be substantiated in accordance with Subparagraph 4.3.2
6 above. The notice shall be deemed to include a statement that the Claim covers all changes in cost and in
7 time (direct, indirect, impact, consequential, and otherwise) to which the Contractor (and Subcontractors and
8 Suppliers) is entitled. The Owner or its representative shall have the right to audit the books and records of
9 the Contractor and/or of any Subcontractor of any tier making a Claim.
10 .1 If a Claim is not resolved, the Contractor may bring no Claim against the Owner in litigation
11 unless the Claim is first subject to nonbinding mediation before a single mediator under the
12 Voluntary Construction Mediation Rules of the American Arbitration Association. This
13 requirement can be waived only by an explicit written waiver signed by the Owner. An
14 officer of the Contractor and the Representative or designee of the Ovuner, both having full
15 authority to settle the claim, must attend the mediation session. To the extent there are
16 other parties in interest, such as the Architect, Engineers, Consultants, Subcontractors or
17 Suppliers, their representatives, or others deemed necessary by tN�e Owner, with full
18 authority to settle the Claim, shall also attend the mediation session. Unless the Owner and
19 the Contractor mutually agree in writing otherwise, all unresolved Claims shall be considered
20 at a single mediation session which shall occur prior to Final Acceptance by the Owner.
21 .2 The Contractor may bring no litigation on Claims unless such claims have been properly
22 raised and considered in the procedures of subparagraphs 4.4.1 through 4.4.2.1 above. All
23 unresolved Claims shall be waived and released unless the Contractor has strictly complied
24 with the time limits of the Contract Documents, and litigation is serveci and filed within the
25 earlier of (a) sixty (60) days after Final Acceptance, or (b) one hundrEd twenty (120) days
26 after Substantial Completion. This requirement can be waived only by an explicit written
27 waiver signed by the Owner.
28 4.4.3 The Contractor shall diligently carry on the Work and maintain the progress schedule during any
29 dispute resolution proceedings, unless otherwise agreed by it and the Owner in writing.
30 4.4.4 The Contractor agrees that the Owner and Architect may join the Contractc�r as a party to any
31 litigation/arbitration/mediation involving the Project in any way. All disputes unresolved after mediation shall
32 be decided by litigation in accordance with the Contract Documents.
33 4.4.5 Notwithstanding the above, the Owner may demand arbitration; before a singlE� arbitrator appointed
34 by the American Arbitration Association under the Expedited Procedure of the Construction Industry
35 Arbitration Rules within five (5) days of the demand, for the purpose of seeking a declaratory judgment
36 regarding the proprietary of the Owner's prospective termination of the Contractor. Th� hearing shall occur
37 within seven days of the appointment of the arbitrator, and the award shall be made within two days of the
38 close of the hearing and shall be final and binding.
39 4.5 WRITTEN NOTICE OF CLAIMS
40 4.5.1 Any Claim of the Contractor against the Owner for damages, additional payme�nt for any reason, or
41 extension of time, whether under the Contract or otherwise, shall be conclusively deemed to have been
42 waived by the Contractor unless a timely and substantiated written notice of clairn therefore is made
43 pursuant to and in strict accordance with the applicable provisions of the Contract, particularly
44 Paragraphs 4.3 and 4.4; or, if (and only ifl no such provision is applicable, unless such C;laim is substantiated
45 in writing and received by the Owner within twenty-one (21) calendar days of the event giving rise to it. No
46 act, omission, or knowledge, actual or constructive, of the Owner or the Architect shall in any way be
47 deemed to be a waiver of the requirement for timely written notice unless the Owner provides the Contractor
48 with an explicit, written waiver of timely notice.
2010-16 /YCS Fueling Station Bid —00 7200 - 19 GENERAL CONDITIONS
OFTHE
CONTRACT FOR CONSTRUCTION 1-15-13
SUPPORT OPERATION CENTER PHASE 2
YELM COMME NCKSON M GOVERN
1 4.5.2 All Claims shall be addressed to:
2 Superintendent
3 Yelm Community Schools No. 2
4 107 1�North
5 Yelm,WA 98597-0476
6 4.6 RETENTION OF RECORDS AND AUDIT ears after the date of
7 The Contractor shall maintain and retain for a period of not less than three (3) y estimatin sheets,
8 acceptance of W�a�a�edords perta ningto the performancerof the Workl undertth st Contract, includ ng Work
9 take-offs, etc.) a
10 performed as extra work. The C t0 r erformanlce of Sub ocntract ISWobk undertth s Co t alct, nc uding Work
11 said period all records pertaining p
12 performed as extra work. �pand aud t b eOwneraor othelrs des gnated�or authon edcby Owner oreunder
13 shall be open to inspection Y calendar da s after the
14 applicable law and regulations. If an audit is to be commenced more than sixty (60) Y
15 acceptance of Work, Owner will give reasonable notice of the time when the audit is to begin.
16 ARTICLE 5
1� SUBCONTRACTORS
18
19 5.1 DEFINITIONS
20 5.1.1 A Subcontractor is a person or entity who has a direct contract with the Contractor to perform a
21 portion of the Work at the site. The term "Subcontractor" is referred to throughout the Contract Documents
22 as if singular in number and means a Subcontractor or an authorized representative of the subcontractor.
23 The term"Subcontractor" does not incfude a separate contractor or Subcontractors of a separate contractor.
24 5.1.2 A Sub-subcontractor is a person or entity who has a direct or indirect contract with a Subcontractor
25 to perform a portion o ashe'fWs n ularh ns'numbee and `meansUba�Subcsubcont act ed o� an�au thorized
26 Contract Documents 9
27 representative of the Sub-subcontractor.
28 5.1.3 A Supplier is a person or entity who has a direct or indirect contract with the Contractor or a
29 Subcontractor of any tier to furnish materials or equipment to be incorporated in the Work.
30 5.2 AWARD OF SUBCONTRACTS AND OTHER CONTRACTS FOR PORTIONS OF THE WORK
31 5.2.1 Unless otherwise stated in the Contract Documents or the bidding requirements, the Contractor,
32 within (10) days of Owner's Conditional Notice to Proceed, shall furnish in writing to the Owner through the
33 Architect the names of persons or entities (including those who are to furnish materials or equipment
34 fabricated to a special design) proposed for each principal portion of the Work, consistent with the listing
35 requirements on the Bid. The Architect will promptly reply to the Contractor in writing stating whether or not
36 the Owner or the Architect, after due investigation, has reasonable objection to any such proposed person or
37 entity. Failure of the Owner or Architect to reply promptly shall constitute notice of no reasonable objection.
38 �ee Obcont act'or s n t quagf ed oreJespons ble o�perform the tWork oW f the Subcont actor snd fferent f om
39
40 one listed on or with the Bid.
41 h s madeh easonable�obj otiont TherContractor shal�l noa be r qu�ed toltcont act with anOyone to whom�tthe
42
43 Contractor has made reasonable objection.
44
2010-16 /YCS Fueling Station
BICI—OO 7200 - 2O GENERAL CONDITIONS
OF THE CONTRACT FOR CONSTRUCTION 1-15-13
SUPPORT OPERATIOf� CENTER PHASE 2
YELM COMMUNITY SCHOOLS No.2
ERICKSON McGOVERN
1 5.2.3 If the Owner or Architect has reasonable objection to a person or entity proposE:d by the Contractor,
2 the Contractor shali propose another to whom the Owner or Architect has no reasonable objection. The
3 Contract Sum shall be increased or decreased by the difference in cost occasioned by such change which is
4 fully documented to the Owner's and Architect's reasonable satisfaction and an appropriate Change Order
5 shall be issued. However, no increase in the Contract Sum shall be aliowed for such change unless the
6 Contractor has acted promptly and responsively in submitting names as required. The Owner shall not be
7 responsible for any increased cost for any change involving a person or entity who or which was not in all
8 respects qualified, competent and sufficiently experienced to perform proposed Work.
9 5.2.4 The Contractor shall not change a Subcontractor, person or entity previously selected if the Owner or
10 Architect makes reasonable objection to such change. The Owner may require the Contractor to change any
11 Subcontractor previously approved for reasonable cause. Actions by the Owner or Architect pursuant to this
12 subparagraph shall not be deemed to make either responsible for the performance or future performance of
13 a Subcontractor.
14 5.3 SUBCONTRACTUAL RELATIONS
15 5.3.1 The Contractor shall require each Subcontractor, to the extent of the Work to be performed by the
16 Subcontractor, to be bound to the Contractor by terms of the Contract Documents, and to assume toward the
17 Contractor all the obligations and responsibilities which the Contractor, by these Contract Documents,
18 assumes toward the Owner and Architect. Each subcontract agreement shall preserve and protect the rights
19 of the Owner and Architect under the Contract Documents with respect to the Work to be performed by the
20 Subcontractor so that subcontracting thereof will not prejudice such rights, and shall allow to the
21 Subcontractor, unless specifically provided otherwise in the subcontract agreement, the benefit of all rights,
22 remedies and redress against the Contractor that the Contractor, by the Contract Documents, has against
23 the Owner. Where appropriate, the Contractor shall require each Subcontractor �o enter into similar
24 agreements with Sub-subcontractors. The Contractor shall make available to each proposed Subcontractor,
25 prior to the execution of the subcontract agreement, copies of the Contract Documents to which the
26 Subcontractor will be bound, and, upon written request of the Subcontractor, identify to the Subcontractor
27 terms and conditions of the proposed subcontract agreement which may be at variance with the Contract
28 Documents. Subcontractors shall similarly make copies of applicable portions of such documents available
29 to their respective proposed Sub-subcontractors.
30 5.3.2 Any part of the Work performed for the Contractor by a Subcontractor shall be pursuant to a written
31 subcontract agreement between the Contractor and such Subcontractor, which shall be available to the
32 Owner for review upon request. The Contractor shall schedule, supervise, and coordinate the operations of
33 all Subcontractors and Suppliers of any tier. No subcontracting of any of the Work shall relieve the
34 Contractor from its responsibility for the performance of the Work or its obligations under the Contract
35 Documents. Each such Subcontractor Agreement shall:
36 .1 Require that such Work be performed in accordance with all of the requirements of the
37 Contract Documents and applicable laws and regulations;
38 .2 Waive all rights the contracting parties and their insurers may have against one another or
39 that the Subcontractor may have against the Owner for damages caused by fire or other
40 perils covered by the property insurance described in the Contract Documents;
41 .3 Require the Subcontractor to carry and maintain insurance in accordance with the Contract
42 Documents;
43 .4 Require the Subcontractor to furnish such certificates and waivers as may be reasonably
44 requested to the extent Subcontractor has been paid for Work performed under the
45 Subcontract Agreement;
46 .5 Require the Subcontractor to incorporate EEO statements in accordar�ce with the Contract
47 Documents;
48 .6 Require payment of prevailing wages in accordance with the Contract Documents.
49 5.4 CONTINGENT ASSIGNMENT OF SUBCONTRACTS
50
2010-16 /YCS Fueling Station Bid—00 7200 -21 GENERAL CONDITIONS
OF THE
CONTRACT FOR CONSTRUCTION 1-15-13
SUPPORT OPERATION CENTER PHASE 2
YELM COMME C SON M GOVERN
1 5.4.1 Each subcontract agreement for a portion of the Work is assigned by the Contractor to the Owner
2 provided that:
3 ,1 Assignment is effective only after termination of the Contract by the Owner or cause
4 pursuant to Paragraph 14.2 and only for those subcontract agreements which the Owner
5 accepts by notifying the Subcontractor in writing; and
( .2 Assignment is subject to the prior rights of the surety, if any, obligated under a bond relating
� to the Contract.
8 5.5 LIENS
9 The Contractor shall defend, indemnify and hold harmless the Owner from any liens arising out of the work.
10 ARTICLE 6
11 CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACTORS
12
13 6.1 OWNER'S RIGHT TO PERFORM CONSTRUCTION AND TO AWARD SEPARATE CONTRACT
14 6.1.1 The Owner reserves the right to perform construction or operations related to the Project with the
15 Owner's own forces, and to award separate contracts in connection with other portions of the Project or other
16 construction or operations on the site under conditions of the Contract identical or substantially similar to
17 these including those portions related to insurance and waiver of subrogation. The Contractor shall
18 coordinate its Worof s1uchhact on bp the Ownerathe Contracto�may fi�e alnd document a Cla mdsul bject to the
19 involved because Y
20 Claim provisions in the Contract Documents.
21 6.1.2 When separate contracts are awarded for different portions of the Project or other construction or
22 operations on the site, the term "Contractor" in the Contract Documents in each case shall mean the
23 Contractor that executes each separate Owner-Contractor Agreement.
24 6.1.3 The Owner shall provide for coordination of the activities of the Owner's own forces and of each
25 separate contractor with the Work of the Contractor, who shall fully cooperate with them. The Contractor
26 shall participate with other separate contractors and the Owner in reviewing their construction schedules
27 when directed to do so. The Contractor shall make any revisions to the construction schedule and Contract
28 Sum deemed necessary after a joint review and mutual agreement. The construction schedules shall then
29 constitute the schedules to be used by the Contractor, separate contractors and the Owner unless and until
30 subsequently revised.
31 6.1.4 Occupancy or use of any portion of the Work site by Owner shall not be construed as Substantial
32 Completion.
33 6.2 MUTUAL RESPONSIBILITY
34 6.2.1 The Contractor shall afford the Owner and separate contractor's reasonable opportunity for
35 introduction and storage of their materials and equipment and performance of their activities and shall
36 connect and coordinate the Contractor's construction and operations with theirs as required by the Contract
37 Documents.
38 6.2.2 If part of the Contractor's Work depends for proper execution or results upon construction or
39 operations by the Owner or a separate contractor, the Contractor shall, prior to proceeding with that portion
40 of the Work, promptly report to the Architect apparent discrepancies or defects in such other construction
41 that would render it unsuitable for such proper execution and results. Failure of the Contractor so to report
42 shall constitute an acknowledgment that the Owner's or separate contractors' completed or partially
43 completed construction is fit and proper to receive the Contractor's Work, except as to defects not then
44 reasonably discoverable.
45 6.2.3 Costs caused by delays or by improperly timed activities or defective construction shall be borne by
46 the party responsible therefore.
47 6.2.4 The Contractor shall promptly remedy damage caused by the Contractor to completed or partially
48 completed construction or to property of the Owner or separate contractors as provided in Subparagraph
49 10.2.5.
2010-16 /YCS Fueling Station Bid—00 7200 -22 GENERAL CONDITIONS
OF THE CONTRACT FOR CONSTRUCTION 1-15-13
SUPPORT OPERATION CENTER PHASE 2
YELM COMMUNITY SCHOOLS No. 2
ERICKSON McGOVERN
1 6.2.5 Ciaims and other disputes and matters in question between the Contractor and a separate contractor
2 shall be subject to the provisions of Paragraphs 4.3 and 4.4 provided the separate contractor has reciprocal
3 obligations.
4 6.2.6 The Owner and each separate contractor shall have the same responsibilities for cutting and
5 patching as are described for the Contractor in Paragraph 3.15.
6 6.3 OWNER'S RIGHT TO CLEAN UP
7 6.3.1 If a dispute arises among the Contractor, separate contractors and the Owner as to the responsibility
8 under their respective contracts for maintaining the premises and surrounding area free from waste materials
9 and rubbish as described in Paragraph 3.16, the Owner may clean up and allocate the cost among those
10 responsible as the Owner determines to be reasonable.
11 ARTICLE 7
12 CHANGES IN THE WORK
13
14 7.1 CHANGES
15 7.1.1 Changes in the Work may be accomplished after execution of the Contract, and without invalidating
16 the Contract, by Change Order, Construction Change Directive or order for a minor change in the Work,
17 subject to the limitations stated in this Article 7 and elsewhere in the Contract Documents. The Contractor
18 shall be responsible for notifying the bonding and insurance company(ies) of any changes in the Work;
19 provided that neither the number or quality of changes nor Contractor's failure to provide notice shall release
20 or impair bonding or insurance obligations or coverages.
21 .1 Before effectuating a change in the Work, the Owner may request the Contractor to propose
22 the amount of change in the Contract Sum, if any, and the amount of change in the Contract
23 Time, if any, arising from a proposed change in the Work. The Contractor shall submit its
24 responsive proposal within no more than 14 days and shall in good faith specify the amounts
25 by which the Contract Sum and/or Time would change. The Owner may accept the proposal
26 in writing, in which case it will be included in a future Change Order, and the change in the
27 Work may commence immediately. The Owner may reject the proposal, in which case the
28 Owner may either not effectuate the change or may order the change through a Construction
29 Change Directive.
30 7.1.2 A Change Order shall be based upon agreement among the Owner, Contractor and Architect; a
31 Construction Change Directive requires agreement by the Owner and Architect and may or may not be
32 agreed to by the Contractor; an order for a minor change in the Work, for which there is no change in the
33 Contract Sum or Time, may be issued by the Architect alone.
34 7.1.3 Changes in the Work shall be performed under applicable provisions of the Contract Documents,
35 and the Contractor shall proceed upon receipt of written Notice to Proceed from the Owrrer, unless otherwise
36 provided in the Change Order, Construction Change Directive or order for a minor change in the Work.
37 7.1.4 If unit prices are stated in the Contract Documents or subsequently agreed upon, and if quantities
38 originally contemplated are so changed in a proposed Change Order or Construction Change Directive that
39 application of such unit prices to quantities of Work proposed will cause substantial inequity to the Owner or
40 Contractor,the applicable unit prices shall be equitably adjusted.
41 7.2 CHANGE ORDERS
42 7.2.1 A Change Order is a written instrument prepared by the Architect and si�,ned by the Owner,
43 Contractor and Architect, stating their agreement upon all of the following:
44 .1 A change in the Work;
45 .2 The amount of the adjustment in the Contract Sum, if any; and
46 .3 The extent of the adjustment in the Contract Time, if any.
47 7.2.2 A Change Order shall constitute final resolution of the matter addressed by the C;hange Order.
48 7.2.3 Methods used in determining adjustments to the Contract Sum may include those listed in
49 Subparagraph 7.3.3.
2010-16 /YCS Fueling Station Bjd—��72�� -23 GENERAL CONDITIONS
OFTHE
CONTRACT FOR CONSTRUCTION 1-15-13
SUPPDELM COMMUNI'TY SCHOOLS No.2
ERICKSON McGOVERN
1 7.3 CONSTRUCTION CHANGE DIRECTIVES
2 7.3.1 A Construction Change Direntieen the Work and statnrg a proposed b sris for adjustmenterf any,hn
3 Owner and Architect, directing a cha g
4 the Contract Sum or Contract Tim n esbntt e Work�wth n he g neral scopel of he Cont al tcconsist'ing of
5 invalidating the Contract, order cha g
6 additions, deletions or other revisions,the Contract Sum and Contract Time being adjusted accordingly.
7 7.3.2 A Construction Change Directive shall be used in the absence of total agreement on the terms of a
8 Change Order.
9 7.3.3 If the Construction Change Directive provides for an adjustment to the Contract Sum,the adjustment
10 shall be based on one of the following methods:
11 .1 mutual acceptance of a lump sum properly itemized and supported by sufficient
12 substantiating data to permit evaluation;
13 .2 unit prices stated in the Contract Documents or subsequently agreed upon;
14 .3 cost to be detebablea ost and a mutgally acpeptableh xed olr pe cen age fee; or an itemized
15 estimate of pro )
16 .4 as provided in Subparagraph 7.3.6.
17 7.3.4 Upon receipt of a Construction Change Directive, the Contractor shall promptly proceed with the
18 change in the Work involved. As soon as possible, and within seven (7) days of receipt, the Contractor shall
19 advise the Architect in writing of the Contractor's agreement or disagreement with the proposed adjustment
20 or the method, if any, provided in the Construction Change Directive for determining the proposed
21 adjustment in the Contract Sum or Contract Time. The Contractor's response shall reasonably specify the
22 reasons for its disagreement and the amount or other terms that it proposes. Without such timely written
23 response, the Contractor shall conclusively be deemed to have accepted the Owner's adjustment. The
24 Contractor's disagreement shall not relieve the Contractor of its obligation to compfy promptly with any
25 written notice issued by the Owner or the Architect. The adjustment shall then be determined by the
26 Architect in strict accordance with the provisions of the Contract Documents.
27 7.3.5 A Construction Change Directive signed by the Contractor indicates the agreement of the Contractor
28 therewith, including adjustment in Contract Sum and Contract Time or the method for determining them.
29 Such agreement shall be effective immediately and shalf be incorporated into a Change Order.
30 7.3.6 If the Contractor does not respond promptly or disagrees with the method for adjustment in the
31 Contract Sum, or if cost is to be determined under Clause 7.3.3.3, the Contractor shall keep and present
32 within twenty-one days' written demand from the Owner, in such form as the Architect may prescribe, an
33 itemized accounting of the time and material expended, together with supporting data. In order to facilitate
34 checking of such quotations, all proposals, except those so minor that their propriety can be seen by
35 inspection, shall be accompanied by complete itemization of costs, including labor, materials, equipment and
36 subcontract costs. Labor, equipment and materials shall be itemized in the manner described in Paragraph
37 7.5. When major cost items arise from Subcontractors of any tier,these items shall also be itemized, and the
38 Contractor must include a statement that the Contractor has reviewed the Subcontractors' costs and believes
39 them to be accurate. Approval may not be given without such itemization. Failure to provide data within 21
40 days of the Architect's request shall constitute waiver of any Claim for changes in the Contract Time or
41 Contract Sum. The total cost of any change, including a Claim under Paragraph 4.3 or 4.4, shall be limited
42 to the reasonable value, as determined by the Architect (subject to appeal through the dispute resolution
43 procedure of Paragraph 4.4), of the items in Paragraph 7.5. Unless otherwise agreed in writing by the
44 Owner, the cost shall not exceed the lower of the prevailing cost for the work in the locality of the Project or
45 the cost of the work in the current edition of R. S. Means Company, Inc., Building Construction Cost Data as
46 adjusted to local costs and conditions. The Architect and the Owner may confer directly with Subcontractors
47 of any tier concerning any item chargeable directly or indirectly to the Owner under this article to confirm
48 contract balances due and to obtain statements or lien waivers.
49 7.3.7 Pending final determination of the total cost of a Construction Change Directive to the Owner, and
50 provided that any reservations of rights in respect to the Construction Change Directive have been initialed
51 by the Owner, amounts not in dispute for such changes in the Work may be included in Applications for
52 Payment accompanied by a Change Order indicating the parties' agreement with part or all of such costs. If
2010-16 /YCS Fueling Station
Bid—00 7200 - 24 GENERAL CONDITIONS
OF THE CONTRACT FOR CONSTRUCTION 1-15-13
SUPPORT OPERATION CENTER PHASE 2
YELM COMMUNITY SCHOOLS No.2
ERICKSON McGOVERN
1 the Contractor adds a reservation of rights that has not be initialed by the Owner, all the amounts for the
2 Construction Change Directive shall be considered disputed unless costs are renegotiated or the reservation
3 is withdrawn or changed in a manner satisfactory to the Owner. The amount of credit�o be allowed by the
4 Contractor to the Owner for a deletion or change which results in a net decrease in the Contract Sum shall
5 be the largest of (i)the reasonable value of the deletion or change, (ii) the line item value in the Schedule of
6 Values, or (iii)the actual net cost as confirmed by the Architect. When both additions and credits covering
7 related Work or substitutions are involved in a change, the allowance for overhead and profit shall be figured
8 on the basis of net increase, if any,with respect to that change.
9 7.3.8 If the Owner and Contractor do not agree with the adjustment in Contract Time or the method for
10 determining it, the adjustment or the method shall be referred to the Architect for determination. Any
11 adjustment in the Contract Time arising from a Change or a Claim shall be limited to the change in the actual
12 critical path of the Contractor's Construction Schedule directly caused thereby.
13 7.3.9 When the Owner and Contractor agree with the determination made by the Architect concerning the
14 adjustments in the Contract Sum and Contract Time, or otherwise reach agreement upon the adjustments,
15 such agreement shall be effective immediately and shall be recorded by preparation and execution of an
16 appropriate Change Order.
17 7.4 MINOR CHANGES IN THE WORK
18 7.4.1 The Architect will have authority to order minor changes in the VNork not involving adjustment in the
19 Contract Sum or extension of the Contract Time and not inconsistent with the intent of the Contract
20 Documents. Such changes shall be effected by written order and shall be binding on the Owner and
21 Contractor. The Contractor shall carry out such written orders promptly even if the Contractor intends to file
22 a Claim, in which case the notice of claim must be filed in advance of any such Work pursuant to the
23 provisions of Paragraph 4.3.
24 7.5 PRICING COMPONENTS
25 7.5 The total cost of any changed Work or of any other increase or decrease in the Contract Sum,
26 including without limitation a Claim or a Change, shall be limited to the following com��onents. The Owner
27 shall not be obliged to pay for Claim pricing on a basis different from that bid.
28 7.5.1 Direct labor costs: These are the on-site labor costs determined by either an agreed estimate or
29 actual number of additional craft hours and the hourly cost necessary to perform direc�ly the change in the
30 Work, or the unit labor costs applied to the reasonably incurred and necessary ma.terial quantities and
31 extended, provided the unit labor costs are developed from the above craft hour cost, whichever is
32 applicable, according to industry practice.
33 The hourly cost shall be based upon the following:
34 .1 Basic wages: The hourly wage (without markup, fringe benefits or lab�r burden and not to
35 exceed that specified in the applicable "Intent to Pay Prevailing Wages") for the laborers,
36 apprentices, journeymen, and foremen performing and/or directly supervising the changed
37 Work on the site. The premium portion of overtime wages is not included unless pre-
38 approved by the Owner.
39 .2 Fringe benefits: Fringe benefits paid by the Contractor as establisheci by the Washington
40 Department of Labor and Industries, or contributed to labor trust funcls as itemized fringe
41 benefits, whichever is applicable. Cost paid or incurred by the Contractor for vacations, per
42 diem, bonuses, stock options, or discretionary payments to employees are not reimbursable.
43 .3 Workers' insurances: Direct contributions to the State of Washington a� industrial insurance;
44 medical aid; and supplemental pension by class and rates established the Washington
45 Department of Labor and Industries.
46 .4 Federal insurances: Direct contributions required by the Federal Insurance Compensation
47 Act (FICA); Federal Unemployment Tax Act (FUTA); and State Unemployment
48 Compensation Act (SUCA).
49 7.5.2 Direct material costs: This is an itemization, including material invoices, of thE�quantity and cost of
50 additional materials reasonable and necessary to perform the change in the Work. These costs shall be by
51 the unit cost applied to the quantity and extended. The unit cost shall be based upon the net cost after all
2010-16 /YCS Fue�ing Station Bld —00 7200 -25 GENERAL CONDITIONS
OFTHE
CONTRACT FOR CONSTRUCTION 1-15-13
SUPPORT OPERATION CENTER PHASE 2
YELM COMME C SON M GOVERN
1 discounts or rebates,freight costs, express charges, or special delivery costs when appficable. No lump sum
2 costs will be allowed except when approved in advance by the Owner.
3 7.5.3 Construction equipment usage c��t k w i hbe lused so elyaon thef hangetin IthenWorkfat he ts te
4 construction equipment appropriate for the
5 times the applicable rental cost as establish�eS bCaffor�aeas modified by the AGC/WSDOT Iagreeme t or
6 Rental Rate Blue Book by Data�uest, San J �
7 the actual rate paid to unrelated thirul maent s brough�t to the sbe solelylfor thepchange in the Work nable
8 mobilization costs are permitted if the eq p
9 If more than one rate is applicael�hehmaz mumraatesfal owable for qu pment of odem design a d
1 0 t h e p e rf o r m a n c e o f t h e C h a n g e w o r k a
11 in good working cond��ance.n E I ui' mentun�ot of modern des gnuand/or g ot l lin good I working ac londition awill
12 maintenance, and insu Q p ro riate, will be applied to yield the lowest
13 have lower rates. Hourly, weekly, and/or monthly rates, as app p
14 total cost. The rate for equipment neotalSCOlst of enital allowed shallunot exceed the9c s ofrpu chlas ng t�h/e
15 of the rate estab�ished above. The t
16 equipment outright.
1� If equipment is required for which a rental rate is not established by The Rental Rate Blue Book, an
18 agreed rental rate shall be established for that equipment, which rate and use must be approved by the
19 Owner prior to performing the changed Work.
20 7.5.4 Cost of change in insurance or bond premium. This is defined as:
21 .1 Contractors' liability insurance: The cost(expressed as a percentage) of any changes in the
22 Contractor's liability insurance arising directly from the changed Work; and
23 ,2 Public works bond: The cost (expressed as a percentage) of the change in the Contractor's
24 premium for performance and payment bonds required by the Owner and arising directly
25 from the changed Work.
2( Upon request, the Contractor shall provide the Owner with supporting documentation from its insurer
27 or surety.
28 7.5.5 Subcontractor costs: These are payments the Contractor makes to Subcontractors for changed
29 Work performed by Subcontractors. The Subcontractors' cost of changed Work shall be determined in the
30 same manner as prescribed in Subparagraphs 7.5.1 through 7.5.4.
31 7.5.6 Fee: The Fee is the allowance for all combined overhead, profit and other costs, including all office,
32 home office and site overhead (including project manager, project engineer, other engineers, project
33 foremen, estimator, and superintendent and their vehicles), facilities, taxes (except for sales tax),
34 engineering, estimating, purchasing, quality control or assurance, clerical, preparation and safety costs, hand
35 and small tools and expendable charges, change order or claim preparation, preparation of as-built
36 drawings, impact on unchanged Work, and delay, acceleration and impact costs of any kind, added to the
37 total cost to the Owner of any Change Order, Construction Change Directive, Claim, or any other claim of
38 any kind. It shall be limited in all cases to the following schedule.
39 '1 7 5.4 of any materallsrproperly�uppl ed or wo k s tisfactorily performedrby the Cont a t�r's
40
41 own forces.
42 .2 The Contractor shall receive 8% of the amount owed directly to a Subcontractor for materials
43 properly supplied or work satisfactorily performed by that Subcontractor as prescribed in
44 Subparagraph 7.5.5.
45 .3 Each Subcontractor of any tier shall receive 10% of the costs prescribed in Subparagraphs
46 7.5.1 through 7.5.4 of any materials properly supplied or work satisfactorily performed by its
4� own forces.
48 .4 Each Subcontractor of any tier shall receive 6% of the amount it properly incurs for materials
49 properly supplied or Work satisfactorily performed by its suppliers or subcontractors of any
50 lower tier as prescribed in Subparagraph 7.5.5.
51 .5 The total summed Fee of the Contractor and all Subcontractors of any tier shall not exceed
52 24%.
2010-16 /YCS Fueling Station
Bld—OO 7200 ' 26 GENERAL CONDITIONS
OF THE CONTRACT FOR CONSTRUCTION 1-15-13
SUPPORT OPERATION CENTER PHASE 2
YELM COMMUNITY SCHOOLS No.2
ERICKSON McGOVERN
1 .6 None of the fee percentages authorized in this paragraph 7.5.6 may be compounded with
2 any other fee percentage or percentages authorized in this paragraph.
3 If a change in the Work involves both additive and deductive items, the appropriate Fee allowed will be
4 added to the net difference of the items. If the net difference is negative, no Fee will be added to the
5 negative figure as a further deduction.
( ARTICLE 8
'7 TIME
8
9 8.1 DEFINITIONS
10 8.1.1 Unless otherwise provided, the Contract Time is the period of time allotted in the Contract
11 Documents from notice to Proceed to date of Substantial Completion of the Work as defined in subparagraph
12 8.1.3. The only adjustments thereto are by Change Order.
13 8.1.2 The date of commencement of the Work is the date established in the Agreement unless otherwise
14 provided by written conditional Notice to Proceed. The date shall not be postponed by the failure to act of
15 the Contractor or of persons or entities for whom the Contractor is responsible.
16 8.1.3 The date of Substantial Completion is the date certified by the Architect in accordance with
17 Paragraph 9.8
18 8.1.4 The term "day" as used in the Contract Documents shall mean calendar day unless otherwise
19 specifically defined.
20 8.1.5 "Conditional Notice to Proceed" is the written notice issued by the Owner identifying the date of
21 commencement of the Work and identifying conditions to be satisfied before executior� of the Contract and
22 Work on site may commence.
23 8.2 PROGRESS AND COMPLETION
24 8.2.1 Within ten days of Owner's written notification to the Contractor of its Conditional Notice to Proceed,
25 the Contractor shall submit an executed contract, surety bond, preliminary progress schedule, certificates of
26 insurance, any documents required by state or local authorities, and all other documents required by the
27 Contract. Failure to make such a submission shall constitute a material breach of the conditions of the bid
28 and bid bond; and, at Owner's sole discretion, Owner may void the bid award and forteit contractor's bid
29 bond.
30 8.2.2 Time is of the essence for commencement and completion of the Work. The Owner is relying
31 materially on a specific construction period and will suffer serious direct, indirect and consequential damages
32 should the established dates not be met. The Contractor shall promptly start the Work as soon as possible
33 after the date of the Notice to Proceed and shall prosecute the Work so that the various portions of the Work
34 shall be complete in accordance with any intermediate and final completion date(s) set forth in the Contract
35 Documents and the Contractor's schedule. During periods when weather or other condixions are unfavorable
36 for construction, the Contractor shall pursue only such portions of the Work as will not be damaged thereby;
37 no portions of the Work shall be constructed while those conditions exist if acceptable quality or efficiency
38 will be adversely affected. It is expressly understood and agreed by and between the Contractor and the
39 Owner that the Contract Time for completion of the Work described herein is a reasonable time taking into
40 consideration the weather conditions and other factors prevailing in the locality of the Wark.
41
2010-16 /YCS Fueling Station Bld—�� 720� -27 GENERAL CONDITIONS
OF THE
CONTRACT FOR CI�NSTRUCTION 1-15-13
SUPPORT OPERATION CENTER PHASE 2
YELM COMMUNITY SCHOOLS No.2
ERICKSON McGOVERN
1 8.2.3 The Contractor shall provide progress schedules, cash flow projections and additional reports, as
2 may be specified in the Contract Documents or as reasonably requested by the Owner, demonstrating the
3 Contractor's logic and sequencing plan for scheduling and completing the Work within the Contract Time.
4 Contract Time extensions approved by the Owner shall be incorporated into updated schedules reflecting
5 their effect at the time of occurrence. Progress payments will not be considered by the Owner until the
6 Contractor complies with these requirements.
7 The Contractor shall promptly notify the Architect and the Owner in writing of any facts or conditions
8 which would affect the Contractor's ability to meet the intermediate or final completion date(s) for the Work.
9 If the Contractor fails to maintain the progress necessary for the completion of the intermediate or final
10 completion date(s) as required under this Contract, the Owner shall have all of the rights and remedies
11 provided by law and under this Contract. Notwithstanding such rights and remedies, the Contractor shall,
12 upon written notice by the Owner and at no additional cost to the Owner, work such hours as allowed by
13 applicable permits and other such constraints, and furnish such additional personnel, equipment and
14 construction plant for such a period of time as necessary to regain and thereafter maintain the progress
15 required by the Contract. If the Contractor fails to comply with the Owner's notice or fails to regain and
16 thereafter maintain the progress required by the Contract, the Owner shall have all the rights and remedies
17 provided by law and provided by this Contract, including those set forth in Paragraph 14.2 herein.
18 8.2.5 The Contractor shall not knowingly, except by agreement or instruction of the Owner in writing,
19 prematurely commence operations on the site or elsewhere prior to the effective date of insurance required
20 by Article 11 to be furnished by the Contractor. Neither the date of commencement of the Work nor the date
21 of completion of the Work shall be changed by the effective date of such insurance.
22 8.2.6 The Contractor shall proceed expeditiously with adequate forces and shall achieve Substantial
23 Completion within the Contract Time.
24 8.3 DELAYS AND EXTENSIONS OF TIME
25 8.3.1 If the Contractor is unavoidably delayed at any time in progress of the Work by an act or neglect of
26 the Owner or Architect or of a separate contractor employed by the Owner, or by changes ordered in the
27 Work, or by labor disputes, fire, unavoidable casualties or other causes which are both beyond the
28 Contractor's control and could not be reasonably anticipated, or by other unavoidable causes which the
29 Architect determines may justify delay, then the Contract Time shall be extended by Change Order for such
30 reasonable time as the Owner may determine after considering the recommendations of the Architect.
31 8.3.2 Claims relating to time shall be made in accordance with applicable provisions of Paragraphs 4.3,
32 4.4 and 4.5.
33 8.3.3 For delays concerning which the Contractor has given proper and timely notice pursuant to
34 Paragraphs 4.3, 4.4 and 4.5, the Contractor shall submit to the Owner and Architect a substantiated Claim.
35 The Owner may grant an extension of time to the extent that unavoidable and reasonable delays necessarily
36 affect controlling operations in the construction schedule. During such extension of time no damages for
37 delay will be charged to the Contractor. It is understood and agreed by the Contractor and Owner that time
38 extensions due to unavoidable and reasonable delays necessarily involve controlling operations which would
39 prevent completion of Work within the Contract Time. To the extent that any such extension of time is
40 caused by act(s) or omission(s) of someone other than the Owner or persons acting for the Owner, or to the
41 extent that the extension of time arises from a reasonable delay, the Contractor's sole remedy shall be the
42 extension of time and it may not recover any damages whatsoever arising in any manner from such delay.
43 For purposes of this paragraph, any individual delay of up to the greater of 5 days or one percent of the
44 Contract Time (as extended) shall be deemed reasonable and any individual delay of up to the greater of ten
45 (10) days or five percent (5%) of the Contract Time (as extended) shall be presumed reasonable.
46 ARTICLE 9
47 PAYMENTS AND COMPLETION
48
49 9.1 CONTRACT SUM
50 9.1.1 The Contract Sum is stated in the Agreement and, including authorized adjustments, is the total
51 amount payable by the Owner to the Contractor for performance of the Work under the Contract Documents.
2010-16 /YCS Fueling Station Bid—00 7200-28 GENERAL CONDITIONS
OFTHE
CONTRACT FOR CONSTRUCTION 1-15-13
SUPPORT OPERATION CENTER PHASE 2
YELM COMMUNITY SCHOOLS No.2
ERICKSON McGOVERN
1 9.2 SCHEDULE OF VALUES
2 9.2.1 At least fourteen (14) days before the Contractor submits its first Applicati�n for Payment, the
3 Contractor shall submit to the Architect a schedule of values allocated to various portions of the Work as
4 required in subparagraph 3.11.4, prepared in such form and supported by such data to substantiate its
5 accuracy as the Architect may require. This schedule, unless objected to by the Architect, shall be used as a
6 basis for reviewing the Contractor's Applications for Payment.
7 9.3 APPLICATION FOR PAYMENT
8 9.3.1 Contractor shall submit to Architect an itemized Application for Payment for Work completed during
9 the monthly application period and not covered in a preceding Application for Payment. Such application
10 shall be in the form of required by the Owner, and shall be supported by such data substantiating
11 Contractor's right to payment as Owner or Architect may require, such as copies of requisitions from
12 Subcontractors and material suppliers and any EEO compliance forms. Such applications shall reflect any
13 retainage amount required herein, shall contain the statements required herein, and shall be accompanied
14 by an updated progress schedule per Section 3.11, and by partial lien releases executed by all
15 Subcontractors, mechanics and materialmen who supplied labor or materials or both in the performance of
16 Work for which progress payments were previously made. Such application may not include a request for
17 payment of any amount Contractor does not intend to pay to a Subcontractor, mechanic or materialmen
18 because of a dispute or other reason.
19 .1 At the last weekly meeting each calendar month, the Contractor shall submit to the Architect
20 a report on the current progress of the Work as compared to the Contractor's Construction
21 Schedule, and a draft, itemized application for payment for Work performed during the prior
22 month to the date of submission. This shall not constitute a payment request. The
23 Contractor and Architect shall confer at the meeting regarding the current progress of the
24 Work and the amount of payment to which the Contractor is entitled.
25 .2 The Architect or Owner may request the Contractor to provide data substantiating the
26 Contractor's right to payment, including, without limitation:
27 .1 Copies of requisitions from Subcontractors;
28 .2 lien releases (see subparagraph 5.3.2.4);
29 .3 certified payroll records for Contractor and all major Subcontractors, including
30 sitework and utilities, mill work, framing, electrical, mechanical, painting and drywall,
31 and masonry;
32 .4 retainage documentation; and
33 .5 other documentation as provided elsewhere in the Contract Documents.
34 .3 The Contractor shall not be entitled to make a payment request, nor is �ny payment due the
35 Contractor, until data requested by Architect or Owner is furnished.
36 .4 After the Contractor and the Architect have met and conferred regarding the draft
37 application, and the Contractor has furnished all progress information �equired and all data
38 requested by the Architect under Subparagraphs 9.3.1.1 and 9.3.1.2 above, the Contractor
39 may submit a payment request in the agreed-upon amount, in the form of a signed, itemized
40 Application for Payment for Work performed during the prior month tc� the date of the last
41 weekly meeting referenced above, on a form supplied or approved by the Owner. Among
42 other things, the Application shall state that prevailing wages have bee�n paid in accordance
43 with the prefiled statement(s) of intent to pay prevailing wages on file with the Owner and
44 that all payments due Subcontractors and Suppliers of any tier from the Owner's payment
45 the prior month have been made. THE SUBMISSION OF 1"HIS APPLICATION
46 CONSTITUTES A CERTIFICATION THAT THE WORK IS CIJRRENT ON THE
47 CONTRACTOR'S CONSTRUCTION SCHEDULE, unless otherwise noted on the
48 application.
49
2010-16 /YCS Fueling Station Bid—00 7200 -29 GENERAL CONDITIONS
OF THE
CONTRACT FOR CONSTRUCTION 1-15-13
SUPPORT OPERATION CENTER PHASE 2
YELM COMMUNITY SCHOOLS No.2
ERICKSON McGOVERN
1 .5 If the Contractor believes it is entitled to payment for Work performed during the prior
2 calendar month in addition to the agreed-upon amount, the Contractor may, within the same
3 five-day time period, submit to the Owner and the Architect a separate written payment
4 request specifying the exact additional amount due, the category in the Schedule of Values
$ in which the payment is due, the specific Work for which the additional amount is due, and
( why the additional payment is due. Furthermore, the Contractor and all Subcontractors shall
� file with the Owner within the five-day time period certified copies of all payroll records
g relating to the additional amount due.
9 .6 A payment request shall not be valid unless it complies with the requirements of the Contract
10 Documents. If a separate payment request concerning a disputed amount does not comply
11 with the requirements of the Contract,the Owner will provide a written statement to the
12 Contractor.
13 .7 No payment request shall include amounts the Contractor does not intend to pay to a
14 Subcontractor or Supplier because of a dispute or other reason. If after making a request for
15 payment but before paying a Subcontractor or Supplier for its performance covered by the
16 payment request, the Contractor discovers that part or all of the payment otherwise due to
17 the Subcontractor or Supplier is subject to withholding from the Subcontractor or Supplier
18 under the subcontract for unsatisfactory performance, the Contractor may withhold the
19 amount as allowed under the subcontract, but it shall give the Subcontractor, the Owner and
20 the Architect written notice of the remedial actions that must be taken as soon as practicable
21 after determining the cause for withholding but before the due date for the
22 Subcontractor/Supplier payment, and pay the Subcontractor/Supplier within eight working
23 days after the Subcontractor/Supplier satisfactorily completes the remedial action identified
24 in the notice.
25 9.3.2 If Architect has received the Contractor's Application for Payment in a timely manner, Architect will
26 issue to Owner a Certificate for Payment, with a copy to Contractor, for such amount as Architect and Owner
27 determine is properly due against the pending application for payment. Owner shall make a progress
28 payment to Contractor, in accordance with paragraph 9.6.1.
29 9.3.3 Unless otherwise provided in the Contract Documents, payments shall be made on account of
30 materials and equipment delivered and suitably stored at the site for subsequent incorporation in the Work.
31 If approved in advance by the Owner, payment may similarly be.made for materials and equipment suitably
32 stored off the site at an insured and secure location agreed upon in writing. Payment for materials and
33 equipment stored on or off the site shall be conditioned upon compliance by the Contractor with procedures
34 satisfactory to the Owner to establish the Owner's title to such materials and equipment or otherwise protect
35 the Owner's interest, and shall include applicable insurance, storage and transportation to the site for such
36 materials and equipment stored off the site.
37 9.3.4 The Contractor warrants that title to all Work covered by an Application for Payment will pass to the
38 Owner no later than the time of payment. The Contractor further warrants that upon submittal of an
39 Application for Payment all Work for which Certificates for Payment have been previously issued and
40 payments received from the Owner shall, to the best of the Contractor's knowledge, information and belief,
41 be free and clear of liens, claims, security interests or encumbrances in favor of the Contractor,
42 Subcontractors, material suppliers, or other persons or entities making a claim by reason of having provided
43 labor, materials or equipment relating to the Work.
44
2010-16 /YCS Fueling Station Bld—OO T2OO - 3O GENERAL CONDITIONS
OF THE
CONTRACT FOR CONSTRUCTION 1-15-13
SUPPORT OPERATION CENTER PHASE 2
YELM COMMUNITY SCHOOLS No.2
ERICKSON McGOVERN
1 9.3.5 Owner shall retain from any amount otherwise earned by Contractor hereunder a sum equal to five
2 percent (5°/a) of the amount earned by Contractor in accordance with RCW Chapter 60.28. If the Contractor
3 elects to submit a retainage bond in accordance with Chapter 60.28 RCW, the bond must be issued by a
4 surety licensed to do business in the state where the Work is located with an A.M. Best rating of A+/IX or
5 better. The Contractor may withhold from Contractor's payments to its Subcontractors and Suppliers not
6 more than 5% as retainage from moneys earned by such persons or entities.
7 .1 The retainage shall be held as a trust fund for the protection and payment of any person or
8 persons, mechanic, Subcontractor, or materialmen who shall perform any labor under this
9 Contract, as provided by Chapter 60.28 Revised Code of Washington (RCW) and all
10 persons who shall supply such person or persons of Subcontractors with provisions, and
11 supplies for the carrying on of such Work, and the State with respect to taxes imposed
12 pursuant to RCW Title 82 which may be due from Contractor. In accordance with the
13 provisions of Chapter 60.28 RCW, said trust fund shall be retained for the statutory period,
14 and every person performing labor or furnishing supplies toward the completion of said Work
15 shall have a lien upon said fund provided that proper notice of the lien shall be given as
16 required by law. After the expiration of the statutory notice period, and after receipt of a
17 clearance of the Department of Revenue and Department of Labor & Industries, the reserve
18 in excess of a sum sufficient to discharge the taxes certified as due or to become due by the
19 Department of Revenue, the Department of Labor & Industries, and the claims of
20 materialmen and laborers who have filed their claims,together with a sum sufficient to defray
21 the cost of foreclosing the liens of such claims, and to pay attorneys' fees, shall be paid to
22 Contractor. The provisions of this subparagraph shall supersede any other conflicting
23 provision in this Contract.
24 .2 Monies reserved under provisions of Chapter 60.28 RCW shall, at the option of the
25 Contractor, be:
26 a. Retained in a fund by the Owner with no interest paid thereon to the Contractor; or
27 b. Deposited by the Owner in an interest-bearing account in a bank, mutual savings
28 bank, or savings and loan association, not subject to withdrawal until after final
29 acceptance of all work, or a portion thereof, as may be approverJ by the Owner; or
30 c. Placed in escrow in a bank or trust company by the Owner. When the monies
31 reserved are to be placed in escrow, the Owner will issue a check representing the
32 sum of the monies reserved payable to the bank or trust company and the
33 Contractor jointly. Such check shall be converted into bonds and securities chosen
34 by the Contractor and approved by the Owner, and the bonds and securities held in
35 escrow. Interest on the bonds and securities shall be paid to the Contractor as the
36 interest accrues.
37 Under option b and c above, interest will be paid to the Contractor as the int�erest accrues. The
38 Contractor shall designate the option desired on a form as may be provided by the Ovuner. This form shall
39 be submitted no later than with the Contractor's first partial payment request. The Contractor in choosing
40 option b or c agrees to assume full responsibility to pay all costs which may accrue from escrow services,
41 brokerage charges, or both, and further agrees to assume all risks in connection with the investment of the
42 retained monies. If retainage funds are placed in escrow, the escrow agreement shall be a standard
43 Superintendent of Public Instruction ("SPI") Format.
44 9.4 CERTIFICATES FOR PAYMENT
45 9.4.1 The Architect will, within seven days after receipt of the Contractor's Application for Payment, either
46 issue to the Owner a Certificate for Payment, with a copy to the Contractor, for such amount as the Architect
47 and Owner determine is properly due, or notify the Contractor and Owner in writing of the ArchitecYs reasons
48 for withholding certification in whole or in part as provided in Subparagraph 9.5.1.
49
2010-16 /YCS Fueling Station Bid—00 7200 - 31 GENERAL CONDITIONS
OF THE
CONTRACT FOR CI�NSTRUCTION 1-15-13
SUPPORT OPERATION CENTER PHASE 2
YELM COMMUNITY SCHOOLS No.2
ERICKSON McGOVERN
1 9.4.2 The issuance of a Certificate for Payment will constitute a representation by the Architect to the
2 Owner, based on the ArchitecYs observations at the site and the data comprising the Application for
3 Payment, that the Work has progressed to the point indicated and that, to the best of the ArchitecYs
4 knowledge, information and belief, quality of the Work is in accordance with the Contract Documents. The
5 foregoing representations are subject to an evaluation of the Work for conformance with the Contract
6 Documents upon Substantial Completion, to results of subsequent tests and inspections, to minor deviations
7 from the Contract Documents correctable prior to completion and to specific qualifications expressed by the
8 Architect.
9 9.5 CERTIFICATION AND PAYMENTS WITHHELD
10 9.5.1. The Architect may decide not to certify payment and may withhold a Certificate for Payment in
11 whole or in part, to the extent reasonably necessary to protect the Owner, if in the ArchitecYs opinion the
12 representations to the Owner required by Subparagraph 9.4.2 cannot be made or if the Contractor's
13 Application for Payment does not comply with the requirements of the Contract. If the Architect is unable to
14 certify payment in the amount of the Application, the Architect will notify the Contractor and Owner as
15 provided in Subparagraph 9.4.1. If the Contractor and Architect cannot agree on a revised amount, the
16 Architect will promptly issue a Certificate for Payment for the amount for which the Architect is able to make
17 such representation to the Owner. The Owner may, with or without the Architect's concurrence, withhold
18 payment, and the Architect may also decide not to certify payment or, because of subsequently discovered
19 evidence or subsequent observations, may nullify the whole or a part of a Certificate for Payment previously
20 issued, to such extent as may be necessary in the Owner's or Architect's opinion to protect the Owner from
21 loss because of:
22 .1 Defective Work or unsatisfactory performance not remedied;
23 .2 Third party claims filed against the Owner relating to the Work or reasonable evidence
24 indicating probable filing of such claims;
25 .3 Failure of the Contractor to make payments properly to Subcontractors or for labor, materials
26 or equipment; or failure to submit affidavits pertaining to wages paid as required by the
27 Contract Documents;
28 .4 Damage to the Owner or another contractor;
29 .5 Reasonable evidence that the Work will not be completed within the Contract Time, and that
30 the unpaid balance would not be adequate to cover liquidated damages for the anticipated
31 delay;
32 .6 Failure to carry out the Work in accordance with the Contract Documents;
33 .7 If Owner or Architect, in its good faith judgment, determines that the portion of the Contract
34 Sum then remaining unpaid will not be sufficient to complete the Work in accordance with
35 the Contract Documents, then the Owner shall make no additional payments and none will
36 become due to the Contractor unless and until the Contractor, at its sole cost, performs a
37 sufficient portion of the Work so that the Contract Sum then remaining unpaid is determined
38 by the Owner or Architect to be sufficient to so complete the Work;
39 .8 Failure of the Contractor to submit timely schedule updates; or delay by the Contractor
40 and/or its Subcontractor(s) of any tier, or failure to comply with Contractor's Progress
41 Schedule; or
42 .9 Liquidated damages.
43 9.5.2 When the above reasons for withholding certification are removed, certification will be made for
44 amounts previously withheld.
45 9.5.3 Owner shall not be deemed to be in breach of this Contract by reason of the withholding of any
46 payment if the Work in question shall have been rejected by any governmental authority. The Owner shall
47 have no obligation to make payments for defective Work and unsatisfactory performance until such Work
48 and performance is corrected or replaced as provided herein and compensation is thereby earned.
49
2010-16 /YCS Fueling Siation Bld—0� 72�� -32 GENERAL CONDITIONS
OF THE
CONTRACT FOR CONSTRUCTION 1-15-13
SUPPORT OPERATION CENTER PHASE 2
YELM COMMUNITY SCHOOLS No.2
ERICKSON McGOVERN
1 9.5.4 Pursuant to RCW 39.12, the Contractor will not receive any payment untii the Contractor and all
2 Subcontractors of any tier have submitted a Statement of Intent to Pay Prevailing Wage" to the Owner. The
��
3 statement must have the approval of the Industrial Statistician of the Department of Labor and Industries
4 before it is submitted to the Owner. The statement must include the Contractor's registration number, the
5 number of workers in each trade classification, and the applicable wage rate for each trade listed. The
6 Contractor agrees to provide each Subcontractor with a schedule of applicable prevailing wage rates. The
7 Contractor and the respective Subcontractors shall pay all fees required by the Department of Labor and
8 Industries, including fees for the approval of the "Statement of Intent to Pay Prevailing Wages." Approved
9 copies of the "Statement of Intent to Pay Prevailing Wages" must be posted where workers can easily read
10 them.
11 9.6 PROGRESS PAYMENTS
12 9.6.1 After the Architect has issued a Certificate for Payment, the Owner shall make payment in the
13 manner and within the time provided in the Contract Documents, and shall so notify the Architect. The
14 Owner will make a progress payment within thirty (30) days of its receipt of the Architect's Certificate for
15 Payment, but shall be entitled to withhold payment according to subparagraph 9.5, notwithstanding the
16 issuance of a Certificate for Payment.
17 9.6.2 The Contractor shall promptly pay each Subcontractor, upon receipt of payment from the Owner, out
18 of the amount paid to.the Contractor on account of such Subcontractor's portion of the Work, the amount to
19 which said Subcontractor is entitled, reflecting percentages actually retained from payments to the
20 Contractor on account of such Subcontractor's portion of the Work. The Contractor shall, by appropriate
21 agreement with Subcontractors, require each Subcontractor to make payments to Sub-subcontractors in
22 similar manner. If the Contractor does not receive payment for any cause which is not the fault of a
23 particular Subcontractor, the Contractor shall pay that Subcontractor on demand, made at any time after
24 which such payment to the Contractor would have been made, for its work to the extent completed, less the
25 retained percentage.
26 9.6.3 The Architect will, on request, furnish to a Subcontractor, if practicable, i�formation regarding
27 percentages of completion or amounts applied for by the Contractor and action taken thereon by the
28 Architect and Owner on account of portions of the Work done by such Subcontractor.
29 9.6.4 Neither the Owner nor Architecf shall have an obligation to pay or to see to the �payment of money to
30 a Subcontractor except as may otherwise be required by law.
31 9.6.5 Payment to material suppliers shall be treated in a manner similar to that provided in Subparagraphs
32 9.6.2, 9.6.3 and 9.6.4.
33 9.6.6 A Certificate for Payment, a progress payment, or partial or entire use or occupancy of the Project by
34 the Owner shall not constitute acceptance of Work.
35 9.7 LITIGATION DELAY COSTS
36 9.7.1 In the event of delays primarily due to Iitigation which qualifies under RCW 60.28.080, the parties
37 hereto agree that the reasonable costs of such litigation delay shall consist only of the following:
38 .1 Actual and necessary direct costs to the Contractor directly attributable to the period of delay
39 for wages, wage taxes and labor costs other than wages; provided, that such costs could not
40 be otherwise avoided by layoffs or employment on other projects duriny the period of delay.
41 The wage rates shall not exceed those listed on the Contractor's "Statement of Intent to Pay
42 Prevailing Wages on Public Works ContracY' as approved by the Indust�ial Statistician of the
43 State of Washington.
44 .2 Additional and necessary direct costs for materials and equipment rentals actually incurred
45 and paid by the Contractor directly attributable to the period of delay.
46 .3 Actual equipment standby costs established by rental agreements or, if Contractor owned,
47 by the lowest rate utilized by The Contractor for purposes of its project accounting.
48 .4 Additional and necessary direct costs of insurance premiums and borids actually incurred
49 and paid by the Contractor directly attributable to the period of delay.
2010-16 /YCS Fueling Station Bid—00 7200 - 33 GENERAL CONDITIONS
OF THE
CONTRACT FOR CI�NSTRUCTION t-15-13
SUPPORT OPERATION CENTER PHASE 2
YELM COMMUNITY SCHOOLS No.2
ERICKSON McGOVERN
1 .5 Additional and necessary costs for subcontracts actually incurred and paid by the Contractor
2 directly attributable to the period of delay; provided, that such additional costs could not be
3 avoided by cancellation or renegotiation of such subcontracts.
4 .6 To such costs shall be added an amount equal to ten percent (10%) thereof as a reasonable
5 amount for overhead, profit, and all other costs not specifically accounted for above.
6 Within three days after notice of litigation delay under this paragraph, the Contractor shall notify the
7 Owner and Architect in writing of the Contractor's estimated weekly litigation delay costs as described above;
8 provided, however, that in no event will payment for actual litigation delay costs exceed one hundred twenty-
9 five percent (125%) of the said estimated costs. The Contractor shall submit to the Architect no later than
10 the fifth day of each month a request for such litigation delay costs incurred during the previous calendar
11 month. The request for payment shall be in a form satisfactory to the Architect and Owner and shall include
12 copies of invoices, correspondence and such other verifiable evidence of delay costs actually and
13 necessarily incurred by the Contractor as the Owner or Architect may require. This paragraph shall be the
14 Contractor's exclusive remedy for litigation delay costs.
15 9.8 SUBSTANTIAL COMPLETION
16 9.8.1 Substantial Completion is the stage in the progress of the Work when the Work or designated portion
17 thereof is sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or
18 utilize the Work for its intended purpose, as determined by Owner and Architect. Substantial completion
19 shall not be granted until receipt of a satisfactory HVAC balancing report by Owner. No portion of the project
20 will be considered substantially complete until the local building, fire and DSHS authorities have issued
21 Certificates of Occupancies and or other approval for occupancy covering that portion of the Work. All of the
22 Project's parts and systems shall be accessible, operable, and commissioned to be usable by the Owner,
23 including site Work. The Project shall be clean. Preliminary training of personnel must take place. Only
24 incidental corrective Work under"Punch Lists"and final cleaning (if required) may remain to be done.
25 .1 There may be a separate Date of Substantial Completion specified in the Contract
26 Documents for completion of one or more receiving areas to be used by the Owner for
27 receiving assembly and delivery of Owner-supplied items. The Work is not Substantially
28 Complete if all systems and parts are not usable and commissioned, if utilities are not
29 connected and operating normally, or if the Work is not accessible by normal vehicular and
30 pedestrian traffic routes. The fact that the Owner may occupy the Work or designated
31 portion thereof does not indicate that the Work is Substantially Complete or is acceptable in
32 whole or in part, nor does such occupation toll or change any liquidated damages due the
33 Owner.
34
2010-16 /YCS Fueling Station Bld—�� 72�� -34 GENERAL CONDITIONS
OFTHE
CONTRACT FOR CONSTRUCTION 1-15-13
SUPPORT OPERATION CENTER PHASE 2
YELM COMMUNITY SCHOOLS No.2
ERICKSON McGOVERN
1 9.8.2 When the Contractor considers that the Work, or a portion thereof which the Owner agrees to accept
2 separately, is substantially complete, the Contractor shall prepare and submit to the Architect a
3 comprehensive list of items to be completed or corrected. The Contractor shall proceed promptly to
4 complete and correct items on the list. Failure to include an item on such list does not alter the responsibility
5 of the Contractor to complete all Work in accordance with the Contract Documents. Upon receipt of the
6 Contractor's list, the Architect will make an inspection to determine whether the Work or designated portion
7 thereof is substantially complete to assist the Contractor in completing the Work. If the Architect's inspection
8 discloses any item, whether or not included on the Contractor's list, which is not in accordance with the
9 requirements of the Contract Documents, the Contractor shall, before issuance of the Certificate of
10 Substantia� Completion, complete or correct such item upon notification by the Architect. The Contractor
11 shall then submit a request for another inspection by the Architect to determine Substantial Completion.
12 The cost of this and any additional inspections by the Architect shall be at Contractor's expense in
13 accordance with subparagraph 9.8.2.1 below. When the Work or designated portion thereof is substantially
14 complete, the Architect will prepare a Certificate of Substantial Completion which shall establish the date of
15 Substantial Completion, shall establish responsibilities of the Owner and Contractor for security,
16 maintenance, heat, utilities, damage to the Work and insurance, and shall fix the time within which the
17 Contractor shall finish all items on the list accompanying the Certificate. The general Project warranty and all
18 other warranties required by the Contract Documents shall commence on the date of Final Completion and
19 Acceptance by Owner's Board of Directors of the Work or designated portion thereof unless otherwise
20 provided in the Certificate of Substantial Completion. The Certificate of Substantial Completion shall be
21 submitted to the Owner and Contractor for their written acceptance of responsibilities assigned to them in
22 such Certificate.
23 .1 The Architect and Owner will make one Punch List check and perform ane back check of the
24 Punch List to determine Final Completion in accordance with Section 9.10. Added
25 inspections or meetings shall be at Contractor's expense at ArchitecYs applicable rates.
26 Such inspection meetings may be required because of:
27 .1 Failure on the part of Contractor to satisfactorily complete all items on Punch List
28 prior to Back Check of the Punch List, or
29 .2 Additional inspections required by defective installations or equipment.
30 9.8.3 Upon Substantial Completion of the Work or designated portion thereof and upon application by the
31 Contractor and certification by the Architect, the Owner shall make payment, reflecting adjustment in
32 retainage, if any,for such Work or portion thereof as provided in the Contract Documents.
33 9.8.4 Contractor's acceptance of Substantial Completion payment shall constitute a waiver of all
34 claims by the Contractor except those previously made in writing and identified in writing by the
35 Contractor as unsettled at the time of the application for payment for the substantial Completion
36 payment, and except for the Contract Sums due at Final Acceptance.
37 9.9 PARTIAL OCCUPANCY OR USE
38 9.9.1 The Owner may occupy or use any completed or partially completed portion of the Work at any
39 stage when such portion is designated by separate agreement with the Contractor, provaded such occupancy
40 or use is consented to by the insurer as required under Subparagraph 11.3.3 and �authorized by public
41 authorities having jurisdiction over the Work. Such partial occupancy or use may commence whether or not
42 the portion is substantially complete, provided the Owner and Contractor have accepted in writing the
43 responsibilities assigned to each of them for payment, retainage if any, security, maintenance, heat, utilities,
44 damage to the Work and insurance, and have agreed in writing concerning the period for correction of the
45 Work and commencement of warranties required by the Contract Documents. When the Contractor
46 considers a portion substantially complete, the Contractor shall prepare and submit a li�t to the Architect as
47 provided under Subparagraph 9.8.2. Consent of the Contractor to partial occupancy or use shall not be
48 unreasonably withheld. The stage of the progress of the Work shall be determined by written agreement
49 between the Owner and Contractor or, if no agreement is reached, by decision of the Arc;hitect.
50 9.9.2 Immediately prior to such partial occupancy or use, the Owner, Contractor and Architect shall jointly
51 inspect the area to be occupied or portion of the Work to be used in order to determine and record the
52 condition of the Work.
2010-16 /YCS Fueling Station Bid—00 7200 -35 GENERAL CONDITIONS
OF THE
CONTRACT FOR CrJNSTRUCTION 1-15-13
SUPPORT OPERATION CENTER PHASE 2
YELM COMMUNITY SCHOOLS No.2
ERICKSON McGOVERN
1 9.9.3 Use by Owner of any finished part of the Work, which has specifically been identified in the Contract
2 Documents, or which Owner, Architect and Contractor agree constitutes a separately functioning process,
3 facility or portion of the Work that can be used by Owner without significant interference with Contractor's
4 performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the
5 Work subject to the following:
6 Owner at any time may request Contractor in writing to permit Owner to use any such part of the
7 Work which Owner believes to be ready for its intended use and substantially complete. If
8 Contractor agrees, Contractor will certify to Owner and Architect that said part of the Work is
9 substantially complete and request Architect to issue a Certificate of Substantial Completion for that
10 part of the Work. Contractor at any time may notify Owner and Architect in writing that Contractor
11 considers any such part of the Work ready for its intended use and substantially complete and
12 request Architect to issue a Certificate of Substantial Completion for that part of the Work. Within a
13 reasonable time after either such request, Owner, Contractor and Architect shall make an inspection
14 of that part of the Work to determine its status of completion. If Architect does not consider that part
15 of the Work to be substantially complete, Architect will notify Owner and Contractor in writing giving
16 the reasons therefore. If Architect considers that part of the Work to be substantially complete, the
17 provisions of subparagraphs 9.8.1 and 9.8.2 will apply with respect to certification of Substantial
18 Completion of that part of the Work and the division of responsibility in respect thereof and access
19 thereto.
20 9.9.4 Unless otherwise agreed, Owner's partial occupancy or use of a portion or portions of the Work shall
21 not constitute acceptance of Work not complying with the requirements of the Contract Documents.
22 9.10 FINAL COMPLETION AND FINAL PAYMENT
23 9.10.1 Upon receipt of written notice that the Work is ready for final inspection and acceptance and upon
24 receipt of a final Application for Payment, the Architect and Owner will promptly make such tests and
25 inspection and, when the Architect and Owner find the Work acceptable under the Contract Documents and
26 the Contract fully performed,the Architect will promptly issue a final Certificate for Payment stating that to the
27 best of the Architect's knowledge, information and belief, and on the basis of the Architect's observations and
28 inspections, the Work has been completed in accordance with terms and conditions of the Contract
29 Documents and that the balance found to be due the Contractor and noted in said final Certificate is due and
30 payable. The Architect's final Certificate for Payment will constitute a further representation that conditions
31 listed in Subparagraph 9.10.2 as precedent to the Contractor's being entitled to final payment have been
32 fulfilled.
33 9.10.2 Final Acceptance will not be granted until Owner has received and accepted Record Documents,
34 Operations and Maintenance Manuals, staff training on all operable equipment, final certificates of
35 occupancy from local jurisdictions and all required certificates or other evidence of warranties. Final
36 Completion must be achieved within sixty (60) days of the scheduled Substantial Completion date as
37 described in Paragraph 9.8.
38
2010-i6 /YCS Fueling Station BId—�� 72�� - 36 GENERAL CONDITIONS
OFTHE
CONTRACT FOR CONSTRUCTION t-15-13
SUPPORT OPERATION CENTER PHASE 2
YELM COMMUNNTY SCHOOLS No.2
ERICKSON McGOVERN
1 9.10.3 Neither final payment nor any remaining retained percentage shall become due until the Contractor
2 submits to the Architect (1) an affidavit that payrolls, bills for materials and equipment, and other
3 indebtedness connected with the Work for which the Owner or the Owner's property might be responsible or
4 encumbered (less amounts withheld by Owner) have been paid or otherwise satisfied, (2) a certificate
5 evidencing that insurance required by the Contract Documents to remain in force after final payment is
6 currently in effect and will not be canceled or allowed to expire until at least thirty (30) days' prior written
7 notice has been given to the Owner, (3) a written statement that the Contractor knows of no reason that the
8 insurance will not be renewable to cover the period required by the Contract Documents, (4) consent of
9 surety to final payment, (5) other data establishing payment or satisfaction of obligations, such as receipts,
10 releases and waivers of liens, claims, security interests or encumbrances arising out of the Contract, to the
11 extent and in such form as may be designated by the Owner or as may be required by applicable laws and
12 regulations, and (6) all claims by the Contractor have been waived or resolved. Such forms and filings shall
13 include:
14 .1 Certificates approved by the Washington State Department of Labor and Industries,
15 Washington State Employment Security Department, and all othPr departments and
16 agencies having jurisdiction over the activities of the Contractor have been provided to the
17 Owner;
18 .2 A release obtained from the Washington State Department of Revenue that state taxes have
19 been paid; and
20 .3 "Affidavits of Wages Paid" for the Contractor and each Subcontractor approved by the
21 Industrial Statistician of the Washington State Department of Labor and Industries have
22 been provided to the Owner.
23 If such taxes have not been discharged or the claims, expenses, and fees have not been paid, the Owner
24 shall either retain in its funds, or in an interest bearing account, or retain in escrow, at the option of the
25 Contractor, an amount equal to such unpaid taxes and unpaid claims together with a sum sufficient to defray
26 the costs and attorney fees incurred in foreclosing the lien of such claims, and shall pay, or release from
27 escrow,the remainder to the Contractor.
28 9.10.4 If a Subcontractor refuses to furnish a release or waiver required by the Owner, the Contractor may
29 furnish a bond satisfactory to the Owner to indemnify the Owner against such lien. If such lien remains
30 unsatisfied after payments are made, the Contractor shall refund to the Owner all mone�r that the Owner may
31 be compelled to pay in discharging such lien, including all costs and attorneys' fees. Lien notices shall be
32 delivered to:
33 Superintendent
34 Yelm Community Schools No. 2
35 107 1 St North
36 Yelm,WA 98597-0476
37 9.10.5 The making of final payment shall not constitute a waiver of any claims by the 1�wner, including, but
38 not limited to, those arising from:
39 .1 Unsettled liens;
40 .2 Faulty or defective Work appearing after Substantial completion;
41 .3 Failure of the Work to comply with the requirements of the Contract Documents; or
42 .4 Terms of any warranties or guarantees required by the Contract Documents or supplemental
43 agreements between the Owner and Contractor.
44 9.10.6 If, after Substantial Completion of the Work, final completion thereof is materaally delayed through
45 no fault of the Contractor or by issuance of Change Orders affecting final completion, and the Architect so
46 confirms, the Owner shall, upon application by the Contractor and certification by the Architect, and without
47 terminating the Contract, make payment of the balance due for that portion of the Work fully completed and
48 accepted. If the remaining balance for Work not fully completed or corrected is less than retainage stipulated
49 in the Contract Documents, and if bonds have been furnished, the written consent of surety to payment of
50 the balance due for that portion of the Work fully completed and accepted shall be submitted by the
51 Contractor to the Architect prior to certification of such payment. Such payment shall be made under terms
52 and conditions governing final payment, except that it shall not constitute a waiver of claims.
2010-16 /YCS Fueling Station Bid—00 7200 -37 GENERALCONDITIONS
OF THE
CONTRACT FOR C�NSTRUCTION 1-15-13
SUPPORT OPERATION CENTER PHASE 2
YELM COMMUNITY SCHOOLS No.2
ERICKSON McGOVERN
1 9.10.7 Acceptance of final payment by the Contractor, a Subcontractor or material supplier shall
2 constitute a waiver of claims by that payee except those previously made in writing and identified in
3 writing by that payee as unsettled at the time of final Application for Payment. Such waivers shall be
4 in addition to any waivers of Claims resulting from the operation of Paragraphs 4.3, 4.4,4.5 and 9.8.4.
5 9.10.8 The Owner reserves the right pursuant to Chapter 60.28 RCW to withhold from any retainage funds
6 remaining after the clearance of claims for liens and taxes an amount necessary to satisfy claims by the
7 Owner against the Contractor, and the remainder of the retainage shall be released to the Contractor.
g ARTICLE 10
9 PROTECTION OF PERSONS AND PROPERTY
10
11 10.1 SAFETY PRECAUTIONS AND PROGRAMS
12 10.1.1 The Contractor shall be solely and completely responsible for conditions of the work site, including
13 safety of all persons and property, during performance of the Work. The Contractor shall maintain the Work
14 site and perform the Work in a manner which meets statutory and common law for the provision of a safe
15 place to work. This requirement shall apply continuously and not be limited to normal working hours. That
16 the Architect or Owner conducts construction review of the Contractor's performance does not and shall not
17 be intended to include review of the adequacy of the Contractor's safety measures in, on or near the site of
18 the Work. The Contractor shall be responsible for initiating, maintaining and supervising all safety
19 precautions and programs in connection with the performance of the Contract.
20 10.2 SAFETY OF PERSONS AND PROPERTY
21 10.2.1 The Contractor shall take reasonable precautions for the safety of, and shall provide reasonable
22 protection to prevent damage, injury or loss to:
23 .1 Employees on the Work and other persons who may be affected thereby;
24 .2 The Work and materials and equipment to be incorporated therein, whether in storage on or
25 off the site, under care, custody or control of the Contractor or the Contractor's
26 Subcontractors or Sub-subcontractors; and
27 .3 Other property at the site or adjacent thereto, such as trees, shrubs, lawns, walks,.
28 pavements, roadways, structures and utilities not designated for removal, relocation or
29 replacement in the course of construction.
30 10.2.2 The Contractor shall give all notices and comply with all applicable laws, ordinances, rules,
31 regulations and lawful orders of public authorities bearing on safety of persons or property or their protection
32 from damage, injury or loss.
33 The Contractor shall comply with the safety regulations set forth in "Safety Standards for Construction" and
34 "General Safety Standards" and any other requirements published by the Washington State Department of
35 Labor and Industries.
36 The Contractor shall comply with the Federal Occupational Safety and Health Act of 1970 (OSHA), including
37 all revisions, amendments and regulations issued thereunder, and the provisions of the Washington
38 Industrial Safety Act of 1973 (WISHA), including all revisions, amendments and regulations issued
39 thereunder by the Washington State Department of Labor and Industries. The WISHA regulations shall
40 apply to all excavation, trenching and ditching operations. In case of conflict between any such
41 requirements,the more stringent regulation or requirement shall apply.
42
2010-16 /YCS Fueling Station Bid—00 7200 -38 GENERAL CONDITIONS
OF THE
CONTRACT FOR CONSTRUCTION 1-15-13
SUPPORT OPERATION CENTER PHASE 2
YELM COMMUNITY SCHOOLS No.2
ERICKSON McGOVERN
1 10.2.3 The Contractor shall erect and maintain, as required by existing conditions ar�d performance of the
2 Contract, reasonable safeguards for safety precaution, including posting danger signs and other warnings
3 against hazards, promulgating safety regulations and notifying owners and users and adjacent sites and
4 utilities. The Contractor shall maintain at the work site office or other well-known place at the work site all �
5 materials (e.g., a first aid kit) necessary for giving first aid to the injured, and shall establish, publish and
6 make known to all employees procedures for ensuring immediate removal to a hospital or a doctor's care,
7 persons, including employees, who may have been injured on the site. Employees shall not be permitted to
8 work on the site before the Contractor has established and made known procedures for removal of injured
9 persons to a hospital or a doctor's care. The Contractor's and/or any Subcontractors shall ensure that at
10 least one of such employees has a valid, effective first aid card.
11 10.2.4 When use or storage of explosives or other hazardous materials or equipment or unusual methods
12 are necessary for execution of the Work, the Contractor shall exercise utmost care and carry on such
13 activities under supervision of properly qualified personnel.
14 10.2.5 The Contractor shall promptly remedy damage and loss to prop�rty referred to in
15 Subparagraphs 10.2.1.2 and 10.2.1.3 caused in whole or in part by the Contractor, Subcontractor, a Sub-
16 subcontractor, or anyone directly or indirectly employed by any of them, or by anyone for whose acts they
17 may be liable and for which the Contractor is responsible under Subparagraph 10.2.1, except damage or
18 loss attributable to acts or omissions of the Owner or Architect or anyone directly or iridirectly employed by
19 either of them, or by anyone for whose acts either of them may be liable, and not attributable to the fault of
20 negligence of the Contractor. The foregoing obligations of the Contractor are in additi�n to the Contractor's
21 obligations under Paragraph 3.19.
22 10.2.6 The Contractor shall designate a responsible member of the Contractor's organization at the site
23 whose duty shall be the prevention of accidents. This person shall be the Contractor's superintendent unless
24 otherwise designated by the Contractor in writing to the Owner and Architect.
25 10.2.7 At all times until the Owner's occupancy of the Work or a designated portion of the Work, the
26 Contractor shall protect from damage, weather, deterioration, theft, vandalism and malicious mischief all
27 materials, equipment, tools, and other items incorporated or to be incorporated in the� Work or designated
28 portion, or consumed or used in the performance of the Work or designated portion, and all Work in process
29 and completed Work or designated portion.
30 10.2.8 The Contractor shall not load or permit any part of the construction or site t�� be loaded so as to
31 endanger its safety.
32 10.3 HAZARDOUS MATERIALS
33 10.3.1 If reasonable precautions will be inadequate to prevent foreseeable bodily injury or death to persons
34 resulting from a material or substance, including but not limited to asbestos or polychlorinated biphenyl
35 (PCB), encountered on the site by the Contractor, the Contractor shall, upon recognizing the condition,
36 immediately stop Work in the affected area and report the condition to the Owner and Architect in writing.
37 10.3.2 The Owner shall obtain the services of a licensed or accredited laboratory to verify the presence or
38 absence of the material or substance reported by the Contractor and, in the ev�nt such material or
39 substance is found to be present, to verify that it has been rendered harmless. Unless otherwise required by
40 the Contract Documents, the Owner shall furnish in writing to the Contractor and Architect the names and
41 qualifications of persons or entities who are to perform tests verifying the presence or absence of such
42 material or substance or who are to pertorm the task of removal or safe containment of such material or
43 substance. The Contractor and the Architect will promptly reply to the Owner in writing stating whether or not
44 either has reasonable objection to the persons or entities proposed by the Owner. If either the Contractor or
45 Architect has a reasonable objection to a person or entity proposed by the Owner, the Owner shall propose
46 another to whom the Contractor and the Architect have no reasonable objection. When the material or
47 substance has been rendered harmless, Work in the affected area shall resume upon written agreement of
48 the Owner and Contractor. The Contract Time may be extended appropriately and the Contract Sum may be
49 increased in the amount of the Contractor's demonstrated, reasonable additional costs of shut-down, delay
50 and start-up, which adjustment shall be accomplished as provided in Article 7.
2010-16 /YCS Fueling Station Bid—00 7200 -39 GENERAL CONDITIONS
OFTHE
CONTRACT FOR CONSTRUCTION 1-15-13
SUPPORT OPERATION CENTER PHASE 2
YELM COMMUNITY SCHOOLS No.2
ERICKSON McGOVERN
1 10.3.3 The Contractor shall not install in the Work any hazardous material. The Owner shall not be
2 responsible under Paragraph 10.3 for materials or substances brought to the site by the Contractor unless
3 such materials or substances were required by the Contract Documents.
4 10.4 PUBLIC SAFETY AND CONVENIENCE
5 10.4.1 The Contractor shall conduct its Work so as to ensure the least possible obstruction to vehicular
6 traffic and inconvenience to the general public and the residents in the vicinity of the Work and to ensure the
7 protection of persons, property and natural resources. No road or street shall be closed to the public except
8 with the permission of the Owner and the proper governmental authority. Fire hydrants on or adjacent to the
9 Work shall be accessible to firefighting equipment at all times. Temporary provisions shall be made by the
10 Contractor to ensure the use of sidewalks, fire lanes, private and public driveways and proper functioning of
11 gutters, sewer inlets, drainage ditches and culverts, irrigation ditches and natural water courses, if any, on
12 the Work site.
13 10.5 SANITATION
14 10.5.1 The Contractor shall comply with WAC 296-155-140 and other applicable laws and regulations
15 establishing sanitation standards in the construction industry.
16 10.6 EMERGENCIES
17 10.6.1 In an emergency affecting safety of persons or property, the Contractor shall act, at the Contractor's
18 discretion, to prevent threatened damage, injury or loss. Additional compensation or extension of the time
19 claimed by the Contractor on account of an emergency beyond the control of the Contractor shall be
20 determined as provided in Paragraph 4.3 and Article 7.
21 ARTICLE 11
22 INSURANCE AND BONDS
23
24 11.1 CONTRACTOR'S LIABILITY INSURANCE
25 11.1.1 The Contractor shall purchase and maintain in a company or companies licensed to do business in
26 the state which the project is located, with an A.M. Best rating of A/IX or better and reasonably satisfactory to
27 Owner, such insurance as will protect Contractor and Owner from claims set forth below which may arise out
28 of or result from the Contractor's operations under the Contract, whether such operations be by itself or by
29 any Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts
30 any of them may be liable. All reinsurers that may be called upon to support or share in an insurer's
31 obligations specified in connection with insurance required of the Contractor by the Contract Documents
32 must also have an A.M. Best rating of A/IX or better."
33 .1 Claims under workers' or workmen's compensation, disability benefit and other similar
34 employee benefit acts which is applicable to Work to be performed;
35 .2 Claims for damages, because of bodily injury, occupational sickness or disease, or death of
36 the Contractor's employees;
37 .3 Claims for damages because of bodily injury, sickness or disease, or death of any person
38 other than the Contractor's employees;
39 .4 Claims for damages insured by usual personal injury liability coverage which are sustained
40 (1) by a person as a result of an act or omission directly or indirectly related to employment
41 of such person by the Contractor, or (2) by another person; .
42 .5 Claims for damages, other than to the Work itself, because of injury to or destruction of
43 tangible property, including loss of use resulting there from;
44 .6 Claims for damages because of bodily injury, death of a person or property damage arising
45 out of ownership, maintenance or use of a motor vehicle;
46 .7 Claims involving contractual liability insurance applicable to the Contractor's obligations
47 under Paragraph 3.19;
48 .8 Liability insurance shall include all major divisions of coverage and be on a comprehensive
49 basis including:
50 1. Premises operations (including X, C &U as applicable);
51 2. Independent Contractor's protective;
2010-16 /YCS Fueling Station Bid—00 7200 -40 GENERAL CONDITIONS
OF THE
CONTRACT FOR CONSTRUCTION 1-15-13
SUPPORT OPERATION CENTER PHASE 2
YELM COMMUNITY SCHOOLS No.2
ERICKSON McGOVERN
1 3. Products and completed operations;
2 4. Personal injury liability with empioyment exclusion deleted;
3 5. Contractual, including specific provision for Contractor's obligation under Paragraph
4 3.18;
5 6. Owned, non-owned and hired motor vehicles;
6 7. Broad form property damage including completed operations; and
7 8. Umbrella excess liability.
8 11.1.2 The insurance required by Subparagraph 11.1.1 shall be written for not less than limits of liability
9 specified below or required by law, whichever coverage is greater. Coverages, whether written on an
10 occurrence or claims-made basis, shall be maintained without interruption from date of commencement of
11 the Work until date of final payment and termination of any coverage required to be maintained after final
12 payment.
13 1. Workers Compensation:
14 (A) State: Statutory
15 (B) Applicable Federal (e.g., Longshoremens): Statutory
16 (C) Employers Liability: $1,000,000.00
17 2. Comprehensive General Liability (Including Premises Independent Contractor's Protective;
18 Products and Completed Operations; Broad Form Property Damage):
19 (A) Bodily Injury:
20 $1,000,000.00. Each occurrence
21 $1,000,000.00. Annual aggregate
22 (B) Property Damage:
23 $1,000,000.00. Each occurrence
24 $1,000,000.00. Annual aggregate
25 (C) Products and completed operations to be maintained for three years after final
26 payment.
27 (D) Property Damage Liability Insurance shall provide X, C or U coverage as applicable.
28 3. Contractual Liability:
29 (A) Bodily Injury:
30 $1,000,000.00. Each occurrence
31 (B) Property Damage:
32 $1,000,000.00. Each occurrence
33 $1,000,000.00. Annual occurrence
34 4. Personal Injury, with employment exclusive deleted: $1,000,000. Annual aggregate
35 5. Comprehensive Automobile Liability:
36 (A) Bodily Injury:
37 $1,000,000.00. Each person
38 $1,000,000.00. Each occurrence
39 6. Umbrella Excess Liability:
40 $5,000,000. Over primary insurance.
41 $50,000. Retention for self-insured hazards each occurrence.
42 11.1.3 Certificates of Insurance and Endorsements acceptable to the Owner shall be filed with the Owner
43 prior to commencement of the Work. These Certificates and the insurance policies required by this
44 Paragraph 11.1 shall contain a provision that coverages afforded under the policies will not be reduced,
45 canceled or allowed to expire until at least thirty (30) days' prior written notice has beeri given to the Owner.
46 The Owner shall be included as an additional insured on all such policies. If any of thF foregoing insurance
47 coverages are required to remain in force after final payment and are reasonably av�ailable, an additional
48 certificate evidencing continuation of such coverage shall be submitted with the final Application for Payment
49 as required by Subparagraph 9.10.3. Information concerning reduction of coverage shall be furnished by the
50 Contractor with reasonable promptness in accordance with the Contractor's information �and belief.
51
2010-16 /YCS Fueling Station Bid—00 7200 -41 GENERAL CONDITIONS
OF THE
CONTRACT FOR CONSTRUCTION 1-15-13
SUPPORT OPERATION CENTER PHASE 2
YELM COMMUNITY SCHOOLS No.2
ERICKSON McGOVERN
1 11.1.4 The Contractor shall furnish one copy each of the certificates of insurance herein required for each
2 copy of the agreement which shall specifically set forth evidence of all coverage required by subparagraphs
3 11.1.1, 11.1.2 and 11.1.3. The Contractor shall furnish to the Owner copies of any endorsements that are
4 subsequently issued.
5 11.2 OWNER'S LIABILITY INSURANCE
6 11.2.1 The Owner shall be responsible for purchasing and maintaining the Owner's usual liability
7 insurance. Optionally, the Owner may purchase and maintain other insurance for self-protection against
8 claims which may arise from operations under the Contract. The Contractor shall not be responsible for
9 purchasing and maintaining this optional Owner's liability insurance unless specifically required by the
10 Contract Documents.
11 11.3 PROPERTY INSURANCE
12 11.3.1 Before commencement of the work, the Contractor will submit written evidence (via certificate of
13 insurance) that it has purchased (at Contractor's expense) for the period of this Contract, Builder's Risk"All-
14 Risk" Completed Value Insurance Coverage, in the face amount of this Contract including taxes, (including
15 coverage for fire, Collapse, and Damage resulting from Faulty Workmanship, Material, or Design; but not
16 including Flood, Earthquake or Landslide unless specified for a given project) upon the entire work which is
17 the subject of this Contract, including completed work and work in progress but excluding structures in
18 existence at the time the Contract was awarded. Such insurance shall include as Additional Named
19 Insureds: The Owner(s) and each of their officers, agents and employees; and any other persons with an
ZO insurable interest designated by the Owner as Additional Named Insureds. Such insurance must be issued
21 by an insurer(s) and reinsurers meeting the qualification requirements of subparagraph 11.1.1. Within 30
22 days of award of the Contract, the Contractor shall also provide the Owner with a copy of the insurance
23 contract required by this Subsection.
24 Such insurance may have a deductible clause but not to exceed $10,000.00. (The deductible on
25 earthquake, flood and landslide may be in accordance with the Underwriters' requirements.) The Contractor
26 shall be solely responsible for any such deductibles.
27 11.3.2 Upon the occurrence of an insured loss, the Owner, as first named insured, shall have the right to
28 adjust and settle any loss with the insurers. The Owner shall deposit in a separate account any monies
29 received, and shall distribute such funds in accordance with such agreement as the parties in interest may
30 reach. If no agreement is reached, any damaged Work shall first be repaired or replaced, and payment
31 therefore made from the separate account by Change Order or by payment to a separate contractor, at
32 Owner's option; further disbursements from the separate account will then be determined pursuant to the
33 provisions of subparagraphs 4.4 and 4.5 above.
34 11.3.3 Partial occupancy or use in accordance with Paragraph 9.9 shall not commence until the insurance
35 company or companies providing property insurance have consented to such partial occupancy or use by
36 endorsement or otherwise. The Owner and the Contractor shall take reasonable steps to obtain consent of
37 the insurance company or companies and shall, without mutual written consent, take no action with respect
38 to partial occupancy or use that would cause cancellation, lapse or reduction of insurance.
2010-16 /YCS Fueling Station Bid—00 7200 -42 GENERAL CONDITIONS
OF THE
CONTRACT FOR CONSTRUCTION 1-15-13
SUPPORT OPERATION CENTER PHASE 2
YELM COMMUNITY SCHOOLS No.2
ERICKSON McGOVERN
1 11.4 PERFORMANCE AND PAYMENT BOND
2 11.4.1 The Contractor shall secure and pay for a Performance and Payment Bond(s) in the full amount of
3 the Contract Sum plus sales tax, pursuant to Chapter 39.08 RCW. Said bond shall meet all requirements of
4 Chapter 39.08 RCW and shall also be issued by a surety with an A.M. Best rating of A/IX or better. All
5 reinsurers that may be called upon to support or share in a surety's obligations specified in connection with
6 the performance and payment bond obligations required of the Contractor by the Contract Documents must
7 also have an A.M. Best rating of A/IX or better. Within 10 days after the issuance of the Conditional Notice to
8 Proceed, the Contractor shall deliver two copies of the Bond to the Owner and one copy to the Architect.
9 THE OWNER MAY DECLINE TO ENTER INTO THE CONTRACT, WITHHOLD ITS "NOTICE TO
10 PROCEED," AND/OR WITHHOLD PAYMENT TO THE CONTRACTOR UNTIL SUCH SURETY BOND IS
11 RECEIVED. If the contract is executed,the Contract Time shall be reduced by one day for each day after 10
12 days that said bond is not received by the Owner, and there shall be no adjustment to the substantial
13 completion date.
14 11.4.2 The Owner may require certain subcontractors to provide evidence of performance bondability in
15 writing to the Owner and it may also require certain subcontractors to provide and maintain at the Owner's
16 expense during the life of the Contract, a performance bond equal to the total amount of such subcontract,
17 excluding sales tax. Any bond(s) so required by the Owner shall be issued by a surety licensed to do
18 business in this state with an A.M. Best rating of AN or better.
19 ARTICLE 12
20 UNCOVERING AND CORRECTION OF WORK
21
22 12.1 UNCOVERING OF WORK
23 12.1.1 If a portion of the Work is covered contrary to the ArchitecYs, Owner's or governmental authority
24 with jurisdiction request or to requirements specifically expressed in the Contract D�ocuments, it must, if
25 required in writing by the Architect, Owner, or governmental authority with jurisdiction, be uncovered at
26 Contractor's expense for the Architect's observation and be replaced at the Contractor's expense without
27 change in the Contract Time.
28 12.1.2 If a portion of the Work has been covered which the Architect has not specifically requested to
29 observe prior to its being covered, the Architect may request to see such Work and it shall be uncovered by
30 the Contractor. If such Work is in accordance with the Contract Documents, and Contractor has notified
31 Owner in writing of Architect's request and Contractor has signed a sworn statement that the Work is in
32 compliance with the Contract Documents and submits evidence of reasonable care, quality control and
33 inspection completed by Contractor to determine such, costs of uncovering and replacement shall, by
34 appropriate Change Order, be charged to the Owner. If such Work is not in accordance with the Contract
35 Documents, the Contractor shall pay such costs, except to the extent the condition was caused by the Owner
36 or a separate contractor of Owner, in which event the Owner shall be responsible for purposes of this
37 Contract only for payment of such costs to the extent of its proportionate responsibility.
38 12.2 WARRANTIES AND CORRECTION OF WORK
39 12.2.1 The Contractor shall promptly correct Work rejected by the Architect or Owner failing to conform to
40 the requirements of the Contract Documents, whether observed before or after Substantial Completion and
41 whether or not fabricated, installed or completed. The Contractor shall bear costs of correcting such rejected
42 Work, including additional testing and inspections and compensation for the Architect's services and
43 expenses made necessary thereby.
44
2010-16 /YCS Fueling Station Bid—00 7200 -43 GENERALCONDITIONS
OF THE
CONTRACT FOR CONSTRUCTION 1-15-13
SUPPORT OPERATION CENTER PHASE 2
YELM COMMUNITY SCHOOLS No.2
ERICKSON McGOVERN
1 12.2.2 The general project warranty period of one year from Final Completion and Acceptance by the
2 Owner's Board of Directors shall be extended with respect to portions of Work first performed or corrected
3 after Substantial Completion by the period of time between Substantial Completion and the satisfactory
4 performance or correction of the Work. At the election of the Owner, the extended periods of warranty shall
5 be confirmed by submission by the Contractor of written special warranties. If, within one year after the date
6 of Final Completion and Acceptance of the Work or designated portion thereof, or after the date for
7 commencement of warranties established under Subparagraph 9.8.2, or by terms of an applicable special
8 warranty required by the Contract Documents, any of the Work is found to be not in accordance with the
9 requirements of the Gontract Documents, the Contractor shall correct it promptly after receipt of notice from
10 the Owner to do so unless the Owner has previously given the Contractor a written acceptance of such
11 condition. This obligation under this Subparagraph 12.2.2 shall survive acceptance of the Work under the
12 Contract and termination of the Contract. The Owner shall give such notice promptly after discovery of the
13 condition.
14 12.2.3 The Contractor shall remove from the site portions of the Work which are not in accordance with the
15 requirements of the Contract Documents and are neither corrected by the Contractor nor accepted by the
16 Owner in writing.
17 12.2.4 If the Contractor fails to correct nonconforming Work within a reasonable time, the Owner may
18 correct it in accordance with Paragraph 2.4. If the Contractor does not proceed with correction of such
19 nonconforming Work within a reasonable time fixed by written notice from the Architect, the Owner may
20 remove it and store the salvable materials or equipment at the Contractor's expense. If the Contractor does
21 not pay costs of such removal and storage within ten (10) days after written notice, the Owner may sell such
22 materials and equipment at auction or at private sale and shall account for the proceeds thereof, after
23 deducting costs and damages that should have been borne by the Contractor, including compensation for
24 the Architect's services, attorneys' services, and expenses made necessary thereby. If such proceeds of
25 sale do not cover costs which the Contractor should have borne, the Contract Sum shall be reduced by the
26 deficiency. If payments then or thereafter due the Contractor are not sufficient to cover such amount, the
27 Contractor promptly shall pay the difference to the Owner.
28 12.2.5 The Contractor shall bear the cost of correcting destroyed or damaged construction, whether
29 completed or partially completed, of the Owner or separate contractors caused by the Contractor's correction
30 or removal of Work which is not in accordance with the requirements of Contract Documents.
31 12.2.6 Nothing contained in this Paragraph 12.2 shall be construed to establish a period of limitation with
32 respect to other obligations which the Contractor might have under the Contract Documents. Establishment
33 of the time period of one year as described in Subparagraph 12.2.2 relates only to the specific obligation of
34 the Contractor to correct the Work, and has no relationship to the time within which the obligation to comply
35 with the Contract Documents may be sought to be enforced, nor to the time within which proceedings may
36 be commenced to establish the Contractor's liability with respect to the Contractor's obligations other than
37 specifically to correct the Work. Correction of Work may be performed by Owner's selected contractors at
38 Contractor's expense.
39 12.3 ACCEPTANCE OF NONCONFORMING WORK
40 12.3.1 If the Owner prefers to accept Work which is not in accordance with the requirements of the Contract
41 Documents, the Owner may do so instead of requiring its removal and correction, in which case the Contract
42 Sum will be reduced as appropriate and equitable. Such adjustment shall be effected whether or not final
43 payment has been made.
44 ARTICLE 13
45 MISCELLANEOUS PROVISIONS
46
47 13.1 GOVERNING LAW
48 13.1.1 The Contract shall be governed by the law of the place where the Project is located. The venue of
49 any litigation under the Contract shall be in Pierce County,Washington.
50 13.2 SUCCESSORS AND ASSIGNS
2010-16 /YCS Fueling Station Bid—00 7200 - 44 GENERAL CONDITIONS
OF THE
CONTRACT FOR CONSTRUCTION 1-15-13
SUPPORT OPERATIONV CENTER PHASE 2
YELM COMMUNITY SCHOOLS No.2
ERICKSON McGOVERN
1 13.2.1 The Owner and Contractor respectively bind themselves, their partners, successors, assigns and
2 legal representatives to the other party hereto and to partners, successors, assigns and legal representatives
3 of such other party in respect to covenants, agreements and obligations contained in the Contract
4 Documents. Except to the extent specificaily provided elsewhere in the Contract Documents, neither parry to
5 the Contract shall assign the Contract in whole or in part without written consent of the other. If either party
6 attempts to make such an assignment without such consent, that party shall nevertheless remain legally
7 responsible for all obligations under the Contract.
8 3.3 WRITTEN NOTICE
9 13.3.1 Written notice shall be deemed to have been duly served if delivered in person to the individual or a
10 member of the firm or entity or to an officer of the corporation for which it was intended, actual receipt by
11 facsimile or if delivered at or sent by registered or certified mail to the last business address of a party. The
12 addresses and facsimile contact numbers for Owner, Architect and Contractor are listed in the Project
13 Manual.
14 13.4 RIGHTS AND REMEDIES
15 13.4.1 Except as limited herein or specially provided for herein, the parties shall have such other duties,
16 obligations, rights, and remedies otherwise imposed or made available by the law of the State of
17 Washington.
18 13.4.2 The failure of any party to insist in any one or more instances upon the strict performance of any
19 one or more of the provisions of this Contract, or to exercise any right herein contained ar provided by law,
20 shall not be construed as a waiver or relinquishment of the performance of such provisic�ns or rights or of the
21 right to subsequently demand such strict performance or exercise of such rights.
22 13.4.3 If any clause, sentence, or provision of this Contract is held as a matter of law to be void or
23 unenforceable, the remainder of the Contract shall be enforceable without such clause, sentence, or
24 provision.
25 13.5 TESTS AND INSPECTIONS
26 13.5.1 Tests, inspections and approvals of portions of the Work required by the Contract Documents or by
27 laws, ordinances, rules, regulations, orders of public authorities having jurisdiction shall be made at an
28 appropriate time. The Contractor shall make timely arrangements for such tests, inspections and approvals
29 with an independent testing laboratory or entity provided by the Owner, or with the appropriate public
30 authority and the Owner, and shall bear all related costs of tests, inspections and appr�vals except as noted
31 otherwise in the Contract Documents. The Contractor shall give the Architect timely notice of when and
32 where tests and inspections are to be made so the Architect may observe such procedures. The Owner
33 shall bear costs of tests, inspections or approvals which have become requirements after bids were received.
34 13.5.2 If the Architect, Owner or public authorities having jurisdiction determine that portions of the Work
35 require additional testing, inspection or approval not included under Subparagraph 13.5.1, the Architect will,
36 upon consent of the Owner, instruct the Contractor to make arrangements for such additional testing,
37 inspection or approval by any entity acceptable to the Owner, and the Contractor shall give timely notice to
38 the Architect of when and where tests and inspections are to be made so the Architec;t may observe such
39 procedures. The Owner shall bear such costs except as provided in Subparagraph 13.5.3.
40 13.5.3 If such procedures for testing, inspection or approval under Subparagraphs 13.:i.1 and 13.5.2 reveal
41 failure of the portions of the Work to comply with requirements established by the Contract Documents, the
42 Contractor shall bear all costs made necessary by such failure including those of repeated procedures and
43 compensation for the Architect's services and expenses. If the Owner is responsible under the Contract
44 Documents, law or regulation to pay only for an inspection of any inspector, consultant or Architect, the
45 Owner shall be required to pay only for the first actual inspection. If the Contractor arranges for an
46 inspection and the inspector is required to wait, to leave without inspecting, to perform a partial inspection, to
47 return to complete or reinspect, or otherwise to expend time other than for the prirnary inspection, the
48 Contractor shall be responsible for all such costs. If the Contractor does not pay the charges for which it is
49 responsible within 30 days of billing, the Owner may pay the charges directly and backcharge the Contractor
50 on the next progress payment the amount paid plus a 10°/a handling fee.
2010-16 1YCS Fueling Station Bid—00 7200 -45 GENERAL CONDITIONS
OF THE
CONTRACT FOR C(�NSTRUCTION 1-15-13
SUPPORT OPERATION CENTER PHASE 2
YELM COMMUNITY SCHOOLS No.2
ERICKSON McGOVERN
1 13.5.4 Required certificates of testing, inspection or approval shall, unless otherwise required by the
2 Contract Documents, be secured by the Contractor and promptly delivered to the Architect.
3 13.5.5 If the Architect is to observe tests, inspections or approvals required by the Contract Documents,
4 the Architect wiil do so promptly and, where practicabie, at the normal place of testing.
5 13.5.6 Tests or inspections conducted pursuant to the Contract Documents shall be made promptly to
6 avoid unreasonable delay in the Work.
7 13.5.7 No acceptance of any Work shall be construed to result from any inspections, tests or failure to
8 inspect or test by the Owner, the Owner's representatives, the Architect or any other person. No inspection,
9 test, failure to inspect or test, or failure to discover any defect or nonconformity by the Owner, the Owner's
10 representatives, the Architect or any other person shall relieve the Contractor of its responsibility for meeting
11 the requirements of the Contract Documents or impair the Owner's right to reject defective or nonconforming
12 items or right to avail itself of any other remedy to which the Owner may be entitled, notwithstanding the
13 Owner's knowledge of the defect or nonconformity, its substantiality or the ease of its discovery.
14 13.6 INTEREST
15 13.6.1 Payments due and unpaid under the Contract Documents shall bear interest from the date payment
16 is due at the rate provided under RCW 39.76.010.
17 13.7 PARTNERING
18 The Owner, Contractor and Architect may participate together in cooperative procedures mutually developed
19 by the parties to avoid or minimize problems on the Project.
2Q ARTICLE 14
21 TERMINATION OR SUSPENSION OF THE CONTRACT
22
23 14.1 TERMINATION BY THE CONTRACTOR
24 14.1.1 The Contractor shall have the right to terminate the Contract only under the circumstances and with
25 the rights and remedies provided in RCW 6028.080.
26 14.2 TERMINATION BY THE OWNER FOR CAUSE
27 14.2.1 The Owner may, upon seven (7) days' written notice to the Contractor, terminate (without prejudice
28 to any right or remedy of the Owner) the whole or any portion of the Contract or Work for cause, including,
29 but not limited to,the following circumstances:
30 .1 The Contractor fails to prosecute the Work or any portion thereof with sufficient diligence to
31 ensure the Substantial Completion of the Work within the Contract Time;
32 .2 The Contractor is adjudged bankrupt, makes a general assignment for the benefit of its
33 creditors, or if a receiver is appointed on account of its insolvency;
34 .3 The Contractor fails to supply a sufficient number of properly skilled workers or proper
35 materials;
36 .4 The Contractor fails to make prompt payment due to Subcontractors or for materials or labor;
37 .5 The Contractor disregards or violates laws, ordinances, rules, regulations or orders of any
38 public authority having jurisdiction; or
39 .6 The Contractor breaches any material provision of the Contract Documents.
40 14.2.2 When any of the above reasons exist, or when any other legally sufficient cause exists, the Owner,
41 upon certification by the Architect that sufficient cause exists to justify such action, may without prejudice to
42 any other rights or remedies of the Owner and after giving the Contractor and the Contractor's surety, if any,
43 seven days' written notice, terminate employment of the Contractor and may, subject to any prior rights of
44 the surety:
45 .1 Take possession of the site and of all materials, equipment, tools and construction
46 equipment and machinery thereon owned by the Contractor;
47 .2 Accept assignment of subcontracts pursuant to Paragraph 5.4; and
48 .3 Finish the Work by whatever reasonable method the Owner may deem expedient.
2010-i6 /YCS Fueling Station Bid—00 7200 - 46 GENERALCONDITIONS
OF THE
CONTRACT FOR CONSTRUCTION 1-15-13
SUPPORT OPERATION CENTER PHASE 2
YELM COMMUNITY SCHOOLS No.2
ERICKSON McGOVERN
1 14.2.3 When the Owner terminates the Contract for cause pursuant to subparagraph 14.2.1,the Contractor
2 shall not be entitled to receive further payment until the Work is finished.
3 14.2.4 If the unpaid balance of the Contract Sum exceeds costs of finishing the Work, including
4 compensation for the Architect's services, attorneys' fees, and expenses made necessary thereby, and other
5 damages incurred by the Owner and not expressly waived, such excess shall be paid to the Contractor. If
6 such costs and damages exceed the unpaid balance, the Contractor shall promptly pay the difference to the
7 Owner. The amount to be paid to the Contractor or Owner, as the case may be, shall be certified by the
8 Architect, upon application, and this obligation for payment shall survive termination of the Contract.
9 14.2.5 If, after Contractor has been terminated pursuant to this paragraph, it is determined that legally
10 sufficient cause does not exist, then such termination shall be considered a termination for convenience
11 pursuant to Paragraph 14.3.
12 14.2.6 If the Owner terminates in whole or in any part of the Work pursuant to Paragraph 14.2, the Owner
13 may procure, upon such terms and in such manner as it deems appropriate, supplies or services similar to
14 those so terminated, and the Contractor shall be liable to the Owner for any excess costs for such similar
15 supplies or services. The Contractor shall continue the performance of this Contract to the extent not
16 terminated hereunder.
17 14.3 TERMINATION OR SUSPENSION BY THE OWNER FOR CONVENIENCE
18 14.3.1 The Owner may, at any time upon ten (10) days' written notice to the Contractor and Contractor's
19 surety, terminate (without prejudice to any right or remedy of the Owner) or suspend the whole or any portion
20 of the Work for the convenience of the Owner.
21 14.3.2 If the Owner terminates the Work or any portion thereof for convenience, the �wner shall be liable
22 to Contractor only for those costs reimbursable to Contractor in accordance with subparagraph 14.3.3, plus
23 ten percent of the actual costs recovered under 14.3.3, unless the Contractor would have sustained a loss on
24 the entire Contract had it been completed, in which case the ten percent markup will not be included, and an
25 appropriate adjustment will be made to reduce the amount due the Contractor in proportion to the rate of
26 loss.
27 14.3.3 If the Owner terminates the Work or any portion thereof for convenience, the Owner shall pay the
28 Contractor as follows:
29 .1 An amount consistent with the terms of the Contract Documents for supplies, services, or
30 property accepted by the Owner pursuant to subparagraph 14.4.1.6 (or sold or acquired
31 pursuant to subparagraph 14.4.1.7) for which the Owner has not paid;
32 .2 the amount due under Article 9 of this Agreement for the performance of the Work already
33 performed, exclusive of any costs attributable to supplies or services otherwise paid or to be
34 paid for under this subparagraph; and
35 .3 the cost of settling and paying claims arising out of the termination of Work under
36 subcontracts or orders, pursuant to subparagraph 14.4.1.5, which are properly chargeable to
37 the terminated portion of the Work (exclusive of amounts paid or payable on account of
3g completed items of equipment delivered or services furnished by subcantractors or vendors
39 prior to the effective date of the Notice of Termination and exclusive of umearned profit).
40 14.3.4 If the Owner suspends all or any portion of the Work in accordance with Subparagraph 2.5.1 for the
41 Owner's convenience, the Contract Sum and/or Time shall be equitably adjusted only to the extent the
42 Contractor can demonstrate actual impact as a result of such suspension. ',
43 14.3.5 The total sum to be paid to the Contractor under this paragraph 14.3 shall not exceed the Contract
44 Sum as reduced by the amount of payments otherwise made and the price of Work not terminated, and as
45 otherwise permitted by the Contract Documents. The amounts payable to the Contrac�or shall exclude the !
46 fair value of property which is destroyed, lost, stolen, or damaged so as to become undeliverable to the �
47 Owner or to a buyer pursuant to subparagraph 14.4.1.7. j
48 14.4 CONTRACTOR'S DUTIES ON TERMINATION '
i
49 14.4.1 Unless the Owner directs otherwise, after receipt of a Notice of Terminati�n from the Owner !
50 pursuant to paragraphs 14.2 or 14.3, the Contractor shall promptly: �
!
2010-16 /YCS Fueling Station Bid—00 7200 -47 GENERAL CONDITIONS j
OF THE I
CONTRACT FOR CGNSTRUCTION 1-15-13
SUPPORT OPERATION CENTER PHASE 2
YELM COMMUNITY SCHOOLS No.2
ERICKSON McGOVERN
1 .1 Stop Work under the Contract on the date and as specified in the Notice of Termination;
2 .2 place no further orders or subcontracts for materials, equipment, services or facilities, except
3 as may be necessary for completion of such portion of the Work as is not terminated;
4 .3 procure cancellation of all orders and subcontracts, upon terms acceptable to the Owner, to
5 the extent that they relate to the performance of Work terminated;
6 .4 assign to the Owner all of the right, title and interest of the Contractor under all orders and
7 subcontracts, in which case the Owner shall have the right, in its discretion, to settle or pay
8 any or ail claims arising out of the termination of such orders and subcontracts;
9 .5 settle ali outstanding liabilities and all claims arising out of such termination of orders and
10 subcontracts;
11 .6 transfer title and deliver to the entity or entities designated by the Owner the fabricated or
12 unfabricated parts, Work in process, partially completed supplies and equipment, materials,
13 parts, tools, dies, jigs and other fixtures, completed Work, supplies and other material
14 produced as part of, or acquired in connection with the performance of,the Work terminated,
15 and the completed or partially completed plans, drawings, information and other property
16 related to the Work;
17 .7 use its best efforts to sell any property of the types referred to in subparagraph 14.4.1.6.
18 The Contractor shall not be required to extend credit to any buyer, and may acquire any
19 such properry under the conditions prescribed by and at a price or prices approved by the
20 Owner, and the proceeds of any such transfer or disposition may be applied in reduction of
21 any payments to be made by the Owner to the Contractor;
22 .8 take such action as may be necessary or as directed by the Owner to preserve and protect
23 the Work and property related to this Project in the possession of the Contractor in which the
24 Owner has an interest; and
25 .9 continue performance only to the extent not terminated.
26 14.4.2 The Contractor shafl, from the effective Date of Termination until the expiration of three years after
27 final settlement under this Contract, preserve and make available to the Owner, at all reasonable times at the
28 office of the Contractor, and without charge to the Owner, all books, records, documents, photographs and
29 other evidence bearing on the costs and expenses of the Contractor under this Contract and relating to the
30 terminated or completed Work.
31 14.4.3 In arriving at any amount due the Contractor after termination, the following shall apply:
32 .1 The Contractor shall refund to the Owner any amounts paid by the Owner to the Contractor
33 in excess of costs reimbursable under paragraph 14.3.
34 .2 The damages and relief from termination by the Owner specifically provided in Article 14
35 shall be the Contractor's sole entitlement in the event of termination.
36 END OF SECTION
2010-16 /YCS Fueling Station Bid—00 7200 -48 GENERALCONDITIONS
OFTHE
CONTRACT FOR CONSTRUCTION 1-15-13
Support Operations Center- Fueling Station
Yeim Community Schools No.2
Erickson McGovern Architects
1 SECTION 00 8300
2 PREVAILING WAGE RATES
3 PREVAILING WAGE RATES
4 1.01 WASHINGTON STATE
5 A. Washington State Prevailing Wage Requirements
6 1. Standard documentation required by the Department of Labor and Industries is require to be
7 provided:
8 2. A list of the Prevailing Wage Rates as required per RCW 39.12.022 and as furnished by the
9 State of Washington Department of Labor and Industries (Employment Standards Section),
10 Prevailing Wage, P.O. Box 44540, Olympia, Washington 98504-4540, Telephone (360)
11 902-5335, Fax (360) 902-5300 is provided in this Section.
12 3. Section 2 of WAC 296-127-011 states that for all contracts, except Building Services
13 Maintenance Contracts,the prevailing Wage Rates whict� are in effect on the date when the
14 bids by the Prime Contractor are required to be submitted to the Contract Awarding Public
15 Agency are the prevailing wage rates which must be paid for the duration of the contract.
16 END OF SECTION
2010-16/YCS Fueling Station Bid -00 8300 - 1 PREVAILING WAGE RATES 1-15-13
T
C N � N
c
O
� z � 0 p�p � 0�0 � 0�0 O�D O�D OD V
� N U Z o
�
�L c E c c c c c c c c c c c c c c c c M L L L L
�
� U � � S L G G T T T T r L L L L L G G G G L G G G W �� f�� I� � �" r � I=
� � � � T � T T T T r T T T T T T T T T T r T T T T r T T r
1 O � 4
L C (� � ��.
� � U �
C � � �p
U � � a � Q Q Q � � 0 � 0 � � 0 Q � 0 � � Q 0 � � 0 0 � 0 �
p O 0 � ifl tn � � � tn � tn � tn � t� tn � �A �n � � � � � �A tn tn �
C U � _ �
O � V �
� c
(��d N W G� M M I� t� � N � � QO n h I� O t� f� f� I� M � OD M M 1� f� CO N � cD f� O� �cC
� �" DO O N O O r C7 � OD � !n ln ln t� CO ln l!') Ln r N (O N N (D In O CD r O Ln r' �
n � � � � d�' � � � � � r d�' � d�' � � � � � � � 1) � � � d�' d�' d�' t!') � � �i' `
� (fl f{J f!) fA H} � fA � E!3 EA E!3 E� E� EA ff3 b9 Ef3 EA Efl � En E� EA E� Ef3 El3 (!? E!> f!? f� Ef3 a
�
O
Q
Q.
�
�
C
O
:+
!0
V
w
.N
N
!0
V
� �
O �
' i N �
� � �
C
a N F- O
o �
V � o `o
� �
�
a� a`� � cn o. o. c�u
s c
N � j O O O y U C
C N ` > ++ > > � U � N
LL U N 'D � � � O O � � .. � E
Y C � � O 'O � � .0 � '� "� N
p) «+ �, O
J J m J U J � U N � L w J N � �j �j W � >� C V m
fd N O -p fA N Cn 'd > C 'O
>. >. � >. V °0 3 >, c� � a? � a� 'c � 'o >. � � � � � � a`� � c Q
a� a� Q m L � n � :r � c o i� � � O H � � � �o � E �
0 0 � o 'o c�o � � c o c°� � `m c`v � °o °o � a > > > > > �n �v c � � ro °�
� � m � n. -, c n � � -� ¢ m U U U � � c n -� o � o c n c n ¢ ¢ w � � � O
d
a
N �
Y d N N N �
�j O O O O � �
� � � � � C �
� W W W W ,-
� U U U U N � ` � ` ` L � � � L i L L �
� N 'O U '6 � �O Y 1� `1� Y Y Y Y (n
� � � Z Z Y y C C C C C � � � �
Q Y v°r v°� v°> � i� � v) ro � � cn � � y � `� � I� H H F� I� o 0 0 0 0 0 0 }
� �s m N c� � `m `m m` a> a> a� a� a`> � � � � � � � � �
� E g g � m � � � � c c c c c c c c � otf otf otS otS otS � � � � a� � � �
N N Y Y Y C N N N N N N N N N i i � � y � CA � � CA � CA '-
� — U U U '� "� '0 U � Q Q a Q �. �. Q d � N N N N N 'D '� '� '6 a "O "a O
N O 'C 'C 'L 7 �7 �7 �7 f0 (0 (0 f0 (0 Rf (0 t�tl td � > > > > > � � N d d N � �
Q CO m m m m CO m CO U C� U U U U U U U U � � � � � 0 � � � ❑ 0 0 N
T
C N N �
+-. y
O O � � U
Cn tn L Z �°n
�
�`o � � �
0
r Y I-
� 2 W r U' U' C7 C7 r r � v v v � � �v v � v �' v � T N N } fn u1 N � o
/) d r r r r T
w
i � � � d
� C � O �
7
� E � eC J -� LL Q
U E co .� � d U U U U Q Q Q Q Q Q Q Q Q Q � � Q Q �
� � � � � � � � � � � ti � ti ti � � ti �
o � o � � � � � � �
� U Y 2 m
C U
o E 'C =
� � W G> d' p� � N � CO N I� � 1.n f� (O O 1� O I� � I� O � d' O O T T (O M N T � N M �>
� � h h tC) � M � � M CO � M r � M �A M � Ch I.f) � N O t1') CO (O I� � � N N
Q, � Qj pj pj � CO M � � �t d' � N [t � � � � � d' CV � N M �Y � N CD OD N � Qj a
� � � � � � � � � f!? fA � � � � � � � � � � � � � Ef3 � � � � � � d4 � �
�
O
Q
Q
�
�
�' O
C
O O
� Y �
O
� � O
` � �
U �-
�a O N O O
(n C � (� U
m a`� c � � a � a� li
Q �° <°n � m � O °'
a �
m a> fl-
vV � c a v � J � c � '-
m a� a� a� � a� a� o a W � °� � p a� U a� o a� a� m a� m a� o
°.= > > > � > � > � c �n c a� > � a� w > c > � > > c > > > > �
H a> a� a� � a� a� � � � a� a� a � a� — a� a� a� N a� a� a� a�
tlJ J J J �Q J j � J n J N O C � -J .j f� a J V V J � J J � J J J J �
V aTi m m � m U � � m � a�i � (7 '� m a'i W � a� a�'i � c�o aTi � aTi m aTi a'i a'i a�i a'i p
� � � � i "d 'O c�N+ ` � '�,i- 7 'D � y i � ` L t � U i � i i � aC.. � +'
� 7 7 7 � 7 f0 N f0 7 � � p c0 (C U 7 � � 3 7 V V 7 C 7 7 7 � 7 7 7 �
� O O O � O � O � � � � N O C O O O � � O � O O O O O O O 0
� -� � U -� J � U � U U C'3 2 2 � � J � d � � � � li � -� � � -� -� � m
�
N`
Y
� U
� � � �
� C C C C C C C C C C U O V
Y O O O O O O O O O O 7 N �
O '+• '+• +.. +� '+• +.. '+. '+. :r +_• 'D
U U U U U U U U U U p � � N
� ` 7 ` 7 7 ` ` � 7 7 -� y C
++ y-L+ ++ ++ +�+ r+ ++ ++ r�+ � �- y fn �. N �
V fA tA (A (D f0 N V1 M tA N � Q U N C
C C C C C C C C C C C 'O C � L c
� O O O O O O O O O O � C L � � U O
C Q d U U V (.) U U U V U V V Q � �Y
.�. � � N N N N N N N N N N C y V ~ � 7
c � � c c c c c c c c c c � V o � o -o � v,
'� ` _ '� '� _ _ _ '� �� _ '� � O o " ... m c (0 c
N N N � N � � N N N N d N N ' +. ++ *' (�
o � v � :o v o � 3 3 3 3 3 3 3 3 3 3 c � ` � � m g � > j
.., � �n v� ul m O O O O O O O O O O O O � U y � � C �y
cU y � c c c c � � d d d d d 0.. a. d d d � y +�i � N � p, °� 'rn 3 �
n o. � u� cn �n �n v� v� m �n v� w m cn m v� �n v� I� o o � � " �� � c o E �
o- c� �- c c c c c c c c c c c c c c c c � U U "° � o W � w d p �'
Q F— � c� cd «S c0 cC c� RS (C c0 c0 cd c0 f0 c0 c� c0 .� � � W ` i LL � � � � m �
� U U �U �U �U �U �U �U �U .0 .0 iU ,U ,U .0 U U p O O c0 � CO
RS (C ' .0 .0 .0 .� . .0 'C 'C C � C C C C C U N N «S C (� +`+ ++ -0
'p ++ ++ ++ ++ ++ ++ ++ ++ .r ++ ++ ++ Y Y Y ++ Y ++ RS (O 'C U � ' ++ ++ � y. C O
'i �+ �+ N N N N N N N � N N N N N N N N d N N N � � 4f � N � O "a � c0 T-
� 0 W W W W W W W W W W W W W W W W W W W W L� lL L� C3 2 2 2 � c � N
T
C N VJ �
U y
O � o
� u� L Z �
i �
mL C �
�
, r,
� � j � Y Y Y Y Y � Q } �- } } } } � � } } } � �- } �- �- �- } �- �
T T ,- r r '-' T T r r T � N N N N N N N N N N N N N N N N N N N N
� � � � �
a`> j � �
� � � � �
� E _ � m m m m m o z Q a a a a a a a a a a a ¢ a ¢ a a a a Q �
0 0 0 �n �n �n �n �n � r� � r� n r� r� r� r� r� r� � � r� r� r� r� r� ti r� � r� �
� U � x �
o E � °'
c �
� � w 0! p� Cp � (p Cp M t0 CO O M I� N M T M M M M M r M C') � M C� M � M M � M ��
� }' OD � QI r r � d' I� O lf) ln O 00 CO CO OD 00 OD 00 r- OD 00 I.f) 00 OD 00 Itn OD aD l!7 00 ]
Q„ � pp pp �j r r N � O � � O N O � O O O O N O O O O O r O O O �
� � � � � E!> K3 � 69 t�3 ff3 69 � fA � � t�> Ef3 � � Efl b�9 � � � � � � � � � � � Efl n"
�
O
Q
Q
�
�
C
O
«
�o
v
w
.y
N
N
U
� a �
O a �
� ro � �
� U � 0�.;
�
O � U N � O
c � �
N � ` r J C
� N � fn O
� � C C -� �, C7 a �
�.
� � 0 � p U . .� � Q N � "O
� _ c�U �.. V � � •- � Q. I- '� J (0
•� ° ° n � m ° � � � �° -°�o `m `m O v � a m
� � (` � L � d f0 � � Y C Q L � � � O
LL a> Q O c+�`o n > c W � � � � � l� `p � E 'c > > > � a �
a -o � p � a� � � � � O = � 'a� > > o � � � i� 2 C7 C7 � � � �
N c�o L � F`- O � � m m c�o � � � d U = o c N c c N m � � � a ?
Y Y Y V C "� C r�. C C (� N � L y L L N y � Y d N � Q Q Y U C
O N N � � � � N N > O O ^ � lC f0 V 7 7 � fC (0 (0 N N L .� s t t f� �
U � 0 � � U C`3 2 F- I- � � Q Q [� 00 [� [� 00 [0 U U U U U U U U U U U U
U U U U U
� � � � �
>. T >. �. >,
m m m m m
� � � � �
� � � � �
>+ �+ �+ �+ �
� � � � �
L � �
Y #�+ Y Y Y
J�y J�y !�y ! J_�(
W W W � W
L l. L L L
� � � � � �
'�
� � � � � �
m � � � C c
0
.� .� .� .� .� .ro
N N N � N �
� � � � � `
� C7 � � m p
C C C C C V �
C C C C C
m m a� a� a� a�i a�i m a�i a�i �a �
� � � � � U U U U U Q � v
c c c c c � >-
m m CO m m O O O O O O Y � i � � � � � i i � � i i � � � . i �i � � �
'O "a "a "� 'O D U U U U � O � � � � N � N N N N � N d N d � � N N � �
c c c c c a Q. Q. n. a � c � � � � � � � � � �° ��p �° .n � � .n � � .n° � °
C C C C C C C C C C C � � J J J J J J � � J J J J J J J J J J � N
� T
C N � �
p V tlJ p
+_• O � � U
� Z :�' O c
(� v� v Z �°n
L � �
�� � �
� � y N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N 0
w
� � 0 � �
�
i�
N j U
�
C � � � N
U p O � ti � � ti � � � n � � � � ti � ti n ti ti r ti h ti � n � � � � � ti n r �
�
� U Y = o�
o � � �
� T � M T 6) O) M
� � W d r � M M C`'1 Cr1 O) C''> r M M M r M �''� � M ��
'- � tCI 00 � � CO 00 a0 00 � � �0 W W W � CO CD 00 �0 CO T OD 00 t.f) 00 T II) OD T LA �CI CO )
� > � p T T � O O O N T O O O O T O d' O O O N O O T O N T O N T T O �
Q a
O � d' d' � �h M �t d' '� �t' �7 �t � � � � d' M d' �t � �t � d' �t � d' d' �t � � �
� �» � � � � c� � c� �» E» �r es3 c� �» � � � �r �r �» c� � � � �» c� � � E» u} �»
�
0
n
n.
�
�
�
C "� y
O �
m �
V � m
� �
'y N C
� O
!�4 L 'C
� U H o
a •
.r o
� � v N Q m U m
c��o p � o v�°� a
�
'o c � N N a_�i p
c
a o o cc 3 d �
O 3 � � =o � �. � a� `m a�
� N ` � V ` � ` y V Y Y Y
� C C > > >
U . �" C � � N O f3 � F,,, C � > > > 0 C .
� � N � Y 'O � 7 N 7 N � � f�LO �
a� c4 � °- c> >, � � U pp � °tS � N o � y n a� N
p_ � p � N v 71 .V o � '-' � 47 N N U tC (0 ICf n d
� � � 3 � � � � � 'c � Y N .r ° Y S fl. � � � � � a�
� o cu a� o � `o � o c � � � .n � W w u� v� a� °� E °
0 Ii d cn � � � � �S i cLi � � � � c�o � °� � c — > > > � c
d � � N N J O Q Q (VC � ~ � �S � '-V' %j �C cd V � � � � � "�d� � � c�0 � N
C C C C N � E U � O � � O N � � N � � C � C � � N N N N � U y C
O O O O � 7 N ."_" � '- Z' 7 a � tCi C O (d N ... 7 t0 (C t0 �p (0
U U U U U U 0 0 � � � � W W LL LL LL LL C3 C3 C7 C'3 C3 C3 C�3 2 = 2 S � J �
dl
R
H
c
0
.�
�
v�
c
.�
_
LL
�
U
}
N N ` i !A M ` f0 ` ` tA fA i i tA fi tA M ` tA M N ` tA ` ` <p ` t� ` N � �
� �. � r. � � �. L � �. �. � �.. � ►. � �.. � �
N N N N � N N N N N N d � N � N � N N � N � � N N N � N � � N N r
� ... � � .. � � L. � � i. L �. .. � � .. � � � � �. � � � .... �..
O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O
� � � .n � � .n .O � � � � � .O � � � � Q � � � � � � � � .Q Q � � .n
J J J J J J J J � J J � J J � J J � J J J J J � J J J J � J � J N
T
C N � y =
� Z r�,, � U
� N v Z u�°�
�'L � � �
. r�
� � ; � �- � >. } >- � } } } �- } } >- >- } } } } } } >- >- >- >- >- >- >- � � >' }
N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N
� � 0 0 �.
� C U �
7 �
C � � �
U � C � Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q- Q Q Q Q Q Q Q �
0 0 o r� ti � � r� r� r� ti r� r� � n. r� � � � r � r� r� r� r� r� r� n � r� � r� � r� �
c U Y = o,
O � .V
C �
C�d N W A1 � C7 � � � r � � � � � M r M � � r r � � C`7 � � M C7 � C�J � M M � �N
� �' ICI 00 IL) �CI �A <O T ln � tn � W r OD � � T T Ln � 00 ln Ln CO 00 tn 00 tn 00 00 � >
Q R O T T � N T T O N O T T N N T O r r O O T O T O O �
� � v v � v v� ch �r � � v � v v v � v � v v v � v �r d- �r v �r v v v v a
� u3 �» c� � c» c� � �» E» � cfl �» � c� � �» � v3 � cfl u> c� �r � � � cs3 � � �
�
o �s
n.
� Q�
� �
�
�
w
�
�
�
s
rn
_
�
O
c
0
�
�
c
�
C � y
O �
U �
a rn
c� c -o
_ '� a�
N � (�0
� � N
U �
� O
o U � ��
' � ro �
a�°�i � o0
C7 `f o
> Q- 3 ° Q
� o � n�. a� •i
� � d � a �
� ° o a� � °� � ° �
� Q � a� w
� J U N � � � � _ �
� d � O � N � � = N RS c d 0" p � N � C �
. 'O c � � fC � N N y Y L (0 ' � V � >• O N
� "6 m J � � � fl. C C .Y d Q � � C N N � y N � � O. (n
m } c m � a� a� F- ,� � a`� ca Rs � cA Q � W rn � N W � v Q- o � ot5
p � � N � U � � d � � N � N � � ` � � � � m � 0 d � � 2 d �
C L
� � a -o a� o � E o m p� �, -a � m m a� � a� Y o.
c�a c"o 0 0 � � n fl. n a a o 0 0 0 'co c'�a m a�i rn a > o c�i � � � n. :° ° c�a
� � � z a. n= � a � � 'a. a � � � a� oc oC oc �c oc ac ac cn cn cn cn cn cn cn �
dl
�a
L
�
0
.�
�
7
LL
�
U
}
fn i � i fq fA fA tA (A i V1 .tn (A fA N ` ` f` fA (A fA N !A fi fA fA N ` fA N ` �
� � �. a.. L �. � L �. �. � L � � ►. � a... � �. � �
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � r
O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O
� d � � � � � � .Q � � � � .fl .fl .� � � � � � � � � � � � � .a � �
J J J J J J J J J J J J � J J J .�J J J J J J J J J J � J J J � N
T
C
O N U y �
:� O � �;I � pC O O C3 O C3 C3 C'J O O O O �
� � � Z oo co 00 0o co ao 00 00 00 00 0o co 0o U
c
U o
L �
� _
m.� � � t
F-
� N N N N N N N N N N N N N N N N N N N N N N N N N N N T r T �
L1. � � � T �
� � � � �
�
c � � �
U o 0 0 � ti � ti � ti � � � ti n � � � � � ra. ti ti � � � � � ti ti � � ti �
� U Y = m
O � •V =
i r r r �
N N W GI Q� � M M M � r � �'`� � � N O O N N N N N �
i } � ln OD OD 00 � O O 00 Lf) 00 � CO O') d' tn �t � d' N N � OMO � � � � OmD tn � �t d' �
� � T r O O O I� I� O T IC� O � O N I� � M N N T O T r T T O T � � �
Q � d' d' d' d' d' � M M d' � � CO CD I� I� f� I� 00 00 '�t � d' � M d' �t M [t � � T T p.
� Efl 4f} ffl Efl ffl Efl ER Ef3 f!3 En (� E� ff} Ef3 Ef3 d3 (f? EA 4f3 Efl b`? (� Efl E� Ef3 E� f!? Efl EA Ef3 EA EA
�
O
Q
a.
�
�
C Q.. a a a Q Q. Q. Q
O O O O O O O O O �
'a ^ O O O O O O O O d
V � d� � O � 00 O N � •�
_ � 'a v � ca co co ti t� r� 0
y �j o 0 0 0 0 0 0 0 0 �
� °� o r°i v � c°o � cCOO ti � �
C� � F- �
L
� � Y Y `1 Y Y Y Y Y `1 a N O O
� � L i � �- C — i
� � � > > � > > > > � > � (� i M
� � �
,; O
N N � ` ` U C � � O
O � � Q Q Q Q Q Q Q Q Q p � � � J
J Q
Q" � .n O N � N N N N N N � �p � Y � m
_ L O (A N tA tp fA fA (A tD !� tA C � Q ,C �„ C
� N N '7 �' fA N (A lA fn (n tA fA tn � C � C C +7
� � N N � N N N N N N f0 � �. � C
� � (�v0 .� O � O. Q n. d �. Q Q Q Q p� •- U oZS � � �
°� (n N � °' E E E E E E E E E c0 °' � � C Q �
a , o o � �j o 0 0 0 0 0 0 0 0 0 � a � � 3 '�
�
� � U U U U U U U U U C7 � � � J a- �
'-' O N N �' � � N � ` 1� � `1�� Y � � Y Y Y Y N � � -Q ... W C7
�� � � O � C C � p_ >O O O O >O O O O >O >O >O E C +.. � �
d E c0 C U U C" O > � � � > � � � > > > � N E O �s � Tc� O U cVC
� O � J J U U � N N N � N � N N N N N N S Cn L N d O � J :r U! cn
� � O d U U � � V m c c c C c C C C c c c � c f"-'0 N N C C Q .� C �
� � �° � f` � � � � � �' � � � � �' � � � � �' '> > � � � � c7 a = � �
�
� �
� .�
� �
� �
dI �s �
� 3 3
�
� � o
c c c i�
� c o 0 0 �
O O D U U �
7 � ` C
� � � N N � �
7
� � O O O LL
� � U U U V
(A fA ` N ` (� ` (A t` (` N i tA fA N tA ` (A (n lA N (` (A ` (n fn tA fA N f0 f0 f0 �
L. L L L l� V L L V L V l� L L L V L (p
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � �..� V V �
L V L L.. L L L L L V L.. L L 6. L L L L V l. V 6. L l� N UI VI
� � 0 0 Q 0 0 0 Q � � Q � � � Q � � � � � 0 Q � � 0 � 0 � � � � 0
� � � � � � � .a � � � � � � �c� � � � � � � � � � � � � .n � C �... C
�i � � � J J � J J J J J J J J J J J J J J J J � J J J J J J J J N
a
c c� ,� c
� d Q. d d d d 0. �.. � d d d �
U
� Z � � OD 00 CO 00 �0 00 00 OD 00 00 CO �
U
(n u� v Z o
� O � �
C O Q a> >
N U i }�1 T c S m � � r C7 U U U U CJ C� (� U U U U r
� fI1 � ` 1 C � � � � � L T T T T T T T r' N T T T M M � � M m � m m M M
(L � ] ; �-- N N N N N r
O �
a� � c�i � N
� °'
� `�
�
°' E � .'�°_ o ¢ i- � H- i- i-- o r� o O Q ¢ ¢ Q ¢ ¢ ¢ ¢ ¢ ¢ Q Q �
U o � —p �n �n co co cn co co u� co �n r� �n n r� r�. r� ti ti r� I� � r r� c°'o
c U Y = m
O � .V
� C
� N W G1 �l' h O M CO d' 1� 00 OD 00 00 � QO OD 00 � ONO N O� �j � 0�0 (O �I' �' (O (D CO �t � � �t0
� �' 1� O � CO 00 � (O . >
Q � � � ti (O O O �l' O � � � � � � � � M � cf � CO � l� �? ln LC) �V d' d' ln 11') � `
O � � V' N r M N N tn (.R ER Efl E9 (�? fA d9 EA EA Ef3 EA � f!} E!T ff} fA Efl ffl Efl Efl ffl Ef? EA ffl n"
64 69 (>? lf3 H9 Ef3 ff3 (�/)
�
O
Q
a
�
�
U
C
fC
t
C V
i:. �
�6
U �
N O
N
!0 �
O
C) 2 +-
� c �
O � �
� d � �
Q' �
� � 6 O
� � W O
U C
C �
� C O
� " U =
" � o `m o
c ••
� � a��i `m u� � � �
� � c � � n. � � � �
c - c
m a� a� a� m � � � c m a� a� a� a� Q O .rn � p o
J J � J y C C C C � J J J J J V � W � C � � >+
T T �- 7 C >. � 'V � � '� RS � L T �+ >+ >, T � � � � � �, �, fA U � N
C C � � t -�p C C � Q � � � -�p C C G C C V L (p N L V ,C E Q N O-
O O � f0 (� � � O � � a � � O � � O O O O O � cn m (0 ct'0 O � � 7 (� L
-, � � � � � � � c� w w � d t- � � � -, � � � ¢ Q m m m m m m c� c�
�
L
�
�
�
� �
� C
L �
~ � � � � i � i � � i � �
n. n. a a n E o 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 o n � � � � � � � � � � � �
L L L L L '� � �. � �.. � � �
(n (n (n (n (n Q y N N N N N N N N N N N �
o. Q n n Q n n a n fl. a
v v v v � W °� O O O O O O O O O O O
fn M (n W fn fA fn fn � � ++ �+ ++ ++ ++ a-+ w+ t+ a-� ++ ++
C C C C C � � � � � � � � � � C C C C C C C C C C C �
O O O O O C C C C C C C C d Q- � � � � � � � � � � �
�' c*-o t'a c}'a c}'u c+-a � � =a =o =o a � =a ,� p= � � � E E E E E E E E �
` n Q g o. n n n. a n a a v
� ° •� •� •� •� �� '� '� '� '� '� '� '� � otS '� '9 '� '� '� '� '9 '9 '� '� '� }
a� � � � � a ... C� C� m CO C� CO CO m N c
' Cn f0 (C R1 l� f0 L � � � � i � `- � O' Q' 6 Q 6 Q 6 6 O' 6 Q �
y � � � � � � � � � � � � � � ` > � � � W W W W W W W W W W W �
L � � � V � L. V L l. V L L V r
� � � � � � � � � � � � 0 � � � (n � � � � � 0 � Q � � � Q � � � Q
� � � � � � � � � � � � � � � � a. � a a a a d n. a a � d a a n. � N
a
�
C N � y �
0 U � O
a� .. � a. d � a n. a a a. n. n. � a. a a d a n. � � a. a_ a. a � � n. � � � a. U
C� y L ZI 00 00 CO 00 00 00 00 00 00 CO OD CO 00 00 00 CO 00 OD 00 OD 00 OD OD GO 00 00 00 OD OD CO 00 CO C
— � O
�
i 7
a1
�� � �
d M CU7 M M CU7 M M M C`� C� M M M M M M M M M CU') M CU7 M M M M M M M M M C`') �
LL � � � i0
�
� j U
�
� E � � N
°' E _ ° a a ¢ ¢ a ¢ a a a a a ¢ a a a a a ¢ Q a a ¢ Q a ¢ ¢ a a a a a a �
U o 0 o r� r� i• ti r� r r� r� r� r� r� r� r� � � r� ti r� r� r� � r� r� ti r� r� r� r� � � r� r� �
� V Y = �'
O � .0 _
C
� } W d N � N CO O 00 I� '� r ti O � N r OD O O � � CO W O N O OD N O N O � O j
CO 00 CD � � 6? tn d' O � � 00 (� O � d; � CO 00 � � �t CD [t � (O � CO d' 00 V �
� � � T CO T O � T � T T r O �
°- � � �.Tn v �°n u� �°n � � � � n � v � �°c� n n n �n �°n �°n �n � � �n v �n v �n � �n � a
O � � c� � � � � � � c� � c� � u� � � �» c� c� r� � es rfl cfl � � cfr � � � va E»
� �
o � o c
a � H �
� y � a�i � t
cn � m E � �
d E � c �
_ � a � o � °�
Q ¢ �> � N � O �'
� L > L C pJ �
� N �
d � � � V fO C � pj �"'
� Q N � � � (`) '� I- ,r � �
v E v � rn Q � � o c co �
m p�. � c � � T � � � '" �
> Q =p ? � � j Q- � c
� U N � �7 +-' �
� C � _ � � � O � 6 C +•
C C J � v � D O N �J N C
�
�i+ � 7 � O � m m � N (0 +U.. n. �
V � � � �r- �, � �� � j Q"
V � fA U p m 7 (� O Q C � � ��„ � 7
;n Q � � m � U a� T cn � o � � � c � � W
c s c � �
1° � rn E � ti � > `m I-° a�i � � a s � cn o �
V °o -� _ ° u' ° °o p � rn L � -o c�a � L � OC o ,
.0 m � � m � N m L � � V N � � � E � (0 V � � �
. � .� � .� s � � '� � y c � � � � U Q co Q � � O O o O
m
co != � � � c � °� Q � c C7 � Q " rn rn }. o0
cn � -o .. c �
� � F � y � � °o Q H � ° � a � � c c � �'= Y :� � o
� co � � o � ° � � rn a �-�- � °y' a o c� Q � � � co � J o
� - v o H o ~ 0 y �n � N � � o � E � � N � � � _
y C C � O � � fA � j� � 0 O C > � � �- 'D O J � � � � �
cYi N � O O � � O ~ ~ � � r � � m C 0 C � � Q. n. cd
� N � � N � I- I- � � r o rn � c � N F- - Q o N Y � � � c
� o �
Q- .� n o. � o o M c c °� � m ° � _ � � � � � � � � � � � � �
� � E E o ~ ~ � H I� � i� � � m �o � Q cLi c � o c � Y � � � 'o
N a i,� d d ` .? °o c°� O c°v � Q ti !�- � � _ � i � Q � �°.� � c � o.' w w �
y a� m a� m o ii c vi p � � � iri W � �ro �� �� c
� �.. .� �.. ., �.
Q N N � � � tA tA tA tA m i!1 fA N N W Y L i � � � � N N 'p � F- O
E C C C C C C C C C C C C C C fA V U N N O C j N Y Y � � � � � �
O O O O O O � fL0 t` (` N c� (� �0 (` � N � O O ' ' N C O O 7 c0 N O
U U U U U U U U U U U U U U U U � � 0 � � � W LL lL 11- C� C3 C� _ _ _
d
�
F� fA lp (A fA fA M fA fn fA (n fA N tn tA tA fA N ` fn .N_. ` ` ` N � i N ` � � N � C
` V L L L 6.. V 6.. L l� V L i.. L L
� 0 0 0 � � � � 0 � � � � 0 � Q � 0 0 � � � � 0 � Q 0 Q � 0 Q 0 �
++ V ++ Ir �+ 1� Y i� i+ rtJ ++ 1r M�+ rt+ i+ ir 1+ i� W+ �+ 1+ Y Y ++ i-, ++ Y Y Y Y Y •
l� f�0 � f0 C` (�0 f�0 f�C f�0 N l�0 N � f�C (L (� f�0 � � � f` � � (0 (�U (� (0 (� f0 f0 fd (�0 (0
N N N N � N � N � N N N � N � N � N N N N N N N N N � � N N � � fn
n n. a a n o. n n n o. a n Q n n n n n a Q. fl. a n n Q- o- n. n n n. n fl-
O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O �'
., �. �.. �.. .. ., .� ., ... �.. .. �.. ».. ., .. �.. �.. .. �.. �.. ... �.. .. �-. �.. .r .r �. �.. �a�
c c c c c c c c c c c c c c c c c c c c c c c c c c c c c c � c �
N N N N N d N N N � N N N � N N d N N G� N d N N N N � N � � N N �y
E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E �
a Q a n a n n n n n n n. n Q. Q n n n n n n. n Q. n n n Q n n n n o. v
•� •� •g •� •� •� •� •� •� •� •9 •� •� •� •� •� •� •3 •3 •� •� �� '� '3 '� '3 '� �� '� '� '� �> >-
6 Q 6 Q O' � O' Q 0" 6 � Q' 6 6 Q � C' Q Q' 6 � Q 6 6' Q 6 0' 6 Q' 6 Q Q �
W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W �
V L V L V L V L V \... V 6.. V l. V L r
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � O
3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3
O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O N
a. d a � a a a � a a � a. � � d a a a. � � d d � a � � d a n. a. � �
T
C N � � �
O �
a"i °�.' n. � � a � a. � a. n. � a. n. d d a. a � � a a a. a. � � a. a d � n. a d � o
� Z � o 0o ao ao 00 00 0o co ao 0o ao co 0o ao ao ao ao ao 00 00 0o ao ao 00 00 0o ao 0o m oo ao m ao v
(� y v Z y
L
� o Q y �
L c E
� � � � U (.) U U U U U U U U U U C� U C� C� C� C.> C� (..) U U U U U C� C� (.) U U U U h �
� ] y M M CO M O') C'9 M C'7 M M M M M M M C7 C`� M C`') C'J M C'') M C7 M M 0') C'� M M M M y
� � 0 0 � .
� c C3
N � U �
C � � � �
� E o :°_ ¢ a ¢ a a ¢ a Q Q Q a ¢ a a a a ¢ a a Q a Q ¢ a ¢ a a a a Q a ¢ �
m
p r� � r� r� r� r� � r� r� � r� r� � r� r� � r� r� r� r� r� ti r� r� r� ti r� � � r� r� � �
� o
� U � = m
� � 'U -
i C
� � w � O N �' � O O a0 O O O aD O) � N CO � N O 00 N N N N � N � N OD O 00 O OD •�
� } C� � CO � oD �t d' � � d: �t � oD CO CO � oD CO �t � CO (O (D CD oD CD o0 (O � � � d: � `
� T � OD O T 00 T O QO 00 00 OD T OD .- CO O T O O
O I �n d�' � i �fl �n � in � t� t�A tn tn �t tn � � � � d� '� �t �t �n �h �n � � � � � � a
E{Y Ei} EA H} Ef3 tfl Ef3 Efl H9 ffl Ef? ff3 Efl 69 Efl tfl f� ff3 Efl FR ER Ef3 EA l�? Efl 4fl Ef3 EA EA Ef3 EA Ef3
�
O
Q.
Q
�
�
�
N
L
f� C
O � �
C O �-
Q O m 3
Q
� � O � W
� Q (C 'a �
� � a=+ N C
N
� � 2 rn N � O
p � c � 00 �
m } o a�i °� o � '�
o °D pC a> °� �- °� c�a
w rn C� � � �� W
y � � . � V �.. � = a
� Q L � N
V � V m � � � � H �
C tq p � ` y i
O ` G *' _ � � L C V- ,p (� } r
O � '- C C
7 O Q ; Z � C ❑ O f0 fA � O 7 a�-' � - OG
� o O � co .� � c � -o o � � � � � Q o
�- F- otf m � ±� � s c �; � 1- � a� � � � x $ � Z` O
� o y �i ` � m � �n Q � � � .� c 0 g - c �
"a �° � m o � ~ � � � U � � � `o •- = � U
� vi � } � T > Z � o a� � Q- c C� � � � � g a� � otS
ro � cp co � -o � a> +. L ` � � > >' � = a> c° � c � �° � �
c 2 -o a� o, � � a� a� o a� � H cu g U n. � � � S n �
° f' � � a`�i °' � - � � �° a� 00 a: � Y � -� ` ° 0 E m x °� � ° �
� o .� .°'c � c > ¢ c m � � � � w �° � � Q rn }? Z ° m ~ � o � a o
o a`> N > co a� vi � N m ° � cu � � � C � U
a n O O O � w > F`- uQ"i o o � � _ � m � 0 m � 3 ° c � � _ � � N
c a� a� U
c � i - � � � � �a � d d �' �.. � � m > 0 o a. y �_° � Q o � a ' ^ U a� m
� •c � � N :� � � p` �, ,c a� Q � o a� °� � y a Q
N v c�o ro c-°a c-�a c�a c°� °? � ° ° � 0 � a� > a� � u� 3 E � E m ca `m a� o � c`a c�
2 2 J J J J J J � � � � � O O O � a. 0.. d d 0-, C� � � � � � � fn Cn (n
d
'�
i
I� fA fA fA fA fA fA fA (A fA !A N ` ` N ` ` (� N ` ` N ` a�.. N � a�.. � � � � � �
L L L. ►. L� f� L V L. L V V C
� 0 0 � � � � 0 � � 0 0 � Q � � � 0 � 0 � � � 0 � � � � � � � 0 �
�+ i�+ ++ �1�+ i-+ Y 1+ ++ �+ �+ 1+ Y ++ +� i� ++ ++ Y ++ ++ � ++ ++ +� ++ i+ �+ ++ i� 1+ ++ i+
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � (d
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �
Q� Q� �. Q Q. Q. Q fl. Q. Q Q. Q. Q� Q� Q. �. Q Q �. Q. Q �. Q� Q �. Q �. d Q Q fl. Q
O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O
Ir i� �+ i+ t+ 1� ++ i+ i� �+ 1+ Y Y Y i� i� Y i+ 1r ir Y Y Y i+ 4+ Y �1-� ++ ++ Y ++
r... C C C C � C C �... C C � r.. C C .�.. C C C C C �. C... C r.. � C C C C C C .
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �
a n n Q. a n Q. a n a a a o. n n n. a n a n a n n. a n a n n Q n n n V
'� '� '� '� '� '� '� '� '� '� '� '� '� '� '� '� '� '� '� '� '� '� '� '� '� '� 'S '� '� �� '� '� >-
�' �' 6 Q 6' 6 6 6 6 Q �' Q 6 Q' Q 6 a' 6 � Q C5' 6 Q a' 6 Q 6 6 a' 6 6 6 �
W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W �p
L L L L 6. �.. L. L L L L L L V r
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � O
3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
a � a. � a � a. a � a. � a a. � a a. a � � a. � � a � a d � d n. a. a a. N
T
C
C N � N �
O �
a"i :: � a. a a � a � � n. � a. � a. a n. � n. � n. � � a. � a. � � a. d a a. a �
� � � ZI ao 00 0o ao 0o ao ao 0o ao ao 0o m ao 0o ao 0o m ao ao ao ao 00 0o co ao ao co co ao ao m ao c
_ U o
N
i � 7
�� � �
� M M CUO lU M M M M CU7 CO M M M C`�') M CUO M M M C� M M C9 C7 M � M M � M � M O
LL' �+ p � d
L ' 0 �
� j U
C � � � N
°' E _ ° a a a a Q a a Q Q a a a a a ¢ a ¢ a a Q a a a a a a a a a a a a �
U a o o � r� n � i• r� r� r� r� � r� i• i• ti r� r� r. � r� r� ti r� r� r� r� ti n r� r� � � ti �
� U Y = �'
O � .V =
L
w T � � 0 � � � � � ap � N p � � N O O N N N O � O N �;
� � � 0�0. � CNO. � O�D � � O QO 00 '�t � O 00 � '� � QO � � N 00 (O d: � f0 (O (O � 0� � � �
Q � T O W O T T N M T r r O M T O O T � T T CO � � � � � �
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �» � �» �» a
�
0
Q
a
�
�
�
�n c
c o
H ~
U
U —
�
+�'.• y N
O � � � U
F �- p C
U I.�f) V � L
C a" � N �' �
� � fA � C C �
l�4 � � M � � O >
C> T
� � U � U U �O . ; O
N > � +� ln N � p � 7
� � � � T � � � U C �
� C � p � � p�j ro Q Q F- � � O
O Q � M j '- pp �+ N O d �
� -Np � N � > > � ~ O � � � �' 00
� ., � � F- O O � � U �' +. 6 O
� � vi iri iri -�a °� � ° a a � � w o
� +, o ai a� a� a� a� � � � c >. � c
�' p- � 'L L � L .�C � C � � � � � ^ U� O
Y U , O
m Q a � � cYi c'�i cYi cn � in Y > j � E `o m o
W •� m N cC c0 c0 � O � U . . � :.:
N � m m m m � � (� (� '�6 a (ti N � � Q � N
p i LjJ O L ` " � � N N ~ � ` ` �y �- � N N v � Q
Q- � ,r�._. � (�0 � � (*'C � 'O E > N N d _ �- N N
� N y Ewoa � 'oo � oQ ° � � o 0
= � � > > > > a� n •� �- ca o
� w � W w w w w °- ~ a� � � � � � o c° c� •� � W `� u � � � �
� � m ° _ _ _ _ E -�o � ao U n � U U � o- � � � � d �, � � U � � �
p_ U V N N N N � � f0 � N N a7 U Y Y � N O V L n .� V U Y O � � Q n.
U U> L L L L L L Q �- � O O � � i � � � O � N � �3 N O � � 7 (O L O
cn cn cn cn cn v� cn cn in cn cn � f- i-- � E-- � � � � ¢ Q m m m m m m c� c� c�
� a� � � a� a� � a� � � a� a�
a u a a a � u a m � � o
� � � � � � � � � � � �
� � � � � � � � � � � �
a� a� � a� a� � a� a� a� � a� a�
a�i m m a�i m d a3i m a�i a�i m �
� � � � � � � � � � � �
-o -o -a v v -o -o v � a -o �
c c c c c c c c c c c c
� � � > > > > > > > > �
0 0 0 0 0 0 0 0 0 0 0 0
m rn rn rn rn m rn � rn rn rn rn
a� a> a� m a� `m `m a� `m m `m a`>
d � C C C C C C C .0 C C C C
� � � � � � � � � � � � �
�
F' N ` fA f� (� !A ` M fA fA fA fA (A fA (A M (A f� fA ` fA ` N i f�l tA ` f` ` �1 ` `
O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O
++ rt+ Y �F+ Y Y f+ Y i+ Y ++ Y Y Y i+ ir i+ rt� �+ � Y rt� �+ Ir 1+ Y Y �+ i� 1+ ++
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �
L, V L L L L L L L L V � � � L
� � � � � � � � � � � � � � � � � � � � � � � " � � � � � � � � � �
n n a n. a o. n n. n n n. n a n a n n o. n n n a a a o. a n n. a n n a
O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O cQ1
++ �+ O+ ++ Y Y Y 1�+ Y Y ++ Y Y ++ Y Y �+ Y Y i+ �+ Y ++ ++ Y Y i+ Y Y Y � �
C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C �
N N N N N N N N N � N � N � N � N N � N N N � N � N N N � N N � �y
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �
a n n o. n n a n a n Q n n. Q a a n. Q. n a a n a n n. a a n n n. n a v
'� '� '� '� '3 '� '� '� '� '� '� '� •� '� •� 'g '� 'g '� '� '� '� '� '� '� '� '� '� '� '� '> > �
Q 6 6 6 6 Q Q' U Q' 6 U � � Q 6 � 6 Q 6 0' 6 Q 6 � Q Q' � 6 O' O' 6 6' �
W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W �p
L �.. 6.. L 6. l. L V V � V V L L L L L L 6. r
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � O
3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
a � a � a a. � n. a d � a � � a � n. a a � � � a. � n. � � � � a. a � a
�
C N � y
O
a"i :: � � a. � a a. a. a a a � a. � a a a. a � a � d � � n. n. a. � � a a � � o
� � � Z oo ao 00 00 0o co 0o co co ao ao co 0o co 0o ao ao ao m ao 0o ao ao m ao ao w ao co 0o ao 0o v
c
i �
�r c E
� � � � U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U U
� � y M M M M M M M C� C'') M M CO M C'9 M M M C� M M C`'1 M M M C7 C'1 C'1 C''� C� M M M `
i � � O N
N
N � U �
C � � !p
� � _ :� a a c ¢ a Q a a Q a a a a a a a a a a a a a a ¢ a a ¢ ¢ a a ¢ a �
0 0 o i. i. i. r� ti r� r� r� i• � � r� i• r� r� r� r� i• r� r� r� r� r� � � r� � r� r� r� r� � �
� U .� 2 �
o � i �'
C�iC � W N � (V pp O 00 (� � r 1� O � N 00 O O � � OD 00 O N O CO N O N O � O 00 O ��
� �' � OD CO � � � � � O tn � 00 CD O � � � 00 CO � � � t0 d' � CO V' CO � OD �t � d: �
Q � � CO O r O C�1 N CO M r OD M O r r O O CO O 00 r 00 � T T O d
� � f� f� tfl 6S ff-? d9 4fl ff} ffl EH ffl d9 Efl� S� tfl EA f!3 Ef3 fA EA fA fiJ d3 ff? b�? f!? f19 69 E!> f!? U3 H3 n'
Q- � N ~ d
�- � (n C � �
� � � � C f0
d � V O �
� V � f Q
O
_ � Q � N � a�
n. Q � a� � >
r � O �
E �. � E c � -o
� � V N m C o� �
Nd N � � � � � � � �
� � �i' � � Q Q � p C � �i'
N = H C 'a *= I— � � �'
�
� � � 7 V � m � > �- d�' C
�, c � v � •� O 0 '7 a. �
C C J � � � m m � � C
� � � � W
� C
� L fq L � O "O "a � � Q � � �- �
w � N (0 m m U L � y Q 7 H � +N.' � LL Q
� O c � � c � O � cn c � m
�
�0 � rn E � ti � 0 � I-° a�i � L o � °� c� o �°
o .o o -a � cn � E }, co
V ° a� _ °o � �°n o t � rn s � -o c°a � � � o
� m � i m T N m U � � T U � � � � � � U U f�
7 � � � � ti. � � � C � � � � � U Q (,� a Q � � Q � � C'
� � H � N � � o a �°. � o � o. � p c c � � � � � U � o
� c`�v p � o c � M � � Q � � � Q � co Q � � � ca ca J � o
o � -o o f- o � �n � � o E - m > > > - -
� � °> � o � °o � o rn o � c � � 0 ~ °� 3 O � m � � � = =
� � o � N °� o o � ° o ~ ~ �' rn ' � � m c o � E � a a � 0
� Rt g � a> � H H � L r o rn � c � m � = Q o y Y 3 0' fl' c c
� i � > (A N p � �' r N U � � � C � y � � (0 � � 7 O O
E � °' °- � o o �° � c � � o� � �� _ � a� � � L � � � i � � � � i
� � > > ° o o � ~ � � � � a�i m °� °� Q s v � o a � Y 3 a � � �
� i� a d � � o o > N � � . r c p � rn i c�a � � °o � �� � d w w � o
m � � � � �'= cv O v Q ti H 'rn � p Q � M c a� - - - ca ro
N N N N �' � fA fA N fA lA !A (A fA � W Y d ` � p� �,O C $ � W V � � � C C
� � N � N N N N � N N L U `- O C RT L � N '� O O
C C C C C � (CO CC`tl (� f0 N (0 f0 (0 7 U � N N _ _ > fA ` Y � � � "� "d .` .i
O O. O O O N N O O ' ' � C O `p � flf fU O O
U U U U U U U U U U U U U U U � 0 � � 0 0 W l� L� LL. C7 C'3 U' 2 2 2 2
d N N N N N N N N N N N � N � N N N N d N � N `N N N N N N d � �
t0 c0 c+�0 � c�6 N c*'0 c+'0 N c*�6 c+�C c*�0 N c�0 cy0 c�G N N S cLS iSf c+�0 Rf N N � � cC N cU cr0 �
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �
c�S aiS c$ o2S otS otS otS otf o2f oZS o2S o2f a25 o2f otf otf atS oZS a2S o2f oZS otS o2S oZf o2f oZS otS oi5 otS o2f otS o2f
V V l� L� L l. L V L V V 1. L L L L L L �... \..
3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 � 3 3 3 3 3 3
a� a� a� a� m a� a� m m m a� m m a� m m a� a� a� m m a� a� a� a� m m a� a� a� a� a�
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �
-a -a -o -o -a a a a -o a v -o v a � a v � -o -o a a -a -o -o �o � -o a -a -o �o
C C C C C C G C C C C C C C C C C C C C C C C C C C C C C C C C
7 7 7 7 7 7 7 7 � 7 7 � 7 7 7 7 7 7 3 7 7 7 7 7 7 7 � 7 7 7 7 7
O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �
L V V V V V V L V L V L V
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �
mC C C C C C C C C C C C G C C C C C C C C C C C C C C C C C C C
� � � � � � � > > � � > > > � � � � � � � � � � � � � � � � � �
f' fn ` fA tA fn fn N y fA N fn tA N N fn ` f� ` i �i ` � ` i (n N fn fA fA i ` `
O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O
i� 1+ �+ Y ++ ++ ++ ++ ++ Y ++ ++ ++ Y Y Y ++ ++ ++ "�
c� m co ca ca � c� cv m m ca ca � co � �S c� � � iv ia i� i� io i� m ia co co ca co ca �
a`� a`� a� m a`� a� a> a� a� a� a� a> a� a� a� a� a� a> a� a`> a� a`> a� a`� a> a� a� a� `m a`� a� a� u�
n n. o. Q. n. n n n n n n n n. n n n a n Q n a a n a n n n n n o. n. a
O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O
Y rt+ �+ Y Y Y ++ t+ t+ 1� rt+ ++ ++ i+ Y Y �+ Y Y �+ �+ i�+ i+ t+ 1-� rt+
C C C C C C C C C C C C C C C C C C C C C C G C C C C C C C C C j
N N � � N � N N � N � G� � � N � N N N N N N N N N N N N N N N N iy
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �
o. n. a n n n n fl. a a a a o. n. n n n n a a a n o. a a a n n a n n. c. v
.� ._ .� .� .� ._ ._ .� ._ .� .� .� .� .� .� .� .� ._ _ .� '_ '� '� '� '� '3 .� .� '� '� '� '� }
6 Q � �' Q' 0' � Q' C3' O' Q �' 6 Q 6 6 � 6 O' 6' �' Q' �' a' a' 6' O' 6 6 Q 6 0"
W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W �
L � � �. � .. � �. �. �. ... �. �. � � � � � � � ... � � r
N N N CJ � N N N N N N N N � N N N N N N N N N N N N � N N d N N �
O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O
d d d � � Q. Q. �.. d Q. d d d d d d � � d � d d �.. Q. �.. d d d d � d d N
a
�
C N � y �
O �
� w 0.. d d 0.. � 0.. � d d d � d 0.. d d 0_. a. d � d � d d � �.. d � d � d d U
� � L ZI ao ao ao ao 0o co 0o ao co ao ao m ao 0o ao 0o ao co 0o ao ao ao ao 00 0o co ao ao ao ao co co c
— U O
y
L � 7
�� � �
� ] d M C`U') M M CU'J C7 M CU7 M M M M lU M M M C'') C� M CO M M O') M C') C7 M M M M C� C'J �
N
1 ,�-+' O O �
� C U
�
C � � � N
°' � _ :� a a a a a a ¢ a a a a Q a Q a a a a a a ¢ a a a a a ¢ a a a a a �
U o 0 o r� ti � r� r� r� r� r� r� r� r� r� � r� r� r� r. r� � r� r� r� � r� r� r� ti � r� r� � � �
� V Y x �'
O � •V =
:� �
� } w d N � � O O 00 O O O OD � 0) N 00 � N O a0 N N N N � N � N CO O OD O OD ;
� C� (� �t OD cf � � � � � 0� OD OD CO � 00 CO � � CO CO CO CO aD CO a0 CO � � � d' � 00
T aD r' W O T O T N
O �I r � T O �-
� t� Lf) ln ln ln L17 Lf� l� ln 11') lf) d' ln L1) d' Ln lf') � � d' � L(� C1' lf') [t � Ln l� l!) Lf� 11')
Efl Efl Efl K) EA fA E� EA Ef3 ER d3 ff3 (fl' ffl ffl E� f!? EA H} E!? EA ffl' H? EA fR EA EA fA Eft fA EA E�?
�
O
a
Q
�
�
'�
N
L �.
� �
� ° o.
c ° pp a,
N a%-i Q F' W
� a co -a °�
c
w � � �? N o
v
� c i m �
o co � m �n .,
�' � L
i.1 � � � j� F-' � (�p
L
y � � � � ~ � _ -p �
H � v � � Q � C m O
� � � �
V � � m � � o a� �' � � c �
O c *' _ °tf � t � �' � � } y O
� Q ` � � C 0 O (�0 H 7 0 .� N tn "� m
� Z -p U1 O O � +� _ �0
C O � ca y rn m � � � � �- pC � � Q �. O
� ,� [p � � •� L = � � � � L � `N O X $ � �, � O
y `� cn y Q �n co �3 c � '� ca
O u� -� ` �p p �C F- � d. (� 7 C � O �' - = U 'd
� O Uj � N
� � } c n c�i Z �- � � ,,,, Q c U s a � c�d � `m � otS
� °D CD -o a�°i � 0 � a� a� � o a�i � •- H c�a � U °- c�a c p � n. m o
~ a��i a��i � � �� Q � � � � L m � � � Y Q � � Z � a� IL— � o � d o �
� �.. ., �.. .�-
.°fl > > p d w °� t° a o o � � ° °o m � o c�a � 3 ° �°c � c�o � o ii V c�
� > �. y ,r ... a = -o c a� a� U = m `
� � � � � � � m � d d � : m � °� � O o � v, � °� Q ° � �= �E U a� a� a�
�� m `m a� m a� E •c N � Y N :o s � p` ».. .c � a � o m � `m u� o `� caa c°�a ca
v c�o � � c�°a m c°� � x o o � � > > c�a °� � o o > > a�i Q' o 0 0 0 � � c`� �
2 .° � J J � J � � � � � O O O � � o- � o- d d � OC OC OC � OC c� c� c� cn
m a� `m a� a`� a� a� m a`> `m a� `m a� a� a� a� a� a� `m a� a� m a� m m a� m m a`> a� m a�
c c"o m c�o c"a ia c"o a m �s c"a o u c�o o c�o ia c�a m o a c�c o i� m ro � c"a c�u m a c"o
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �
a� a� m a� a� a� a� `m a� a� a� m a� m a� m a� `m a� m a� `m a� a� m a� a� a� a� a� `m a�
a�i a�i a3i a�i a3i a�i a3i a�'i m a3i a3i a�i a�i a3i a�i a3i m a3i a�i a3i a�i a�'i a�i a�i a�i a3i a�i a�i a3i a�i a�i a3i
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �
a a -o v �o v a -o -o � -o v a � -o a -a � -o -o -a v v -o -o -o -a v -o -a � �v
C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C
7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7
O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O
i � �. � ... � .. �. � �.. L �. �
� 0I � � � m � � � � � � � � � � � � � � � � � m m m � � � � � �
N � N N N d N N � N N N N N N N N N � N N N � N N N � N � N N d
� C C C C C C C C C C C C �C C _C C -C C -C C C C C C C C C C C C C C
�I � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �
~ i N i N � y � � N � N i � � � � � � i � � � � i � i � � i � y i C
O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O
Y rt+ �Y ++ �+ Y Y ++ +, ++ Y � M�+ i� Y i� ++ i� � rt+ rt+ Y 1+ 4� +� ++ �
� c� � c� c��u co io � co � c� c� ca c`c co c� m ro c�a c� a c`a ca m c� m c�o m % m c� c� m
a� a� a� a� a� a� m a� m a� a� a� m a� a� a� a� m a� a� a� a� a� a� a� a� a� m a� a� a� a� in
a a n n n n n Q n n n a n a n n Q a n a n n. n n a a a. a a n n o-
O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O �'
++ ++ ++ ++ Y ++ �+ �+ rt+ ++ �+ Y ++ Y ++ Y Y i+ Y ir Y Y Y F+ i� Y �
C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C C �
N N N N N N N N N N N N N N N � N N N N � N N N N N N N N N N N �
� � � � � � � � � � � � E � � � � � � � � � � � � � � � � � � � �
n n a a o. n n a n a a n n. n Q Q Q n n n a a a a n n n a n. a a Q v
.� .� .� .� ._ .� .� •� •� •� •� •� •� •� •� •� •� •� •� •3 •3 •� •� •� •� •� •� •� '� '� '� '�
�' � Q' Q Q Q Q' 6 a' � a' � � LT � U Q Q 6 � 6 � 6 Q Q' 6 U Q 6 Q' � 6 �
W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W W �
V L l� L L L. L L. L l. L L. L V. L V L V L 1� V. L T
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Q
3 3 3 3 3 3 3 � 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 � 3 3 3 3 3 3
0 0 0 0 0 0 �° � �° � d �° � d° � �° d° d° d° d �° d d° d° a° �° a°. a � �° d° d N
C N � �
O y
+- O N �% 0.. d a. d 0. d d � d a. d d 0. d � a. d � d o
� � � Z oD o0 0o co oD oD c0 ao 00 co 00 00 a0 oD a0 a0 ao 00 00 U
c
� �
�= c yE M T �
�
� � � y. U U U U U U U U U U U U U U U U U U U Q Q Q Q Q T T P" T � r W y
� � ; C') M M C'') M M C� M M C9 M M M M C'7 CO Cr1 M M � � � � � � T �
�' O �
� 0 ai
a`) � �U N
� � � � �
U o o '� � � � � n � � ra. � ti � � � � ti � � � n � � � � � � � � m
� 0 ro
o � � = m
�
� � W d OD N CO � O d' � � O DO r � 00 O QO � N O r M � 00 I.f) � O (O O CO O M O =
� �' � Cfl � OD � �t O CO OD � � O OD � [t � 00 CO ct � I� N CO � CO t!) ct O O O 00 CO �>
� � O 00 O T � N M T O (`7 � O O CO T N O T 00 00 CO I� � d' 00 CO f� '� �
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � E!? � K3 � � 0'
�
O
Q
Q
�
�
�
fA C
C O
H ~
U
U —
Y
i-�i N Q�
� C
� � � O
U t� V �
O
C � � N f-
O � (n m
::. � �n c c
� r o M H � �
:� ~ � U U O
N U H m >
.�.. .f:.
U � � '- � � H O
� �
C
� � O `' � � fA Q �
O M 0 Q. � �'_' (
� ILUO � � > > C m H' � o n.
� � � H O O � � s � � o0
U
rn ` p � � O
� +' � N N � N � N � O "C Q C O
n � � O O O O , � 2 � � �
L L L L
�7 � V `1 Y `1 `1 V .0 Q � — N � N
W Q' Rf (U (0 (d (0 � p � Y > j (d al � d
6 m m C� CO C� � ►. � r (UU (A � `- � � � C
fA LLJ `p i � - " N � � � F- C � � LL � U � O
+. O O O O 'p � _ � �
� � j N N N c�0 � � � u1 � Q � � N � C C�
c c � > > > > � n . .-. � O O o � a� c � a� a� a� a� a� a> m m
m p� X cc°� c�°.� c`�.� cc°i � � � Y c � � c c � � a�i c°�n n E E a�i ai a�i a�i a�i N N a�i
W � W W W W W � � � 7 � � � � � ro � J • _I J J J J J J J
m U o �
V U > > ] > > p N � � � N U Y Y � � O C T W ~ ~ C C C C C C C C
Z o 0 0 0 0 o n. � � 3 � c c o � �° m } � m o� m m � � � � �
d L L .0 L L L • fl. 7 p p � � � � � L O O fl- � � � O O O O O O O O
cn cn cn cn cn cn cn �n cn cn � � � � f— �-- � � � � cn � � � -� � � � � � � �
a� � � a� a� a� a� a� � � a� � � a� a� a� � a� a�
�o o �a � �a �o m o o �o a a �s m � �o �a �o ro
� � � � � � � � � � � � � � � � � � �
� � � � � � � � � � � � � � � � � � �
� � � � � � � � � � � � � � � L �
a� a� a� a� a� a� a� a� a� a� � a� � � a� a� a� a� �
3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3
a� a� a� a� m m m a� a� a� a� a� m a� m m a� a� m
� � � � � � � � � � � � � � � � � � � N
a v -o -o v v -o -o -o -o �a v v a -a a -o -o -a �
c c c c c c c c c c c c c c c c c c c •�
> > > � > > > � > > > > � > > > > > >
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 �
� � � � � � .. � � L � � s
rn o� rn rn rn m rn rn rn rn rn rn rn rn rn rn rn rn o� � � � � i o
6.. V V V V L. L V V l� L L
y v v -°�o -°�o � -°�o -°�a -o a � -o -°�o a -�o � � � v � E E E E E �
�p c c c c c c c c c c c c c c c c c c c
L > > � � � � � > > > > > � � � > > > > E E E E E c �
� L N V v L�. LN.. i i L L L L L L L L L L L � � r r r �� Q
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 °� °� °� °� °� ° c m y o
.«. ,r }. w. .. ,.- t. }. �. �. ' o � ._
m ia �f c`o cn ca c`a io i� in � � c`o c�o N co i� � � F`— I`— I` H I` � o � c�o n n. y �
N � N N N N � N N N N N N � N G> � N N N N N � d p y � � 0. cd c t%�
Q d Q �. d Q d Q Q d Q Q Q Q Q d Q O_ Q
O O O O O O O O O O O O O O O O O O O C C C C C V � � Q {_' l0
�+ a+ �+ �+ r ++ ++ ++ ++ ++ �+ +� r y+ r-� ++ ++ �+ ++ � � � N (` � � � � •V � .
C C C C C C C C C C C C C C C C C C C Q Y Q 2 2 � ' a'
N � N N N N N � N d N N d d N N N N N N N N � N otf •V (C N C G N (NO Ll
� � � � � � � � � � � � � � � � � � �
a a a n a n a a g o. n n n n a n. g g. n U U U U U c m U U ❑ � w C7 �
'� '� '� 'S 'S '� '� '� '� '� '� '� '� '� '� '� '� '� '� m m m a� m o U
O' Q' Q 6 U 6 Q' �' Q' a" Q � Q Q 6 6 Q 6 6 C C C C C
W W W W W W W W W W W W W W W W W W W J J J J J � � � � � � � � �
N N N N � � N � � � N N N N � N � � N d N N N N .� a � � ;� ;� ;� ;� �
3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 w �n v� �n v� �n �n �
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o a� a� a� a� a� a� a� a� o
� � a � � n. � � � a � � a a a � � � � � � a � a oc o� oc oc a� a� a� oc N
T
�
c cv � o
� Z � pl a
c
U� tn � Z �
rn o Q d M� �./� M M �
L C � W Z T T � T T T ` T T T � W W W W F'
U L' r T T T T T O O T � T N N N N N Q
'� � � � T T T T T T � �
L ` ' �
1 Y O O �
N C U �
�
�
U � � a � � � r � � � z � � � � � �
O � �
C U Y = c°'
o � c? —
i- r O M t� O M O � N M � h 'ro
� } LL1 41 O O O !� O �t O O I� O � 0 � � M � � O � � M tn N O O � O O N (O O M �
� � f� O � N d' CD T � � � � � � r r � �r � C7 � (O N N ln � M l[) � �
Q � OD O I� OD O CD T ct 00 � 00 � T M C7 CO
O �j r N N r N N d' r N N � � ffl � � � 6�-? (fl Efl Efl E!? (fl (fl � Ef} E� lfl � �? (fl Ef? Efl a
f!? Ef3 ER E� Ef3 69 Ef3 Efl E!> ff3
�
O
Q
�
�
�
C
O
'r+
lC
U
w
.y
N
l0
V '
� O
' � O
�
� _ O
p_ � fl- C _ �, O
O � � O �
L tn L VJ Q� —
� � � a � N
O C � (A C
'6 � �p C .- C N
N m � O O � � Y
� •� +� N
> > > > > > > > > > > > > > � > > > > > > > > > � > � � N cC Q
a� m a� a� m m a� a� a� m a� a� a� a� c� a� a� a� a� m a� a� a� a� m ° m .� a� � a Q
J J J J J J J J J J J J J J += J Y J J J J J J J J � J Q � Q Q
A >. T T >+ >. T >+ >. >+ T A � T _ �+ � T >, >. >+ T A T >+ y >+ fJ� N (� f0
N N N N N � N � � � N N N � N � N N N � � � N N � N � Q
C C c C C E � E � E E � � E �' i N E E a�.. E E E i E � �, (� U U
> > > > > > � > > > > > > > ' � � � > > > > > > > U � � o N n Q
0 0 0 0 0 0 0 0 0 0 0 0 0 o N o 0 0 0 0 0 0 0 0 0 0
� � --� -� � � � -� � � -> � � -� � � 00 -� --� � -� � -� -� -� Q � U 2 � (n (n
�
U
C
f0
t
U
N
�
� C
C � .--. � �
O N � � y d � N N �
�, � .V V � � a � � �
=p � .-. +`+ i ?� fA fA N (A N
V > 7 7 7 7 7
d y � O ` N � U � � � N � � 0 � 0
�I p � U � L � w p C Q C � � � � �
C O
� V � Q Y y v N C � O U) U Z � .�? O O O O O C
Q. � a o� � �. � C Y lL � W Z 0 0 �n $ t � U c*'.� U � °-
a � c c� � `o a� a � i � •� � ° � i � � � �
� y � ° � J � � � � � i � � � � � � � � n i N v� N o,
c c c � c �
° a� � � � a� � °o Y � n°� n°� � Y °_ N y � � � � ° U U U U U
� ° � � � � a�i � C � � � � � � c c � li ` � � � m � N N a� ii
N � t0 (� � d L O Q � N d � otS �S °� T y N O) N � C C C C C �
C J � d n. � fn fn (n Cn I— F- F- m � .N.. J � � C O n- j J J J J J U
N (0 (C (0 t0 (0 f0 (d f0 td N (� (� � C N � +' U- � N '� N N N � N �-
c c c c c c c c c c c c c i y � � � cYo �p � a� � � Q T E o 0 0 0 0 �
N N N N � N N � N N N � � � 7 � � U Y O � L L L L
:O ;� :D :O :O ;� ;� ;a 'O :6 � � ;0 w�- � � �p. C C � t0 C � C � � d N N N N N �
(A N fA N fA N fA fA <A (A fA V7 tA O O N �
r� rY T IY f�Y T � fY f1' f1 (Y � � � � (n Cn (n Cn Cn fn (n Cn Cn (/� U� H f- �- �--' � H N
C N � �
O V d O
C��6 z ,a-�_� p OJO OJO OJO U
� � U Z o
L `
C� O Q d
�
•� U L � W W � W W W W W C L W Y Q Q T T �l S T T T f
_ � � � N N N N N N N N r � r r C9 M M N �
� � d
� ;�' � � N
N j (U �
C � � �y
� U Y Z � � � � � � � �an tn � � ti 0 0 O � �
o � c� �'
L
� � w 4► � N N � CO N M � M C9 (O 1� h M M T T M � O
� � O (O CO CO CO ct � � � d' I� N � O N N � � � � O .j
Q � � N N 00 � � CO N � t!) h 1� 1� 1� I� I� � I� N OD �
� � 69 � � f� E� bN4 Ef3 b�4 Efl � d> � � � d9 EA &�9 69 U3 E�? fA a
�
O
Q
Q
�
�
C
O N
� V N
'~ � C
O =
uyi U o
�0 " U
V �
.o " o � °� '
O N m � O N C
� = v Q � 'V �
n.
L � � � o �
0 0 0
% c�a � m � � U �
� � c
N N U !A
Q. d C C 'C � y � �.
O O � � c � } 'o N N
a�i a�i �°n Q � F�- � c� � 'c� � ro
E E �- �� co �' c
Q Q � E
._ .� � 3 � � _ > o � � Q
6 O' C � C j. N � N N 0 I— Q y � �
� N N (� J (n ~ E N N N x X U U V X �
C C C C J J J 7 � �
r � t �� 'v�i � '� � a�'i a�'i � a�'i � � ~ ~' � � o `_
aQ"i a�i a°'i a�i a�i a�i a�i � c c � � s L °. n. '- � +.. �
I� H I� H H I� I� H � � ii � Q Q 0 � O 1`- � O �
fA N !A
N N 41 N N N N N `' `.
'O '0 'O U 'O � "� "0 � d N
� w-N. aN-. ay-. +�+ � ry-� � +� I—�0 l—�0
y 7 7 7 7 � 7 7 7 i C C C
�I � � � � � � � 0
~ o 0 0 0 0 0 0 o N Q a a c
. E E E
c > > >
U U U U U U U U LL � d � �
� � � � � � � � C C C �
y y y y y y y y N � O O O (n
O O O O O O O O � n p� p� p�
U V (.) U V V V U N � a`-. �.`. � i �
N d N N N � N � � H � — — �y
c c c c c c c c o otS o ` i ` y ` ` otf otf otf �
_I J J J J J _I J � ,,,, N cq y U
C C C C C C C C � N � O � � �> > > ,> N N N �
.� .�c t s t .c � � � a�i � V � � � � 0 � — '� '� �
Q �. fl. n. d d d Q � fn � V Y Y Y Y 1 Y � � �
N N � � N � N N �- '•K U U U U U U — — — �
� � (d 7 7 7 7 � 7 N N N
� � � � � � � � � � � � � � � �` � � � � � N
Support Operations Center—Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 SECTION 01 0000
2 SCHEDULE OF DRAWINGS '
3 GENERAL
4 A0.00 PROJECT INFORMATION SHEET
5 CIVIL DRAWINGS
6 C1.0 YELM TRANSPORTATION FUELING STATION SANITARY SEWER PLAN
7 C�,� DEMOLITION, GRADING, EROSION CONTROL, 8�SITE PLAN
g C1,2 SEWER, EROSION CONTROL,STORM, AND RESTORATION DETAILS
9 Cl.3 EROSION CONTROL NOTES & GENERAL NOTES
10 ARCHITECTURAL DRAWINGS
11 A1.00 OVERALL SITE PLAN
12 Al.O6 ENLARGED FUEL ISLAND PLAN
13 FUEL ISLAND ELEVATION, REFLECTED CEILING PLAN
14 A1.07 DETAILS
15 STRUCTURAL DRAWINGS
16 S1.01 GENERAL NOTES
17 S1.02 GENERAL NOTES
18 S4.04 CANOPY FRAMING
19 ELECTRICAL DRAWINGS
20 El.l ELECTRICAL SITE PLAN
21 E1.2 ELECTRICAL LEGEND
22 END OF SECTION
2010-16/YCSFuelingStation Bld -�1 ����- � SCHEDULEOFDRAWINGS
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 SECTION 01 1000
2 SUMMARY
3 PART 1 GENERAL
4 1.01 PROJECT
5 A. Project Name: SUPPORT OPERATIONS CENTER- FUELING STATION.
6 B. Owner's Name: Owner (Yelm Community Schools).
7 C. Architect's Name:Architect (Erickson McGovern).
8 D. The Work consists of complete construction of the following:
9 1. Instail a compiete fueling systems based upon materials and equipment supplied by the
10 Owner's vendor under a separate contract, as shown the drawings and specified herein.
11 2. Electrical as specified on the drawings: Electrical power, lighting, low voltage systems, and
12 connections required for fueling system. Contractor shall verify all electrical requirements with
13 Fuel Tank and Equipment System vender.
14 3. Install emergency shut-off push button switch more than 20' and less than 100'from closest
15 dispenser unit or as required by code or regulation. See drawings.
16 4. Fueling station canopy and support.
17 5. All civil and site work shown on the drawings. Including but not limited to Storm system,
18 oil/water separator, grading, paving demolition and replacement.
19 6. Any drainage system required for a complete fuel system.
20 7. Concrete slab, including engineering for tanks.
21 8. Concrete islands and vehicle surfacing at fuel station.
22 9. Trenching and backfill required for all conduit and piping.
23 10. Supplement piping, connections,fittings not supplied by the Owner's vendor.
24 11. Fire Extinguishers
25 E. This Project consists of a single construction phase.
26 F. Special provisions.
27 1. See Section 00 8300 - Prevailing Wage Rates:
28 a. For State of Washington requirements regarding prevailing wage rates.
29 1.02 CONTRACT DESCRIPTION
30 A. Contract Type:A single prime contract based on a Stipulated Price as described in the General
31 Conditions.
32 B. The Standard Form, of the American Institute of Architects, No.A101 entitled "Standard Form of
33 Agreement between Owner and Contractor," 2007 Edition. Is included as part of the project by
34 reference.
35 1.03 ITEMS TO BE SUPPLIED BY OWNER AND INSTALLED BY THE CONTRACTOR UNDER THIS
36 CONTRACT:
37 A. The following will be supplied by the Owner under a separate contract:
38 1. Fueling tanks and system as specified in section 23 1000 FUELING TANKS AND
39 EQUIPMENT SYSTEM.
40 B. The Owner (Yelm Community Schools) will supply the items identified on the drawings and this
41 Project Manual as "owner provided/contractor install", O.F.C.I.
42 1.04 OWNER OCCUPANCY
43 A. Owner (Yelm Community Schools) intends to occupy the Project upon Substantial Completion.
44 B. Schedule the Work to accommodate Owner (Yelm Community Schools) occupancy.
45 C. Criticalltems:
46 1. Scheduling and Sequencing: See paragraph below Work Scheduling and Sequencing in this
47 Section for dates critical for start and completion dates.
2010-i6/YCS Fueling Station Bid -01 1000- 1 SUMMARY 1-15-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 2. Safety, Protection, and other Temporary Controls: Provide as specified for the temporary
2 safety, protection and other controls required as specified in this Project Manual.
3 1.05 CONTRACTOR USE OF SITE
4 A. Construction Operations: Limited to areas noted on Drawings.
5 B. Arrange use of site and premises to allow:
6 1. Owner (Yelm Community Schools) occupancy of the adjacent support Operations and
7 maintenance building.
8 2. Work by Others.
9 3. Work by Owner (Yelm Community Schools).
10 C. Provide access to and from site as required by law and by Owner (Yelm Compnunity Schools):
11 1. Do not obstruct roadways, sidewalks, or other public ways without permit.
12 D. Prevent accidental disruption of utility services to other facilities.
13 E. Time Restrictions:
14 1. Limit conduct of work to requirements and standards of the State of Washington.
15 2. Limit conduct of exterior work to the hours of 7:00 AM and 7:00 PM unless approved by
16 Owner (Yelm Community Schools).
17 1.06 COORDINATION OF WORK
18 A. Contractor is required to coordinate all related requirements and work specified throughout the
19 Project Manual.
20 1. General: The work of this Contract includes coordination of the entire work of the project,
21 including preparation of general coordination drawings, diagrams and schedules, and control
22 of site utilization,from beginning of construction activity through project close-out and
23 warranty periods.
24 2. The General Prime Contractor is responsible for coordinating and scheduling work of
25 subcontractors to expedite progress of the project. General Contractor assumes all
26 responsibility if his subcontractors do not perform.When emergencies occur or if the District's
27 operations are compromised due to incomplete or inaccurate work by subcontractors, the
28 General Contractor will take whatever measures are necessary to correcft problems at no
29 expense to the Owner (Yelm Community Schools) and before leaving the�site.
30 B. Coordinate operations with the construction schedule, Architect (Erickson McCaovern), and Owner
31 (Yelm Community Schools)'s representative.
32 C. Unless otherwise indicated the Contractor's work and responsibilities.also include, but are not
33 limited to the following:
34 1. Providing and paying for labor, materials, equipment,tools, machines,fac:ilities and services
35 necessary for proper execution and completion of work.
36 2. Selective demolition to accommodate miscellaneous improvements including interior and
37 exterior remodeling and structural, mechanical, electrical and roofing worik.
38 a. This is in addition to demolition denoted and shown on the drawings,
39 3. Paying required taxes except as noted in the General and Special Conditions.
40 D. Securing and paying for, as necessary for proper execution and completion of work (as applicable
41 at time of receipt of Bid):
42 1. Fees.
43 2. Licenses.
44 3. Inspections, unless otherwise noted.
45 E. Giving required notices.
46 F. Enforcing strict discipline and good order among employees.
47 G. Using new materials, except as noted.
48 H. Maintaining required access to and egress from the site and other requirements in accordance
49 with governing codes, ordinances and Owner (Yelm Community Schools)'s Po�icies throughout the
50 work. Coordinate and provide for school operation access.
2010-16/YCS Fueling Station Bid -01 1000 -2 SUMMARY 1-14-13
Support Operations Center- Fueling Station
Yeim Community Schools No. 2
Erickson McGovern Architects
1 I. Coordinate all utility service requirements with serving utility companies including, but not limited
2 to, power,telephone, water, sewer, and natural gas service. Observe specifications, standards,
3 written details, and sketches showing equipment locations and dimensions as indicated by the
4 Utility Company project engineers. Coordinate scheduling of Utility Company work with all other
5 trades.
6 J. Utility Costs: The Owner (Yelm Community Schools) will pay the cost of all utility charges
7 assessed by Public Utilities for the installation and connection of permanent services that are
g provided by the Public Utilities provider.
9 1. The Contractor shall be responsible for scheduling, sequencing, and coordination of utility
10 work and work associated as part of this project. The Contractor will be responsible for
11 additional charges and fees due to the Contractor's lack of coordination,timeliness of
12 schedules or payments.
13 2. Permit Costs and Fees do not include utility charges such as temporary water or electrical
14 services (See Section 01 5000-Temporary Facilities and Controls).
15 1.07 TIME OF COMPLETION
16 A. Start Date: Upon the Owner's written notice to proceed and intent to award contract or by the date
17 of contract execution, whichever is earliest. Note: Owner has right to hold bids for up to 45
18 calendar days.
19 B. Substantial Completion: Based upon the schedule provided by the installing contractor.
20 C. Final Acceptance Date: Thirty calendar days from the date of Substantial Completion.
21 1.08 LIQUIDATED DAMAGES
22 A. For each calendar day after the date fixed for Substantial Completion, that the work remains
23 uncompleted the Contractor shall pay the Owner a sum of$100.00 per day beyond substantial
24 completion date as fixed and agreed liquidated damages, but not as a penalty. Should an
25 extension of time be granted the Contactor, he shall indemnify and save harmless the Owner for
26 any loss to any other contractor caused by such extension of time. The Contractor will not be due
27 any additional compensation for this coordination.
28 B. For each calendar day after the date fixed for Final Acceptance, that the work remains
29 uncompleted the Contractor shall pay the Owner a sum of$50.00 per day beyond the contract
30 Final Acceptance date as fixed and agreed liquidated damages, but not as a penalty. Should an
31 extension of time be granted the Contactor, he shall indemnify and save harmless the Owner for
32 any loss to any other contractor caused by such extension of time. The Contractor will not be due
33 any additional compensation for this coordination.
34 1.09 PERMITS, FEES AND NOTICES
35 A. Permits provided by Owner (Yelm Community Schools):
36 1. Building plan review and permit.
37 a. Includes general Mechanical Permit.
38 b. Includes general site/civil permitting for storm/sewer.
39 c. Includes general Plumbing Permit.
40 B. Other Permits:
41 1. The Owner (Yelm Community Schools) will not pay, and the Contractor or associated
42 subcontractor will be responsible for and will not be reimbursed for, any renewals and
43 penalties of the building permit and other permits and governmental fees.
44 a. Plumbing reviews and permits, other than general permit provide with building permit.
45 b. Mechanical reviews and permits, other than general permit provide with building permit.
46 c. ORCAA permitting.
47 C. Business Licenses:
48 1. It is the General Contractor and (all lower tier) Sub-Contractors responsibility to secure said
49 license at no cost to the Owner(Yelm Community Schools).
2010-16/YCS Fueling Station Bld -01 1 OOO -3 SUMMARY t-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No. 2
Erickson Mc�overn Architects
1 1.10 STATUTES
2 A. The General Prime Contractor and all subcontractors shali comply with the State of Washington
3 statutes as per reference in the General Conditions and the remainder of the rontract Documents.
4 1. Includes all WAC's per reference.
5 2. Includes all RCW's per reference.
6 PART 2 PRODUCTS- NOT USED
7 PART 3 EXECUTION- NOT USED
8 3.01 PRECONSTRUCTION CONFERENCE
9 A. A preconstruction conference is required and the time, date and location of the conference will be
10 set by Architect (Erickson McGovern). Those required to be present are Archi#ect (Erickson
11 McGovern), Owner(Yelm Community Schools)'s representative, General Cor�tractor, such
12 subcontractors as he deems necessary and the Contractor's Superintendent of the project and
13 Local Building Department Representative.
14 END OF SECTION
2010-16/YCS Fueling Station Bid -01 1000 -4 SUMMARY 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 SECTION 01 2000
2 PRICE AND PAYMENT PROCEDURES
3 PART 1 GENERAL
4 1.01 SECTION INCLUDES
5 A. Procedures for preparation and submittal of applications for progress payments.
6 B. Modifications procedures.
7 C. Payment for stored materials.
8 D. Change procedures. The attached forms at the end of this Section shall be used for the
9 substantiation of costs and development of aii change procedures for this Project.
10 1. ArchitecYs Supplemental Instructions (ASI).
11 2. Request For information (RFI).
12 3. Construction Change Directive (CCD).
13 4. Change Order (CO) -AIA document (G701).
14 E. Computation of Change in Contract Amount.
15 F. Substantiation of Costs.
16 1.02 RELATED REQUIREMENTS
17 A. Document-State of Washington Public Works Contract: Contract Sum, retainages, payment
18 period.
19 1. Retainage- Contractors Options according RCW 60.28.
20 a. Bank or Savings and Loan Account.
21 b. Escrow with Bank or Trust Company to be converted into bonds.
22 c. Securities to be held in escrow with interest.
23 B. Document 00 7200 - General Conditions:
24 1. Additional requirements for progress payments, final payment, changes in the Work.
25 2. Percentage allowances for Contractor's overhead and profit.
26 1.03 SCHEDULE OF VALUES
27 A. Electronic media printout including equivalent information will be considered in lieu of standard
28 form specified; submit sample to Architect (Erickson McGovern) for approval.
29 1. Refer to General Conditions of the Contract for Construction for any special provisions in
30 preparing and the format for the Schedule of Values.
31 B. Forms filled out by hand will not be accepted.
32 C. Submit a printed schedule on a form as stipulated in Section 01 3000 -Administration
33 Requirements. Contractor's standard form or electronic media printout will be considered.
34 D. Submit Schedule of Values in duplicate within 15 days after date of Owner-Contractor Agreement.
35 1.04 APPLICATIONS FOR PROGRESS PAYMENTS
36 A. Payment Period: Submit at intervals stipulated in the Agreement.
37 B. Electronic media printout including equivalent information will be considered in lieu of standard
38 form specified; submit sample to Architect (Erickson McGovern) for approval.
39 C. Forms filled out by hand will not be accepted.
40 D. Present required information in typewritten form.
41 E. General:
42 1. Submit itemized payment request as required in General Conditions together with Schedule
43 of Values and other submittals as listed herein.
44 2. Except as otherwise indicated, sequence of progress payments is to be regular, and each
45 must be consistent with previous applications and payments; it is recognized that certain
46 applications involve extra requirements, including initial application, application at times of
47 substantial completion, and final payment application.
2010-16/YCS Fueling Station Bid -01 2000- 1 PRICE AND PAYMENT PROCEDURES 1-15-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 3. The contractor certifies that to the best of his knowledge, information, and belief,the work
2 covered by each Application for Payment has been completed in accordance with the
3 Contract documents,that all amounts have been paid by him for work for which previous
4 Applications for Payment were issued and that all computations, attachrrients, invoices and
5 representations are truthful and accurate.
6 4. Except as otherwise indicated, complete every entry provided for on the various forms,
7 including notarization and execution by authorized persons; incomplete applications will be
8 returned by Architect without action.
9 a. Entries must match current date of schedule of values and progress schedule.
10 F. Draft Applications:
11 1. Submit three (3) copies to the Architect at last scheduled weekly meetinq of each month or 4
12 days prior to actual progress application date.
13 a. Draft applications submitted at last scheduled weekly meeting of manth will be reviewed
14 by Owner, Architect, and Contractor at site. Contractor shall correct application based on
15 review conclusions.
16 b. Applications submitted at other than last scheduled weekly meeting of month will be
17 reviewed by Owner and Architect. The Architect will transmit review conclusions of the
18 Owner and Architect, and the Contractor shall correct application based on review
19 conclusions.
20 G. Application Transmittal:
21 1. Submit five (5) executed copies of each payment application, one copy of which is completed
22 with waivers of lien and similar attachments.
23 2. Transmit each copy with a transmittal form listing those attachments, anal recording
24 appropriate information related to application in a manner acceptable to Architect.
25 3. Transmit to Architect by means ensuring receipt within 24 hours.
26 H. Initial Payment Application:
27 1. The principal administrative actions and submittals which must precede c�r coincide with
28 submittal of first payment application can be summarized as follows, but inot necessarily by
29 way of limitation:
30 a. Statements of Intent to Pay Prevailing Wages on Public Works Cont�ract; Contractor and
31 Subcontractors.
32 b. Schedule of Values, allocated to the various portions of the work;thE�schedule shall be
33 used as a basis for the Contractor's Application for Payment.
34 c. List of subcontractors and major material suppliers.
35 d. Schedule of Unit Prices, as applicable.
36 e. Schedule of submittals (preliminary if not final).
37 f. Listing of Contractor's staff assignments; Superintendent, Project Engineer, and Project
38 Manager.
39 g. Copies of acquired building permits and similar authorizations and lic:enses from
40 governing authorities for current performance of the work.
41 h. Initial progress report, including report of pre-construction meeting.
42 i. Pertormance and Payment Bonds.
43 j. Certificate of Insurance.
44 k. Work Schedule.
45 I. Applications Each Month During Construction:
46 1. Submit itemized application, in number of copies specified below, each with Contractor's
47 notarized affidavit and signed receipts from principal subcontractors and suppliers as
48 specified below.
49 2. After the first request for payment, all copies of each subsequent request shall be
50 accompanied by Contractor's notarized original signature with the statement that all
51 subcontractors and suppliers have been paid to date as their interests ap�eared in the last
52 payment received (less eared retainage applicable to subcontractors), and shall also be
53 accompanied by a signed receipt from the principal subcontractors and suppliers stating that
2010-16/YCS Fueling Station Bid -01 2000- 2 PRICE AND PAYMENT PROCEDURES t-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 all sub subcontractors, suppliers, wages,fringe benefits, and taxes arising out of such
2 subcontract have been paid in full as their interest appeared in the last payment received.
3 3. Eacfi application shall be accompanied with "Partial Waiver of Mechanics' Lien by General
4 Contractor and Subcontractors".
5 4. Present required information in typewritten form.
6 5. For each item, provide a column for listing each of the following:
7 a. Item Number.
g b. Description of Work.
9 c. Scheduled Values.
10 d. Previous Applications.
11 e. Total Completed and Stored to Date of Application.
12 f. Work in Place and Stored Materials under this Application.
13 g. Authorized Change Orders.
14 h. Percentage of Completion.
15 i. Balance to Finish.
16 j. Retainage.
17 6. Use data from approved Schedule of Values. Provide dollar value in each column for each
18 line item for portion of work performed and for stored Products.
19 7. List each authorized Change Order as a separate line item, listing Change Order number and
20 dollar amount as for an original item of Work.
21 J. Execute certification by signature of authorized officer.
22 K. Include the following with the application:
23 1. Construction progress schedule, revised and current as specified in Section 01 3000.
24 2. Project record documents as specified in Section 01 7800,for review by Owner (Yelm
25 Community Schools) which will be returned to the Contractor.
26 1.05 APPLICATION AT TIME OF SUBSTANTIAL COMPLETION
27 A. See General Conditions for principal administrative actions and submittals which must precede or
28 coincide with such special applications.
29 1.06 FINAL PAYMENT APPLICATION
30 A. See Supplemental and General Conditions for principal administrative actions and submittals
31 which must precede or coincide with such special applications.
32 1.07 PAYMENT FOR STORED MATERIAL
33 A. Payment for stored items will be subject to prior approval by the Owner.
34 1. On-Site Materials: Progress payments may be made for permanent materials and equipment
35 to be incorporated in the work if approved in advance and properly stored on the project site.
36 2. Off-Site Materials: Progress payments may be made for permanent, pre-fabricated materials
37 or specially designed equipment to be incorporated into the work if approved in advance per
38 terms of General Conditions and stored in accordance with manufacturer's instructions.
39 B. Proof of Need:With payment request for stored material, submit a copy of purchase order and
40 payment voucher clearly identifying the material, specification reference, contract number and
41 price. The following additional documentation may be included.
42 1. Title shifting agreement.
43 a. Example of agreement is available from the Owner (Yelm Community Schools)
44 2. Notarized certification of payment from supplier.
45 3. Copy of canceled check to supplier.
46 4. Lien release from supplier.
47 C. Stored materials items may be included in monthly application for payment only after drawing and
48 data submittals, if any are required, have been completed per Contract Documents.
49 D. Verification of Price and Payment: The Contractor shall demonstrate that the costs of materials
50 have been paid and will establish the Owner's title to such materials or equipment or otherwise
2010-16/YCS Fueling Station Bld -01 2000 -3 PRICE AND PAYMENT PROCEDURES 1-14-13
Support Operations Center•- Fueling Station
Yelm Commur�ity Schools No.2
Erickson McGovern Architects
1 protect the Owner's interest including applicable insurance and transportatior� for those items
2 stored off-site.
3 E. Partial payment for materials and equipment in advance of installation shall not constitute
4 acceptance thereof and will not relieve Contractor of full responsibility for condition and
5 subsequent acceptance by the Owner. Faulty materials discovered will be rejected even though
6 partial payment may have been made.
7 1.08 SUBSTANTIATING DATA
8 A. When Architect/Engineer require substantiating information, submit data in a timely manner
9 justifying line item amounts in question.
10 1.09 MODIFICATION PROCEDURES
11 A. General: (Forms attached at end of this Section)
12 1. Changes to and/or clarifications of the work may be made by response to a Request For
13 Information, order for a minor change in the work, Construction Change Directive, and
14 Change Orders.
15 2. A monetary change to the Contract is only implemented by a Change Order.
16 B. Architect's Supplemental Instructions (ASI) -attached document (page 6 of this Section).
17 1. Architect may issue supplemental instructions authorizing minor changes in Work, not
18 involving adjustment to Contract Sum or Contract Time, on form (bound at end of this
19 Section).
20 2. Architect's Supplemental Instructions (ASI). Issuance and accumulation of ASI's will not be
21 basis for claim(s).
22 C. Request For Information (RFI) -attached document (page 7 of this Section).
23 1. When Contractor's questions and Architect's answers require written record, submit copy of
24 Request For Information (RFI) form (bound at end of this Section) appropriately filled-in at
25 top. Architect will return form appropriately filled-in at bottom. RFI forms �are to be numbered
26 in sequence. RFI's based directly on previous RFI's are to be numbered with original number
27 and sequential extension.
28 a. Submittal, return, and accumulation of RFI's will not be basis for claiim(s).
29 2. Procedure:
30 a. Form provided by Architect.
31 b. Prepared by Contractor.
32 c. Transmitted to Architect.
33 d. Response by Architect.
34 e. Acceptance by Owner.
35 f. Transmitted by Architect to Contractor.
36 g. Contractor must either:
37 1) Proceed upon receipt of response if no cost impact; or,
38 2) Submit a statement of cost impact within 5 days of response date.
39 h. RFI's and responses shall be numbered consecutively and faxed to appropriate parties.
40 i. Responses shall be marked on record drawings and specifications.
41 D. Construction Change Directive (CCD) - attached document (page 8 of this Sertion).
42 1. To avoid delay of Project, when Owner and Contractor disagree on term:�of Proposal
43 Request, or Contractor's request for change.
44 2. Owner may authorize and Architect will issue Construction Change Directive (CCD) form
45 (bound at end of this Section) which instructs Contractor to proceed with change in Work,for
46 subsequent inclusion in Change Order.
47 a. Construction Change Directive contains complete description of change in Work and
48 designates method to follow to determine change in Contract Sum or Contract Time.
49 3. Issued in response to:
50 a. An RFI with unresolved cost impacts.
51 b. An unresolved order for minor change in the work.
52 c. Absence of agreement on Change Order terms.
2010-16/YCS Fueling Station Bid -01 2000 -4 PRICE AND PAYMEN7 PROCEDURES 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 4. Directive is issued to expedite the work and avoid delays.
2 5. Procedure:
3 a. Form provided by Architect.
4 b. Prepared by Architect.
5 c. Signed by Architect and Owner.
6 d. Contractor must proceed immediately.
7 e. Method of adjustment of Contract Sum shall be determined per General Conditions,
g Section 7.3.
9 f. COP or CO is prepared.
10 E. Change Order (CO) -AIA document (G701).
11 1. Procedure:
12 a. Prepared by Architect,
13 b. May include several COP's.
14 c. Shall be signed by Contractor as soon as practicable.
15 d. Change Orders shall be numbered consecutively.
16 e. Changes shall be marked on record drawings and specifications.
17 F. Computation of Change in Contract Amount:
18 1. For change requested by Architect for work falling under a fixed price contract, the amount
1g will be based on Contractor's price quotation.
2p 2. For change requested by Contractor,the amount will be based on the Contractor's request for
21 a Change Order as approved by Architect.
22 3. For pre-determined unit prices and quantities,the amount will base on the fixed unit prices.
23 4. For change ordered by Architect without a quotation from Contractor,the amount will be
24 determined by Architect based on the Contractor's substantiation of costs as specified for
25 Time and Material work.
26 G. Substantiation of Costs: Provide full information required for evaluation.
27 1. On request, provide following data:
28 a. Quantities of products, labor, and equipment.
29 b. Taxes, insurance, and bonds.
30 c. Overhead and profit.
31 d. Justification for any change in Contract Time.
32 e. Credit for deletions from Contract, similarly documented.
33 H. After execution of Change Order, promptly revise Schedule of Values and Application for Payment
34 forms to record each authorized Change Order as a separate line item and adjust the Contract
35 Sum.
36 1.10 SUBSTITUTIONS
37 A. Comply with Section 01 6000, if proposed change requires substitution for product or system
38 specified.
39 1.11 CHANGES TO SCHEDULE
40 A. Contractor shall make every effort to comply within Contract completion date.
41 B. Contractor may not make claim for costs associated with use of float time, if any, between
42 anticipated completion and contract completion date.
43 PART 2 PRODUCTS- NOT USED
44 PART 3 EXECUTION- NOT USED
45 , END OF SECTION
2010-16/YCS Fueling Station Bid -01 2000 -5 PRICE AND PAYMENT PROCEDURES 1-14-13
ARCHITECT'S SUPPLEMENTAL INSTRUCTIONS
ERiCKSC�N •McGt�VERN
�������
Architect's Supplemental Instructions
YCS-SUPPORT OPERATIONS CENTER- FUELING STATIONS
Contractor.� ' •
Address: Date:
ITEM:
REFERENCE DRAWING OR SPECIFICATION:
DESCRIPTION OF INSTRUCTIONS:
Prepared By: Date:
The work shall be carried out in accordance with the supplemental instructions issue above in accordance with the
Contract Documenfs without change in the Confract Sum or Contract Yime.
Proceeding with the Work in accordance fo these instructions indicates the Confracfcrrs acknowledgment
that there will be no change in the Contract Sum or Contract Time�.
COPIES TO:
ATTACHMENTS:
2010-16/YCS Fueling Station 01 2000 -6 PRICE,AND PAYMENT PROCEDURES
REQUEST FOR INFORMATION
ERICKSON •McG�VERN
- �
Request for Information
YCS-SUPPORT OPERATIONS CENTER-FUELING STATIONS
Contractor.• �
Address: Date:
REM:
REFERENCE DRAWING OR SPECIFICATION:
DESCRIPTION OF REQUEST:
Prepared By: Date:
SUGGESTED RESOLUTION:
IMPACT ON
Contract Sum (Y/N): Contract Time (Y/N):
RESPONSE:
Prepared By: Date:
OWNER RESPONSE: R@J2Ct2CI: ❑ Accepted: ❑ Other: ❑
This response is not an authorization to proceed with work involving additional cosf and/or time.
Notification must be given in accordance with the contract documents
if any response results in a change fo the contract sum or time.
COPIES TO:
ATTACHMENTS:
....... ...........-_._�__.,._.___ (11 9(1(1(�-7 Plaif:F GNf1 PGVMFNT PRf1CFf]l1RFS
CONSTRUCTION CHANGE DIRECTIVE
ERICKSC�C� •1vIc�CJVER�
����� � �1�
Construction Change Directive
YCS-SUPPORT OPERATIONS CENTER- FUELING STATION
Contractor: � .
Address: Date:
REFERENCE DRAWING OR SPECIFICATION:
In order to expedite the Work and/or avoid delays in the Work the Contract Documents are hereby
amended as described below and/or detailed on the attachments referred to:
DESCRIPTION OF CHANGE:
REASON FOR CHANGE:
Prepared By: Date:
OWNER RESPONSE: R2J@Ct@CI: ❑ Accepted: ❑ O�ther: ❑
Bethel School District
Representative: Date:
When this CCD is signed by the Owner and the Architect and received by the Contractor,the Contractor shall promptly proceed with the
change(s)described. Change(s) become effective immediately as a Construction Chancae Directive (CCD).
Submit costs for this Work to adjust Contract Sum and for inclusion in a change order as follows:
❑ Fixed Maximum Lump Sum
❑ Documented Actual Costs Per Article 7 of the General Conditions
❑ Documented Unit Price Costs
❑ No Cost Change
❑ Other
This CCD is proposed to change the Contract Time as follows:
❑ No Time Change
❑ Day(s)
❑ Other
Contractor signature indicates agreement with the proposed change(s) in this CCD and the adjustments to Contract Sum and Contract
Time as set forth in Article 7.7 of the General Conditions.
CONTRACTOR RESPONSE:
Contractor's Representative: Date:
COPIES TO:
ATTACHMENTS:
2010-16/YCSFuelinaStation n� �nnn R .,��..�,,.�...,..,..�.,-.,...,.��..,,..�,.
CHANGE ORDER PROPOSAL
ERICKSON •NtcGC?VERN
�����
Change Order Proposal (COP)
YCS-SUPPORT OPERATIONS CENTER- FUELING STATIONS
Contractor. • ' '
Address: Date: 7/16/2012
REFERENCE DRAWING OR SPECIFICATION:
DESCRIPTION OF CHANGE:
REASON FOR CHANGE:
Prepared By: Date: 7/t s/2o12
We propose to perform all changes in fhe above descripfion for a total(check one).
❑ Addition ❑x Deduction ❑ No Change
To the contract sum of: Dollars
And a change of contract time by days.
Reason for request of change in contract time
(Washington State sales tax not included) In accordance to Artic%7 of fhe General Conditions of the contract.
The foregoing amount covers all direct and indirect costs related to this change
and to the etfect of this change on the remainder of the project.
All other provisions of the contract remain in full force and effecf.
The confractor agrees to be bound to fhis quotation for 60 days after fhis date.
Contractor: Date:
We have carefully examined the foregoing proposal,negotiafed with fhe confractor
where necessary and find it to be reasonab/e.
Architect: Date:
The Owner responds to the foregoing proposal below.
If fhe proposal is accepted below,this instrument when fuily signed
constitutes the conditions upon which a change order will be issued.
OWNER RESPONSE: R8f eCt@CI: ❑ Accepted: ❑ Other: ❑
Bethel School District
Representative: Date:
COPIES TO:
ATTACHMENTS:
2010-16lYCS Fuelina Station (li 9(1(ln-Q ooin�n�in onne��ir oonn����o�o
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 SECTION 01 3000
2 ADMINISTRATIVE REQUIREMENTS
3 PART 1 GENERAL
4 1.01 SECTION INCLUDES
5 A. Schedule of Values.
6 B. Project coordination.
7 C. Preconstruction meeting.
8 D. Progress meetings.
9 E. Construction progress schedule.
10 F. Submittals for review, information, and project closeout.
11 G. Number of copies of submittals.
12 H. Submittal procedures.
13 I. Color selection process.
14 J. General coordination.
15 1.02 RELATED RE(�UIREMENTS
16 A. Document 00 7200 - General Conditions: Dates for applications for payment.
17 B. Section 01 7000 - Execution and Closeout Requirements:Additional coordination requirements.
18 C. Section 01 7800 -Closeout Submittals: Project record documents.
19 1.03 SCHEDULE OF VALUES
20 A. Submit a printed schedule on AIA Form G703 -Application and Certificate for Payment
21 Continuation Sheet. Contractor's standard form or electronic media printout will be considered.
22 B. Submit Schedule of Values in duplicate within 10 days after date of Owner-Contractor Agreement.
23 C. Format: Utilize the Table of Contents of this Project Manual. Identify each line item with number
24 and title of the specification Section. Identify site mobilization.
25 1. Identify each line item with number and title of respective major Specification Section and its
26 corresponding Construction Schedule category.
27 2. Include in each item a directly proportionate amount of Contractor's overhead and profit.
28 3. Provide unit costs for Sections of specified items or work in the Project Manual when
29 possible. Provide material and labor costs.
30 4. List separate line item at end of Schedule of Values equal to 2% of each portion of the
31 contract for project closeout as defined in Section 01 7000- Execution and Closeout
32 Requirements.
33 5. For each line item of installed value exceeding $5,000, show breakdown by major products or
34 operations under each item.
35 6. Round-off figures to nearest dollar amount.
36 7. Make sum of total scheduled costs equal to Contract Sum.
37 8. Coordinate Schedule of Values submittal with Construction Schedule submittal.
38 D. Include separately from each line item, a direct proportional amount of Contractor's overhead and
39 profit.
40 E. Revise schedule to list approved Change Orders with each Application For Payment.
41 1.04 PROJECT COORDINATION
42 A. See Section 01 7000- Execution requirements for additional requirements.
43 B. Project Coordinator: Construction Manager.
44 C. Cooperate with the Project Coordinator in allocation of mobilization areas of site;for field offices
45 and sheds, for emergency access,traffic, and parking facilities.
2010-16/YCS Fueling Station Bid -01 3000 - 1 ADMINISTRATIVE REQUIREMENTS 1-15-13
Support Operations Center�- Fueling Station
Yelm Community Schools No.2
Erickson McG�vern Architects
1 D. During construction, coordinate use of site and facilities through the Project Cc�ordinator.
2 E. Comply with Project Coordinator's procedures for intra-project communications; submittals, reports
3 and records, schedules, coordination drawings, and recommendations; and resolution of
4 ambiguities and confiicts.
5 F. Comply with instructions of the Project Coordinator for use of temporary utilities and construction
6 facilities.
7 G. Coordinate field engineering and layout work under instructions of the Project�Coordinator.
8 H. Make the following types of submittals to Architect (Erickson McGovern) throu,yh the Project
9 Coordinator:
10 1. Requests for interpretation.
11 2. Requests for substitution.
12 3. Shop drawings, product data, and samples.
13 4. Test and inspection reports.
14 5. Manufacturer's instructions and field reports.
15 6. Applications for payment and change order requests.
16 7. Progress schedules.
17 8. Coordination drawings.
18 9. Closeout submittals.
19 PART 2 PRODUCTS- NOT USED
20 PART 3 EXECUTION
21 3.01 PRECONSTRUCTION MEETING
22 A. Architect (Erickson McGovern) will schedule a meeting after Notice of Award.
23 B. Attendance Required:
24 1. Owner (Yelm Community Schools).
25 2. Architect (Erickson McGovern).
26 3. Contractor.
27 4. Civil and Electrical Engineers.
28 C. Agenda:
29 1. Execution of Owner (Yelm Community Schools) - Contractor Agreement.
30 2. Submission of executed bonds and insurance certificates.
31 3. Distribution of Contract Documents.
32 4. Submission of list of Subcontractors, Schedule of Values, and Progress Schedule.
33 5. Designation of personnel representing the parties to Contract, Owner (Yelm Community
34 Schools) and Architect (Erickson McGovern)
35 6. Procedures and processing of field decisions, submittals, substitutions, applications for
36 payments, proposal requests, Change Orders, and Contract closeout proredures.
37 7. Scheduling.
38 D. Items of significance that could affect progress including such topics as followirig:
39 1. Critical Work sequencing.
40 2. Designation of responsible personnel.
41 3. Submittal of Shop Drawings, Product Data and Samples.
42 4. Preparation of Record Documents.
43 5. Use of premises.
44 6. Office, work and storage areas.
45 7. Equipment deliveries and priorities.
46 8. Erosion control measures.
47 9. Safety procedures.
48 10. First aid.
49 11. Security.
50 12. Housekeeping.
51
2010-16/YCS Fueling Station Bid -01 3000 -2 ADMINISTRATIVE RE:QUIREMENTS 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No. 2
Erickson McGovern Architects
1 13. Working hours.
2 14. Scheduled progress meetings.
3 E. Record minutes and distribute copies within 4 days after meeting, with 1 copy to Architect
4 (Erickson McGovern), Owner (Yeim Community Schoois), participants, and those affected by
5 decisions made.
6 3.02 PROGRESS MEETINGS
7 A. Schedule and administer meetings throughout progress of the Work at maximum weekly intervals.
g B. Architect (Erickson McGovern) will make arrangements for meetings, prepare agenda with copies
9 for participants, preside at meetings.
10 C. Attendance Required: Job superintendent, major subcontractors and suppliers, Owner (Yelm
11 Community Schools), Architect (Erickson McGovern), as appropriate to agenda topics for each
12 meeting.
13 D. Agenda:
14 1. Review minutes of previous meetings.
15 2. Review of Work progress.
16 3. Field observations, problems, and decisions.
17 4. Identification of problems that impede, or will impede, planned progress.
18 5. Review of submittals, schedule, and status of submittals.
19 6. Maintenance of progress schedule.
2p 7. Corrective measures to regain projected schedules.
21 8. Planned progress during succeeding work period.
22 9. Maintenance of quality and work standards.
23 10. Effect of proposed changes on progress schedule and coordination.
24 11. Other business relating to Work.
25 12. Other Topics: Review present and future needs of each entity present, including such items
26 as following:
27 a. Interface requirements.
28 b. Sequences.
29 c. Deliveries.
30 d. Off-site fabrication problems.
31 e. Access.
32 f. Site utilization.
33 g. Temporary facilities and services.
34 h. Hours of Work.
35 i. Hazards and risks. Housekeeping.
36 j. Quality and Work standards.
37 k. Change Orders.
38 I. Documentation of information for payment requests.
39 E. Erickson McGovern shall record minutes and distribute copies within three days after meeting to
40 participants, with two copies to Architect (Erickson McGovern), Owner (Yelm Community Schools),
41 participants, and those affected by decisions made.
42 1. Format: Record minutes of these meetings per following format:
43 a. Header:
44 1) Project Name, Date, and Time.
45 2) Attendees.
46 b. Main Headings.
47 c. Corrections (previous weeks meeting minutes).
48 d. Progress.
4g e. Technical Concerns:
50 1) Civil.
51 2) Structural.
52
2010-16/YCS Fueling Station Bid -01 3000 -3 ADMINISTRATIVE REQUIREMENTS 1-14-13
Support Operations Center- Fueling Station
Yelm Communi4y Schools No.2
Erickson McGavern Architects
1 3) Electrical.
2 4) Architectural.
3 f. Schedule.
4 g. Submittals.
5 h. Coordination and Changes (RFI's, COP's, CCD's, and CO's) (Pay Requests).
6 i. Old Business.
7 j. New Business.
8 k. Site Observations.
9 I. Other Items.
10 m. Distribution.
11 1) All attendees and others required (provide listing).
12 2. Next Meeting Time and Location: (Agenda for last meeting of month will include review of
13 monthly payment request).
14 3.03 CONSTRUCTION PROGRESS SCHEDULE
15 A. Within 14 days after date of the Agreement, submit Preliminary Schedule.
16 B. If preliminary schedule requires revision after review, submit revised schedule within 10 days.
17 C. Within 20 days after review of preliminary schedule, submit draft of proposed complete schedu�e
18 for review.
19 1. Include written certification that major contractors have reviewed and accepted proposed
20 schedule.
21 D. Within 10 days after joint review,submit complete schedule.
22 E. Submit updated schedule with each Application for Payment.
23 3.04 SUBMITTALS FOR REVIEW
24 A. When the following are specified in individual sections, submit them for review:
25 1. Product data.
26 2. Shop drawings.
27 3. Samples for selection.
28 4. Samples for verification.
29 B. Submit to Architect (Erickson McGovern)for review for the limited purpose of checking for
30 conformance with information given and the design concept expressed in the contract documents.
31 C. Samples will be reviewed only for aesthetic, color, or finish selection.
32 D. After review, provide copies and distribute in accordance with SUBMITTAL PROCEDURES article
33 below and for record documents purposes described in Section 01 7800 -CLOSEOUT
34 SUBMITTALS.
35 3.05 SUBMITTALS FOR INFORMATION
36 A. When the following are specified in individual sections, submit them for information:
37 1. Design data.
38 2. Certificates.
39 3. Test reports.
40 4. Inspection reports.
41 5. Manufacturer's instructions.
42 6. Manufacturer's field reports.
43 7. Other types indicated.
44 B. Submit for Architect (Erickson McGovern)'s knowledge as contract administrator or for Owner
45 (Yelm Community Schools). No action will be taken.
46 3.06 SUBMITTALS FOR PROJECT CLOSEOUT
47 A. When the following are specified in individual sections, submit them at project c:loseout:
48 1. Project record documents.
49 2. Operation and maintenance data.
2010-16/YCS Fueling Station Bid -01 3000 - 4 ADMINISTRATIVE RE:QUIREMENTS 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 3. Warranties.
2 4. Bonds.
3 5. Other types as indicated.
4 B. Submit for Owner (Yelm Community Schools)'s benefit during and after project completion.
5 3.07 NUMBER OF COPIES OF SUBMITTALS
6 A. Documents for Review:
7 1. Small Size Sheets, Not Larger Than 8-1/2 x 11 inches (215 x 280 mm): Submit the number of
g copies which the Contractor requires, plus two copies which wili be retained by Architect
g (Erickson McGovern).
10 2. Larger Sheets, Not Larger Than 36 x 48 inches (910 x 1220 mm): Submit the number of
11 opaque reproductions that Contractor requires, plus two copies that will be retained by
12 Architect (Ericksori McGovern).
13 B. Documents for Information: Submit two copies.
14 C. Documents for Project Cioseout: Make one reproduction of submittal originally reviewed. Submit
15 one extra of submittals for information.
16 D. Samples: Submit the number specified in individual specification sections; all of which will be
17 retained by Architect (Erickson McGovern).
1g 1. Retained samples will not be returned to Contractor unless specifically so stated.
19 3.08 SUBMITTAL PROCEDURES
20 A. Transmit each submittal with AIA Form G810.
21 B. Sequentially number the transmittal form. Revise submittals with original number and a sequential
22 alphabetic suffix.
23 C. Identify Project, Contractor, Subcontractor or supplier; pertinent drawing and detail number, and
24 specification section number, as appropriate on each copy.
25 D. Apply Contractor's stamp, signed or initialed certifying that review, approval, verification of
26 Products required,field dimensions, adjacent construction Work, and coordination of information is
27 in accordance with the requirements of the Work and Contract Documents.
28 E. Deliver submittals to Architect (Erickson McGovern) at business address.
29 F. Schedule submittals to expedite the Project, and coordinate submission of related items.
30 G. For each submittal for review, allow 15 days excluding delivery time to and from the Contractor.
31 H. Identify variations from Contract Documents and Product or system limitations that may be
32 detrimental to successful performance of the completed Work.
33 I. Provide space for Contractor and Architect (Erickson McGovern) review stamps.
34 J. When revised for resubmission, identify all changes made since previous submission.
35 K. Distribute reviewed submittals as appropriate. Instruct parties to promptly report any inability to
36 comply with requirements.
37 L. Submittals not requested will not be recognized or processed.
38 3.09 ARCHITECT'S ACTION
39 A. Except for submittals for record, information or similar purposes, where action and return is
40 required or requested,the Architect will review each submittal, mark to indicate action taken, and
41 return promptly.
42 1. Compliance with specified characteristics is the Contractor's responsibility.
43 B. Action Stamp: The Architect will stamp each submittal with a uniform, self-explanatory action
44 stamp.The stamp will be appropriately marked to indicate action taken.
45 1. Do not permit submittals marked "Revise as Noted and Resubmit" or"Rejected"to be used at
46 the Project site, or elsewhere where Work is in progress.
2010-161 YCS Fueling Station Bid -01 3000- 5 ADMINISTRATIVE REQUIREMENTS 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No. 2
Erickson McGovern Architects
1 2. Other Action:Where a submittal is primarily for information or record purposes, special
2 processing or other activity,the submittal will be returned, marked "No Exceptions Noted" or
3 "Provide as Noted".
4 3.10 COLOR SELECTIONS
5 A. All sampies required to be submitted for selection and verification wili be approved as soon as
6 acceptable, however colors will be selected as a group according to the following groups:
7 1. Architectural interior finishes.
8 2. Architectural exterior finishes.
9 3. Electrical items and fixtures.
10 4. Mechanical items and fixtures.
11 B. It is vital that the contractor provide all items required in a group designation for a color selection.
12 Missing items will delay the selection process and all delays will be the responsibility of the
13 Contractor. No additional time or extensions will allowed due the delay of submitting required
14 submittals.
15 C. Allow 12 calendar days for selection of colors by the Owner and the Architect.
16 3.11 GENERAL COORDINATION
17 A. Administration:
18 1. Assign specific persons as project manager, superintendent, project engineer, and staff to
19 administer and supervise Work. Do not change assigned persons without permission of
20 Owner and Architect. Coordinate scheduling and timing of required administrative procedures
21 with other construction activities to avoid conflicts and ensure orderly proyress of Work.
22 B. Surveys And Records/Reports:
23 1. General:Working from lines and levels established by the property surved, establish and
24 maintain bench marks and other dependable markers. Establish bench marks and markers to
25 set lines and levels for work at each story of construction and elsewhere��s needed to
26 properly locate each element of the project. Calculate and measure required dimensions as
27 shown within recognized tolerances. Drawings shall not be scaled to determine dimensions.
28 Advise entities performing work of marked lines and levels provided for their use.
29 C. Limitations On Use Of The Site:
30 1. General: Limitations on site usage as well as specific requirements that impact site utilization
31 are indicated on the drawings and by other contract documents. In additic�n to these
32 limitations and requirements, administer allocation of available space equitably among
33 entities needing both access and space so as to produce the best overall efficiency in
34 performance of the total work of the project. Schedule deliveries so as to iminimize space and
35 time requirements for storage of materials and equipment on site.
36 2. Access:Where availability of space is limited, coordinate installation of di�ferent components
37 to assure maximum accessibility for required maintenance, service and repair.
38 D. Organization:
39 1. Coordinate construction activities to assure efficient and orderly installaticm of each part of
40 Work. Coordinate construction operations of Contractor, subcontractors of any tier, and
41 suppliers,that are dependent upon each other for proper installation, conmection, and
42 performance.
43 E. Timing:
44 1. Where installation of part of Work is dependent on installation of other components, schedule
45 construction activities in sequence required to obtain best results. Make a�dequate provisions
46 to accommodate items scheduled for later installation.
47 F. Notification:
48 1. Where necessary, prepare transmittal for distribution to each party involvE�d, outlining special
49 procedures required for coordination. Include such items as required notic;es, reports, and
50 attendance at meetings.
51 2. Other Work: Prepare similar memoranda for Owner, utility companies, and separate
52 Contractors where coordination of their Work is required.
2010-16/YCS Fueling Station Bid -01 3000 - 6 ADMINISTRATIVE REQUIREMENTS t-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 G. Cleaning And Protection:
2 1. General: During handling and installation of work at the project site, clean and protect work in
3 progress and adjoining work on the basis of continuous maintenance. Apply protective
4 covering on installed work where it is required to ensure freedom from damage or
5 deterioration at time of Substantial Completion.
6 a. Clean and maintain as frequently as necessary through remainder of construction
� period. Adjust and lubricate operable components to ensure operability without
g damaging effects.
9 2. Limiting Exposures of Work: To the extent possible through reasonable control and protection
10 methods, supervise performance of the work in such a manner and by such means which will
11 ensure that none of the work,whether completed or in progress, will be subjected to harmful,
12 dangerous, damaging or otherwise deleterious exposure during the construction period.
13 a. Where applicable, such exposures include, but are not limited to,the following:
14 1) Excessive static or dynamic loading.
15 2) Excessive internal or external pressures.
16 3) Excessively high or low temperatures.
17 4) Thermal shock.
18 5) Excessively high or low humidity.
19 6) Air contamination or pollution.
20 7) Water or ice.
21 8) Solvents.
22 9) Chemicals.
23 10) Light.
24 11) Radiation.
25 12) Puncture.
26 13) Abrasion.
27 14) Heavy traffic.
28 15) Soiling, staining and corrosion.
29 16) Bacteria.
30 17) Rodent and insect infestation.
31 18) Combustion.
32 19) Electrical current.
33 20) High speed operation.
34 21) Improper lubrication.
35 22) Unusual wear or other misuse.
36 23) Contact between incompatible materials.
37 24) Destructive testing.
38 25) Misalignment.
39 26) Excessive weathering.
40 27) Unprotected storage.
41 28) Improper shipping or handling.
42 29) Theft.
43 30) Vandalism.
44 H. Existing Utilities:
45 1. Contact Utilities Underground Location Center at 1-800-424-5555 at least four (4) days before
46 starting excavation work. Utility representatives will come out to mark underground lines.
47 Yellow indicates gas or oil, red is electric, orange is telephone and cable TV, blue is water,
4g green is sewer, pink is for temporary survey markings, and white is for proposed excavation.
49 I. Conservation and Salvage:
50 1. General: It is a requirement for supervision and administration of the work that construction
51 operations be carried out with the maximum possible consideration given to conservation of
52 energy, water and materials.
53 END OF SECTION
2010-16/YCS Fueling Station Bid -01 3000- 7 ADMINISTRATIVE RE�UIREMENTS 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 SECTION 01 4000
2 (�UALITY REQUIREMENTS
3 PART 1 GENERAL
4 1.01 SECTION INCLUDES
5 A. Quality assurance submittals.
6 B. Control of installation.
7 C. Tolerances.
8 D. Testing and inspection services.
9 E. Manufacturers'field services.
10 F. Schedule of required testing and inspections.
11 1.02 RELATED REQUIREMENTS
12 A. Document 00 7200 - General Conditions: Inspections and approvals required by public authorities.
13 B. Section 01 3000 -Administrative Requirements: Submittal procedures.
14 C. Section 01 4219 - Reference Standards.
15 D. Section 01 6000 - Product Requirements: Requirements for material and product quality.
16 1.03 REFERENCE STANDARDS
17 A. ASTM C1021 - Standard Practice for Laboratories Engaged in Testing of Buiiding Sealants; 2008.
18 B. ASTM C1077- Standard Practice for Laboratories Testing Concrete and Concrete Aggregates for
19 Use in Construction and Criteria for Laboratory Evaluation; 2011.
20 C. ASTM C1093 - Standard Practice for Accreditation of Testing Agencies for Masonry; 2009.
21 D. ASTM D3740 - Standard Practice for Minimum Requirements for Agencies Engaged in the Testing
22 and/or Inspection of Soil and Rock as Used in Engineering Design and Construction; 2010.
23 E. ASTM E329- Standard Specification for Agencies Engaged Construction Inspection and/or
24 Testing; 2011.
25 F. ASTM E543 - Standard Specification for Agencies Performing Nondestructive Testing; 2009.
26 1.04 SUBMITTALS
27 A. Testing Agency Qualifications:
28 1. Prior to start of Work, submit agency name, address, and telephone number, and names of
29 full time registered Engineer and responsible officer.
30 2. Submit copy of report of laboratory facilities inspection made by NIST Construction Materials
31 Reference Laboratory during most recent inspection, with memorandum of remedies of any
32 deficiencies reported by the inspection.
33 B. Test Reports: After each test/inspection, promptly submit two copies of report to Architect
34 (Erickson McGovern) and to Contractor.
35 1. Include:
36 a. Date issued.
37 b. Project title and number.
38 c. Name of inspector.
39 d. Date and time of sampling or inspection.
40 e. Identification of product and specifications section.
41 f. Location in the Project.
42 g. Type of test/inspection.
43 h. Date of test/inspection.
44 i. Results of test/inspection.
45 j. Conformance with Contract Documents.
46 k. When requested by Architect (Erickson McGovern), provide interpretation of results.
2010-16/YCS Fueling Station Bid -01 4000- 1 QUALITY REQUIREMENTS 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 2. Test report submittals are for Architect (Erickson McGovern)'s knowledge as contract
2 administrator for the limited purpose of assessing conformance with information given and the
3 design concept expressed in the contract documents, or for Owner (Yelm Community
4 Schools)'s information.
5 C. Manufacturer's Instructions:When specified in individual specification sections, submit printed
6 instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing,for the
7 Owner (Yelm Community Schools)'s information. Indicate special procedures, perimeter conditions
8 requiring special attention, and special environmental criteria required for application or
9 installation.
10 D. Erection Drawings: Submit drawings for Architect (Erickson McGovern)'s benefit as contract
11 administrator or for Owner (Yelm Community Schools).
12 1. Submit for information for the limited purpose of assessing conformance with information
13 given and the design concept expressed in the contract documents.
14 2. Data indicating inappropriate or unacceptable Work may be subject to action by Architect
15 (Erickson McGovern) or Owner (Yelm Community Schools).
16 1.05 REFERENCES AND STANDARDS- SEE SECTION 01 4219
17 1.06 TESTING AND INSPECTION AGENCIES
18 A. Owner (Yelm Community Schools) will employ and pay for services of an independent testing
19 agency to perform other specified testing.
20 B. As indicated in individual specification sections, Owner (Yelm Community Schools) or Contractor
21 shall employ and pay for services of an independent testing agency to perforrri other specified
22 testing.
23 C. Employment of agency in no way relieves Contractor of obligation to perform 1Nork in accordance
24 with requirements of Contract Documents.
25 D. Contractor Employed Agency:
26 1. Testing Agency: Comply with requirements of ASTM E 329, ASTM E 54�1, ASTM C 1021,
27 ASTM C 1077, and ASTM C 1093.
28 2. Inspection Agency: Comply with requirements of ASTM D3740 and ASTPVI E329.
29 3. Laboratory: Authorized to operate in the State of Washington.
30 4. Laboratory Staff: Maintain a full time registered Engineer on staff to review services.
31 5. Testing Equipment: Calibrated at reasonable intervals either by NIST or using an NIST
32 established Measurement Assurance Program, under a laboratory measurement quality
33 assurance program.
34 PART 2 PRODUCTS- NOT USED
35 PART 3 EXECUTION
36 3.01 CONTROL OF INSTALLATION
37 A. Monitor quality control over suppliers, manufacturers, products, services, site c;onditions, and
38 workmanship, to produce Work of specified quality.
39 B. Comply with manufacturers' instructions, including each step in sequence.
40 C. Should manufacturers' instructions conflict with Contract Documents, request��larification from
41 Architect (Erickson McGovern) before proceeding.
42 D. Comply with specified standards as minimum quality for the Work except where more stringent
43 tolerances, codes, or specified requirements indicate higher standards or more precise
44 workmanship.
45 E. Have Work performed by persons qualified to produce required and specified �quality.
46 F. Verify that field measurements are as indicated on shop drawings or as instructed by the
47 manufacturer.
48 G. Secure products in place with positive anchorage devices designed and sized to withstand
49 stresses, vibration, physical distortion, and disfigurement.
2010-16/YCS Fueling Station Bid -01 4000 -2 QUALITY REQUIREMENTS 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 3.02 TOLERANCES
2 A. Monitor fabrication and installation tolerance control of products to produce acceptable Work. Do
3 not permit tolerances to accumulate.
4 B. Comply with manufacturers'tolerances. Should manufacturers'tolerances conflict with Contract
5 Documents, request clarification from Architect (Erickson McGovern) before proceeding.
6 C. Adjust products to appropriate dimensions; position before securing products in place.
7 3.03 TESTING AND INSPECTION
g A. Testing Agency Duties:
9 1. Provide qualified personnel at site. Cooperate with Architect (Erickson McGovern) and
10 Contractor in performance of services.
11 2. Perform specified sampling and testing of products in accordance with specified standards.
12 3. Ascertain compliance of materials and mixes with requirements of Contract Documents.
13 4. Promptly notify Architect (Erickson McGovern) and Contractor of observed irregularities or
14 non-conformance of Work or products.
15 5. Perform additional tests and inspections required by Architect (Erickson McGovern).
16 6. Submit reports of all tests/inspections specified.
17 B. Limits on Testing/Inspection Agency Authority:
18 1. Agency may not release, revoke, alter, or enlarge on requirements of Contract Documents.
19 2. Agency may not approve or accept any portion of the Work.
20 3. Agency may not assume any duties of Contractor.
21 4. Agency has no authority to stop the Work.
22 C. Contractor Responsibilities:
23 1. Deliver to agency at designated location, adequate samples of materials proposed to be used
24 that require testing, along with proposed mix designs.
25 2. Cooperate with laboratory personnel, and provide access to the Work and to manufacturers'
26 facilities.
27 3. Provide incidental labor and facilities:
28 a. To provide access to Work to be tested/inspected.
29 b. To obtain and handle samples at the site or at source of Products to be tested/inspected.
30 c. To facilitate tests/inspections.
31 d. To provide storage and curing of test samples.
32 4. Notify Architect (Erickson McGovern) and laboratory 24 hours prior to expected time for
33 operations requiring testing/inspection services.
34 5. Employ services of an independent qualified testing laboratory and pay for additional
35 samples,tests, and inspections required by Contractor beyond specified requirements.
36 6. Arrange with Owner (Yelm Community Schools)'s agency and pay for additional samples,
37 tests, and inspections required by Contractor beyond specified requirements.
38 D. Re-testing required because of non-conformance to specified requirements shall be performed by
39 the same agency on instructions by Architect (Erickson McGovern).
40 E. Re-testing required because of non-conformance to specified requirements shall be paid for by
41 Contractor.
42 F. Re-testing required because of non-conformance to specified requirements shall be performed by
43 the same agency on instructions by Architect (Erickson McGovern). Payment for re-testing will be
44 charged to the Contractor by deducting testing charges from the Contract Price.
45 3.04 MANUFACTURERS' FIELD SERVICES
46 A. When specified in individual specification sections, require material or product suppliers or
47 manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces
48 and installation, quality of workmanship, start-up of equipment,test, adjust and balance of
49 equipment and training as applicable, and to initiate instructions when necessary.
2010-16/YCS Fueling Station Bid -01 4000 -3 QUALITY REQUIREMENTS 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 B. Report observations and site decisions or instructions given to applicators or installers that are
2 supplemental or contrary to manufacturers'written instructions.
3 3.05 DEFECT ASSESSMENT
4 A. Replace Work or portions of the Work not conforming to specified requirements.
5 B. If, in the opinion of Architect (Erickson McGovern), it is not practical to remove and replace the
6 Work,Architect (Erickson McGovern) will direct an appropriate remedy or adjust payment.
7 3.06 SCHEDULE OF REQUIRED TESTING AND INSPECTIONS
8 A. Additional Structural: As specified on Structural General Notes Quality Assurance/Special
9 Inspection.
10 B. Schedule:
11 1. Soils Compaction: Make tests at jobsite as work proceeds as described under Section 31
12 0000- Earthwork.
13 2. Asphalt Paving: Make tests at jobsite as work proceeds as described uncier Section 31 1423-
14 Paving and Surfacing.
15 3. Structural Concrete: Perform tests to concrete as required under"Quality�Control" paragraph
16 of Section 03 3000- Cast-In-Place Concrete.
17 4. Reinforcing Steel: Material verification (see Structural drawings).
18 5. Bolts Installed in Concrete: Inspection and observation during the placement of concrete or
19 epoxy around bolts (see Structural drawings).
20 6. Concrete and Reinforcing Steel Placement: Periodic visual inspection (sE:e Structural
21 drawings).
22 7. Structural Steel: Material verification (see Structural drawings).
23 8. Structural Steel Wefding: Inspection and testing of welds on site and at f�brication plant as
24 described under Section 05 1200 - Structural Steel and Section 05 5000 - Metal Fabrication.
25 END OF SECTION
,I
I
2010-16/YCS Fueling Station Bid -01 4000 -4 QUALITY RLQUIREMENTS 1-14-13 j
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 SECTION 01 4219
2 REFERENCE STANDARDS
3 PART 1 GENERAL
4 1.01 SECTION INCLUDES
5 A. Requirements relating to referenced standards.
6 1.02 RELATED REQUIREMENTS
7 A. Document 00 7200- General Conditions: Reference standards.
8 1.03 QUALITY ASSURANCE
9 A. For products or workmanship specified by reference to a document or documents not included in
10 the Project Manual, also referred to as reference standards, comply with requirements of the
11 standard, except when more rigid requirements are specified or are required by applicable codes.
12 B. Should specified reference standards conflict with Contract Documents, request clarification from
13 Architect (Erickson McGovern) before proceeding.
14 C. Neither the contractual relationships, duties, or responsibilities of the parties in Contract nor those
15 of Architect (Erickson McGovern) shall be altered by the Contract Documents by mention or
16 inference otherwise in any reference document.
17 1.04 STATE REGULATIONS
18 A. Compliance: See Section 007200 - General Conditions.
19 1. Comply with the State Building Code.
20 B. Comply with and give notices required including following:
21 1. Wage Rates:
22 a. Pay hourly wages to laborers, mechanics, or other workers employed in performance of
23 this Contract not less than prevailing rates for locality of Project, in accordance with
24 Chapter 39.12 RCW, as amended, and rules and regulations of Washington State
25 Department of Labor and Industries. See Prevailing Wage Rates in Section 00830 (for
26 reference only).
27 2. Wage Definition:
28 a. Prevailing rates are defined as current schedule of wages and fringe benefits for locality
29 as determined by Industrial Statistician of Department of Labor and Industries, and by
30 reference are made part of this Contract.
31 3. Wage Certification:
32 a. Before starting work,file statements under oath, with Owner and with Director of Labor
33 and Industries, certifying rate of hourly wage and fringe benefits to be paid to each
34 classification of worker employed by Contractor and Subcontractors, as required by
35 Department of Labor and Industries.
36 4. Resident Employees:
37 a. Comply with RCW 39.16 Sections, as follows:
38 1) 39.16.010- Percentage of resident employees specified -Wages.
39 2) 39.16.020 - Procedure when resident labor unavailable.
40 3) 39.16.030 - Provisions to be written into contract- Civil Penalty.
41 4) 39.16.040 -Criminal penalty.
42 5. Miscellaneous Regulations:
43 a. Comply with requirements of following:
44 1) RCW 49.28 - Hours of labor.
45 2) RCW 18.27- Contractor's registration.
46 3) RCW 70.92- Handicapped provisions.
47
2010-16/YCS Fueling Station Bid -01 4219- 1 REFERENCE STANDARDS 1-14-13
Support Operations Center�• Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 6. Nondiscrimination:
2 a. Comply with requirements of RCW 49.60. Except to extent permitted by bona fide
3 occupational qualification, agree to following:
4 1) Empioyment:
5 (a) Do not discriminate against employee or applicant for employment because of
6 race, creed, color, handicap, national origin, sex or age. insure that applicants
7 are employed and are treated during employment without regard to above
g discriminations; including upgrading, demotion or transfers, recruitment,
g recruitment advertising, layoff,termination, rates of pay or other forms of
10 compensation and selection for training.
11 2) Advertisements:
12 (a) In solicitations for employees or job orders for employees placed with
13 employment agencies, state that qualified applicants will receive consideration
14 for employment without above discriminations. So indicate compliance in
15 advertisements by use of words "Equal Opportunity EmplCyer".
16 3) Notices:
17 (a) Send notice to each labor union, or representative of entity for workers
18 collective bargaining agreement or other contract or understanding, advising of
19 Contractor's commitments under this Section.
20 4) Procurements:
21 (a) Include nondiscrimination provisions in Subcontracts and purchase orders for
22 goods and services under this Contract.
23 5) Forfeiture:
24 (a) Owner may terminate Contract, in whole or in part, per General Conditions, if
25 Contractor does not comply with nondiscrimination provisions.
26 PART 2 CONSTRUCTION INDUSTRY ORGANIZATION DOCUMENTS
27 2.01 AASHTO--AMERICAN ASSOCIATION OF STATE HIGHWAY AND TRANSPORTATION
28 OFFICIALS
29 A. AASHTO M 36 - Standard Specification for Corrugated Steel Pipe, Metallic-Caated, for Sewers
30 and Drains; 2003.
31 2.02 ACI --AMERICAN CONCRETE INSTITUTE INTERNATIONAL
32 A. ACI 211.1 - Standard Practice for Selecting Proportions for Normal, Heavywei��ht, and Mass
33 Concrete; 1991 (Reapproved 2002).
34 B. ACI 301 - Specifications for Structural Concrete for Buildings; 2010.
35 C. ACI 302.1 R -Guide for Concrete Floor and Slab Construction; 2004 (Errata 2C107).
36 D. ACI 304R - Guide for Measuring, Mixing, Transporting, and Placing Concrete; 2000.
37 E. ACI 305R - Hot Weather Concreting; 2010.
38 F. ACI 306R - Cold Weather Concreting; 2010.
39 G. ACI 318- Building Code Requirements for Structural Concrete and Commentary; 2008.
40 2.03 AGA--AMERICAN GALVANIZERS ASSOCIATION, INC.
41 A. AGA=89 - Hot Dip Galvanizing for Corrosion Protection of Steel Products; 198f�.
42 2.04 AGC--ASSOCIATED GENERAL CONTRACTORS OF AMERICA
43 A. AGC (CPSM) - Construction Planning and Scheduling Manual; 2004.
44 2.05 AI--THE ASPHALT INSTITUTE
45 A. AI SS-1 - Model Construction Specifications for Asphalt Concrete and Other Plant-Mix Types;
46 Seventh Edition (reprinted 1992).
47 B. AI SS-2- Specifications for Paving and Industrial Asphalts; 1995.
48 C. AI CL-2- Model Specifications for Small Paving Jobs; 1989.
2010-16/YCS Fueling Station Bid -01 4219- 2 REFERENC;E STANDARDS 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 D. AI ES-1 -Asphalt Technology and Construction Practices: Instructors Guide; 1983.
2 E. AI MS-2- Mix Design Methods for Asphalt Concrete and Other Hot-Mix Types; 1994.
3 F. AI MS-3 -Asphalt Plant Manual;. .
4 2.06 AIA-THE AMERICAN INSTITUTE OF ARCHITECTS
5 A. AIA A201 - General Conditions of the Contract for Construction; 2007.
6 B. AIA G702 -Application and Certificate for Payment; 1992.
7 2.07 AISC--AMERICAN INSTITUTE OF STEEL CONSTRUCTION, INC.
8 A. AISC (AMAN) -ASD Manual of Steel Construction; 1989, Ninth Edition.
9 B. AISC (MAN) - Steel Construction Manual; 2005.
10 C. AISC 360 - Specification for Structural Steel Buildings; 2005.
11 D. AISC S303 -Code of Standard Practice for Steel Buildings and Bridges; 2005.
12 2.08 AISI--AMERICAN IRON AND STEEL INSTITUTE
13 A. AISI SG02-1 - North American Specification for the Design of Cold-Formed Steel Structural
14 Members; American Iron and Steel Institute; 2001 with 2004 supplement.
15 2.09 ANSI--AMERICAN NATIONAL STANDARDS INSTITUTE
16 A. ANSI A14.3 -American National Standard for Ladders -- Fixed --Safety Requirements; 2008.
17 B. ANSI A108 Series/A118 Series/A136.1 -American National Standard Specifications for the
18 Installation of Ceramic Tile (Compendium); 2009.
19 C. ANSI A108.1 -American National Standard for Installation of Ceramic Tile; 2005.
20 D. ANSI A108.1a-American National Standard Specifications for Instaliation of Ceramic Tile in the
21 Wet-Set Method, with Portland Cement Mortar; 2010.
22 E. ANSI A108.1 b-American National Standard Specifications for Installation of Ceramic Tile on a
23 Cured Portland Cement Mortar Setting Bed with Dry-Set or Latex Portland Cement Mortar; 1999
24 (R2010).
25 F. ANSI A108.1 c- Specifications for Contractors Option: Installation of Ceramic Tile in the Wet-Set
26 Method with Portland Cement Mortar or Installation of Ceramic Tile on a Cured Portland Cement
27 Mortar Bed with Dry-Set or Latex Port►and Cement
28 G. ANSI A108.4-American National Standard Specifications for Installation of Ceramic Tile with
29 Organic Adhesives or Water Cleanable Tile-Setting Epoxy Adhesive; 2009.
30 H. ANSI A108.5-American National Standard Specifications for Installation of Ceramic Tile with
31 Dry-Set Portland Cement Mortar or Latex-Portland Cement Mortar; 1999 (R2010).
32 I. ANSI A108.6-American National Standard Specifications for Installation of Ceramic Tile with
33 Chemical Resistant,Water Cleanable Tile-Setting and -Grouting Epoxy; 1999 (R2010).
34 J. ANSI A108.8 -American National Standard Specifications for Installation of Ceramic Tile with
35 Chemical Resistant Furan Resin Mortar and Grout; 1999 (R2010).
36 K. ANSI A108.9-American National Standard Specifications for Installation of Ceramic Tile with
37 Modified Epoxy Emulsion Mortar/Grout; 1999 (R2010).
38 L. ANSI A108.10 -American National Standard Specifications for Installation of Grout in Tilework;
39 1999 (R2010).
40 M. ANSI A108.13-American National Standard for Installation of Load Bearing, Bonded,Waterproof
41 Membranes for Thin-Set Ceramic Tile and Dimension Stone; 2005 (R2010).
42 N. ANSI A118.1 -American National Standard Specifications for Dry-Set Portland Cement Mortar;
43 2010.
44 O. ANSI A118.6-American National Standard Specifications for Standard Cement Grouts for Tile
45 Installation; 2010.
2010-16/YCS Fueling Station Bid -01 4219-3 REFERENCE STANDARDS 1-14-13
Support Operations Center•- Fueling Station
Yelm Community Schools No.2
Erickson McG�vern Architects
1 P. ANSI A118.10 -American National Standard Specifications for Load Bearing, IBonded,Waterproof
2 Membranes For Thin-Set Ceramic Tile And Dimension Stone Installation; 200F3.
3 2.10 ASCE--AMERICAN SOCIETY OF CIVIL ENGINEERS
4 A. ASCE 7 - Minimum Design Loads for Buildings and Other Structures; 2011.
5 2.11 ASTM A SERIES--ASTM INTERNATIONAL
6 A. ASTM A6/A6M - Standard Specification for General Requirements for Rolled Structural Steel Bars,
7 Plates, Shapes, and Sheet Piling; 2011.
8 B. ASTM A36/A36M - Standard Specification for Carbon Structurai Steel; 2008.
9 C. ASTM A47M - Standard Specification for Ferritic Malleable Iron Castings (Metric); 1990
10 (Reapproved 1996).
11 D. ASTM A108- Standard Specification for Steel Bar, Carbon and Alloy, Cold Finished; 2007.
12 E. ASTM A123/A123M - Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and
13 Steel Products; 2009.
14 F. ASTM A153/A153M -Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel
15 Hardware; 2009.
16 G. ASTM A185/A185M -Standard Specification for Steel Welded Wire Reinforcement, Plain, for
17 Concrete; 2007.
18 H. ASTM A283/A283M - Standard Specification for Low and Intermediate Tensile� Strength Carbon
19 Steel Plates; 2003 (Reapproved 2007).
20 I. ASTM A307- Standard Specification for Carbon Steel Bolts and Studs, 60 000 PSI Tensile
21 Strength; 2010.
22 J. ASTM A325 - Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi
23 Minimum Tensile Strength; 2009a.
24 K. ASTM A325M - Standard Specification for Structural Bolts, Steel, Heat Treated 830 MPa Minimum
25 Tensile Strength (Metric); 2009.
26 L. ASTM A416/A416M -Standard Specification for Steel Strand, Uncoated Sevei�-Wire for
27 Prestressed Concrete; 2010.
28 M. ASTM A424- Standard Specification for Steel, Sheet, for Porcelain Enamelinq; 2009a.
29 N. ASTM A490- Standard Specification for Structural Bolts,Alloy Steel, Heat Treated, 150 ksi
30 Minimum Tensile Strength; 2010a.
31 O. ASTM A490M - Standard Specification for High-Strength Steel Bolts, Classes 10.9 and 10.9.3,for
32 Structural Steel Joints (Metric); 2010.
33 P. ASTM A497/A497M -Standard Specification for Steel Welded Wire Reinforcement, Deformed,for
34 Concrete; 2007.
35 Q. ASTM A500/A500M -Standard Specification for Cold-Formed Welded and Se�amless Carbon Steel
36 Structural Tubing in Rounds and Shapes; 2010a.
37 R. ASTM A501 - Standard Specification for Hot-Formed Welded and Seamless Garbon Steel
38 Structural Tubing; 2007.
39 S. ASTM A570/A570M -Standard Specification for Structural Steel, Sheet and S1�rip, Carbon,
40 Hot-Rolled; 1998.
41 T. ASTM A572/A572M -Standard Specification for High-Strength Low-Alloy Columbium-Vanadium
42 Structural Steel; 2007.
43 U. ASTM A615/A615M -Standard Specification for Deformed and Plain Carbon :iteel Bars for
44 Concrete Reinforcement; 2009b.
45 V. ASTM A641 M - Standard Specification for Zinc-Coated (Galvanized) Carbon Steel Wire (Metric);
46 1991.
2010-161 YCS Fueling Station Bid -01 4219 - 4 REFEREN(:E STANDARDS 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 W. ASTM A666 - Standard Specification for Annealed or Cold-Worked Austenitic Stainless Steel
2 Sheet, Strip, Plate, and Flat Bar; 2010.
3 X. ASTM A767/A767M -Standard Specification for Zinc-Coated (Galvanized) Steel Bars for Concrete
4 Reinforcement; 2009.
5 Y. ASTM A786/A786M -Standard Specification for Hot-Rolled Carbon, Low-Alloy, High-Strength
6 Low-Alloy, and Alloy Steel Fioor Plates; 2005 (Reapproved 2009).
7 Z. ASTM A792/A792M -Standard Specification for Steei Sheet, 55% Aluminum-Zinc Alloy-Coated by
g the Hot-Dip Process; 2010.
9 AA. ASTM A884/A884M -Standard Specification for Epoxy-Coated Steel Wire and Welded Wire
10 Reinforcement; 2006.
11 AB. ASTM A992/A992M -Standard Specification for Structural Steel Shapes; 2006a.
12 AC. ASTM A1008/A1008M - Standard Specification for Steel, Sheet, Cold-Rolled, Carbon, Structural,
13 High-Strength, Low Alloy, and High-Strength Low-Alloy with Improved Formability, Solution
14 Hardened, and Bake Hardenable; 2011
15 AD. ASTM A1011/A1011 M - Standard Specification for Steel, Sheet and Strip, Hot-Rolled, Carbon,
16 Structural, High-Strength Low-Alloy, High-Strength Low-Alloy with Improved Formability, and
17 Ultra-High Strength; 2010.
18 2.12 ASTM B SERIES--ASTM INTERNATIONAL
19 A. ASTM B32- Standard Specification for Solder Metal; 2008.
20 B. ASTM B749- Standard Specification for Lead and Lead Alloy Strip, Sheet, and Plate Products;
21 2003 (Reapproved 2009).
22 2.13 ASTM C SERIES--ASTM INTERNATIONAL
23 A. ASTM C33 -Standard Specification for Concrete Aggregates; 2011.
24 B. ASTM C39/C39M - Standard Test Method for Compressive Strength of Cy�indrical Concrete
25 Specimens; 2010.
26 C. ASTM C67 - Standard Test Methods for Sampling and Testing Brick and Structural Clay Tile;
27 2009.
28 D. ASTM C94/C94M - Standard Specification for Ready-Mixed Concrete; 2011.
29 E. ASTM C150- Standard Specification for Portland Cement; 2011.
30 F. ASTM C171 - Standard Specification for Sheet Materials for Curing Concrete; 2007.
31 G. ASTM C173/C173M - Standard Test Method for Air Content of Freshly Mixed Concrete by the
32 Volumetric Method; 2010b.
33 H. ASTM C206- Standard Specification for Finishing Hydrated Lime; 2003 (Reapproved 2009).
34 I. ASTM C260- Standard Specification for Air-Entraining Admixtures for Concrete; 2010a.
35 J. ASTM C297/C297M -Standard Test Method for Flatwise Tensile Strength of Sandwich
36 Constructions; 2004 (Reapproved 2010).
37 K. ASTM C309- Standard Specification for Liquid Membrane-Forming Compounds for Curing
38 Concrete; 2007.
39 L. ASTM C330- Standard Specification for Lightweight Aggregates for Structural Concrete; 2009.
40 M. ASTM C332 - Standard Specification for Lightweight Aggregates for Insulating Concrete; 2009.
41 N. ASTM C475/C475M - Standard Specification for Joint Compound and Joint Tape for Finishing
42 Gypsum Board; 2002 (Reapproved 2007).
43 0. ASTM C 478 - Standard Specification for Precast Reinforced Concrete Manhole Sections.
44 P. ASTM C494/C494M -Standard Specification for Chemical Admixtures for Concrete; 2010a.
45 Q. ASTM C 509 - Standard Specification for Elastomeric Cellular Preformed Gasket and Sealing
46 Material; 2006.
2010-16/YCS Fueling Station Bid -01 4219-5 REFERENCE STANDARDS 1-14-13
Support Operations Center•• Fueling Station
Yelm Community Schools No.2
Erickson McGmvern Architects
1 R. ASTM C578 - Standard Specification for Rigid, Cellular Polystyrene Thermal Insulation; 2010a.
2 S. ASTM C645- Standard Specification for Nonstructural Steel Framing Members; 2009a.
3 T. ASTM C665 - Standard Specification for Mineral-Fiber Blanket Thermal Insulation for Light Frame
4 Construction and Manufactured Housing; 2006.
5 U. ASTM C685/C685M - Standard Specification for Concrete Made by Volumetric: Batching and
6 Continuous Mixing; 2010.
7 V. ASTM C726 - Standard Specification for Mineral Fiber Roof Insulation Board; �?005e1.
8 W. ASTM C754- Standard Specification for Installation of Steel Framing Member.�to Receive
9 Screw-Attached Gypsum Panel Products; 2009a.
10 X. ASTM C780 - Standard Test Method for Preconstruction and Construction Ev�luation of Mortars
11 for Plain and Reinforced Unit Masonry; 2010.
12 Y. ASTM C834- Standard Specification for Latex Sealants; 2010.
13 Z. ASTM C840 - Standard Specification for Application and Finishing of Gypsum Board; 2008.
14 AA. ASTM C843 - Standard Specification for Application of Gypsum Veneer PlastEr; 1999
15 (Reapproved 2006).
16 AB. ASTM C844- Standard Specification for Application of Gypsum Base to Receive Gypsum Veneer
17 Plaster; 2004 (Reapproved 2010).
18 AC. ASTM C864 - Standard Specification for Dense Elastomeric Compression Seal Gaskets, Setting
19 Blocks, and Spacers; 2005.
20 AD. ASTM C881/C881 M -Standard Specification for Epoxy-Resin-Base Bonding Systems for
21 Concrete; 2010.
22 AE. ASTM C920 - Standard Specification for Elastomeric Joint Sealants; 2011.
23 AF. ASTM C926 - Standard Specification for Application of Portland Cement-Based Plaster; 2006.
24 AG. ASTM C932 - Standard Specification for Surface-Applied Bonding Compound:>for Exterior
25 Plastering; 2006.
26 AH. ASTM C955 - Standard Specification for Load-Bearing (Transverse and Axial) Steel Studs,
27 Runners (Tracks), and Bracing or Bridging for Screw Application of Gypsum Panel Products and
28 Metal Plaster Bases; 2010.
29 AI. ASTM C979 - Standard Specification for Pigments for Integrally Colored Concu�ete; 2010.
30 AJ. ASTM C991 - Standard Specification for Flexible Glass Fiber Insulation for Metal Buildings;
31 2008e1.
32 AK. ASTM C1002- Standard Specification for Steel Self-Piercing Tapping Screws for the Application of
33 Gypsum Panel Products or Metal Plaster Bases to Wood Studs or Steel Studs; 2007.
34 AL. ASTM C1021 - Standard Practice for Laboratories Engaged in Testing of Buildling Sealants; 2008.
35 AM. ASTM C1036- Standard Specification for Flat Glass; 2006.
36 AN. ASTM C1047- Standard Specification for Accessories For Gypsum Wallboard and Gypsum
37 Veneer Base; 2010a.
38 A0. ASTM C1048 - Standard Specification for Heat-Treated Flat Glass--Kind HS, Kind FT Coated and
39 Uncoated Glass; 2004.
40 AP. ASTM C1059/C1059M - Standard Specification for Latex Agents for Bonding F=resh to Hardened
41 Concrete; 1999 (Reapproved 2008).
42 AQ. ASTM C1077- Standard Practice for Laboratories Testing Concrete and Concrete Aggregates for
43 Use in Construction and Criteria for Laboratory Evaluation; 2011.
44 AR. ASTM C1093- Standard Practice for Accreditation of Testing Agencies for Masonry; 2009.
45 AS. ASTM C1107/C1107M -Standard Specification for Packaged Dry, Hydraulic-C;ement Grout
46 (Nonshrink); 2011.
2010-16/YCS Fueling Station Bid -01 4219 -6 REFERENC;E STANDARDS 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 AT. ASTM C1172 - Standard Specification for Laminated Architectural Flat Glass; 2009e1.
2 AU. ASTM C1193- Standard Guide for Use of Joint Sealants; 2010.
3 AV. ASTM C1240 - Standard Specification for Silica Fume Used in Cementitious Mixtures; 2010a.
4 AW.ASTM C1280 - Standard Specification for Application of Gypsum Sheathing Board; 2009.
5 AX. ASTM C1281 - 03 - Standard Specification for Preformed Tape Sealants for Glazing Applications;
6 (2009).
7 AY. ASTM C1289- Standard Specification for Faced Rigid Cellular Polyisocyanurate Thermal
8 Insulation Board; 2010.
9 AZ. ASTM C 1330 -Standard Specification for Cylindrical Sealant Backing for Use with Cold Liquid
10 Applied Sealants; 2002 (Reapproved 2007).
11 BA. ASTM C1363 - Standard Test Method for Thermal Performance of Building Assemblies by Means
12 of a Hot Box Apparatus; 2005.
13 BB. ASTM C1396/C1396M -Standard Specification for Gypsum Board; 2009a.
14 2.14 ASTM D SERIES--ASTM INTERNATIONAL
15 A. ASTM D16- Standard Terminology for Paint, Related Coatings, Materials, and Applications; 2011.
16 B. ASTM D41 - Standard Specification for Asphalt Primer Used in Roofing, Dampproofing, and
17 Waterproofing; 2011.
18 C. ASTM D312 - Standard Specification for Asphalt Used in Roofing; 2000 (Reapproved 2006).
19 D. ASTM D635 - Standard Test Method for Rate of Burning and/or Extent and Time of Burning of
20 Plastics in a Horizontal Position; 2010.
21 E. ASTM D 1037 -Standard Test Methods for Evaluating Properties of Wood-Base Fiber and Particle
22 Panel Materials; 2006a.
23 F. ASTM D1056- Standard Specification for Flexible Cellular Materials--Sponge or Expanded
24 Rubber; 2007.
25 G. ASTM D1227- Standard Specification for Emulsified Asphalt Used as a Protective Coating for
26 Roofing; 1995 (Reapproved 2007).
27 H. ASTM D1667- Standard Specification for Flexible Cellular Materials--Poly(Vinyl Chloride) Foam
28 (Closed-Cell); 2005 (Reapproved 2011).
29 I. ASTM D1751 - Standard Specification for Preformed Expansion Joint Filler for Concrete Paving
30 and Structural Construction (Nonextruding and Resilient Bituminous Types); 2004 (Reapproved
31 2008).
32 J. ASTM D1929- Standard Test Method for Determining Ignition Temperature of Plastics; 2010.
33 K. ASTM D2244- Standard Practice for Calculation of Color Differences from Instrumentally
34 Measured Color Coordinates; 2009b.
35 L. ASTM D 2287 -Standard Specification for Nonrigid Vinyl Chloride Polymer and Copolymer
36 Molding and Extrusion Compounds; 1996 (Reapproved 2001).
37 M. ASTM D2822 -Standard Specification for Asphalt Roof Cement,Asbestos-Containing; 2005.
38 N. ASTM D2824- Standard Specification for Aluminum-Pigmented Asphalt Roof Coatings,
39 Nonfibered,Asbestos Fibered, and Fibered without Asbestos; 2006.
40 O. ASTM D2843 - Standard Test Method for Density of Smoke from the Burning or Decomposition of
41 Plastics; 2010.
42 P, ASTM D3161 - Standard Test Method for Wind-Resistance of Asphalt Shingles (Fan-Induced
43 Method); 2009.
44 Q. ASTM D3462- Standard Specification for Asphalt Shingles Made From Glass Felt and Surfaced
45 with Mineral Granules; 2010a.
2010-16/YCS Fueling Station Bid -01 4219-7 REFERENCE STANDARDS t-14-13
Support Operations Center�- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 R. ASTM D3740 - Standard Practice for Minimum Requirements for Agencies Engaged in the Testing
2 and/or Inspection of Soil and Rock as Used in Engineering Design and Construction; 2010.
3 S. ASTM D3763 -08 Standard Test Method for High Speed Puncture Properties of Plastics Using
4 Load and Displacement Sensors
5 T. ASTM D3960 - Standard Practice for Determining Volatile Organic Compound (VOC) Content of
6 Paints and Related Coatings; 2005.
7 U. ASTM D4586- Standard Specification for Asphalt Roof Cement, Asbestos-FrEe; 2007.
8 V. ASTM D4601 - Standard Specification for Asphalt-Coated Glass Fiber Base Sheet Used in
9 Roofing; 2004.
10 W. ASTM D6878- Standard Specification for Thermopiastic Polyolefin Based Sheet Roofing; 2011.
11 2.15 ASTM E SERIES--ASTM INTERNATIONAL
12 A. ASTM E108 - Standard Test Methods for Fire Tests of Roof Coverings; 2010a.
13 B. ASTM E119- Standard Test Methods for Fire Tests of Building Construction and Materials; 2011.
14 C. ASTM E136 - Standard Test Method for Behavior of Materials in a Vertical Tube Furnace At 750
15 Degrees C; 2011.
16 D. ASTM E283 - Standard Test Method for Determining the Rate of Air Leakage�Through Exterior
17 Windows, Curtain Walls, and Doors Under Specified Pressure Differences Across the Specimen;
18 2004.
19 E. ASTM E329 - Standard Specification for Agencies Engaged in Construction Inspection and/or
20 Testing; 2011.
21 F. ASTM E330 - Standard Test Method for Structural Performance of Exterior Windows, Doors,
22 Skylights and Curtain Walls by Uniform Static Air Pressure Difference; 2002 (Reapproved 2010).
23 G. ASTM E331 - Standard Test Method for Water Penetration of Exterior Window�s, Skylights, Doors,
24 and Curtain Walls by Uniform Static Air Pressure Difference; 2000 (ReapprovFd 2009).
25 H. ASTM E543 - Standard Specification for Agencies Performing Nondestructive Testing; 2009.
26 I. ASTM E547- Standard Test Method for Water Penetration of Exterior Window�s, Skylights, Doors,
27 and Curtain Walls by Cyclic Static Air Pressure Differential; 2000 (Reapproved 2009).
28 J. ASTM E648 - Standard Test Method for Critical Radiant Flux of Floor-Coverinq Systems Using a
29 Radiant Heat Energy Source; 2010e1.
30 K. ASTM E662 - Standard Test Method for Specific Optical Density of Smoke Generated by Solid
31 Materials; 2009.
32 L. ASTM E736- Standard Test Method for Cohesion/Adhesion of Sprayed Fire-Flesistive Materials
33 Applied to Structural Members; 2000 (Reapproved 2006).
34 M. ASTM E760 - Standard Test Method for Effect of Impact on Bonding of Sprayed Fire-Resistive
35 Material Applied to Structural Members; 1992 (Reapproved 2005).
36 N. ASTM E773 - Standard Test Method for Accelerated Weathering of Sealed Ins�ulating Glass Units;
37 2001.
38 O. ASTM E774 - Standard Specification for the Classification of the Durability of�iealed Insulating
39 Glass Units; 1997.
40 P. ASTM E814 - Standard Test Method for Fire Tests of Through-Penetration Fire Stops; 2011 a.
41 Q. ASTM E935 - Standard Test Methods for Performance of Permanent Metal Railing Systems and
42 Rails for Buildings; 2000 (Reapproved 2006).
43 R. ASTM E985 - Standard Specification for Permanent Metal Railing Systems arnd Rails for Buildings;
44 2000 (Reapproved 2006).
45 S. ASTM E1155 - Standard Test Method for Determining F(F) Floor Flatness and F(L) Floor
46 Levelness Numbers; 1996 (Reapproved 2008).
47 T. ASTM E1264- Standard Classification for Acoustical Ceiling Products; 2008e�.
2010-16/YCS Fueling Station Bid -01 4219 - 8 REFERENC:E STANDARDS 1-14-13
Support Operations Center- Fueling Station
Yeim Community Schools No.2
Erickson McGovern Architects
1 U. ASTM E1300 - Standard Practice for Determining Load Resistance of Glass in Buiidings; 2009a.
2 V. ASTM E1745 - Standard Specification for Plastic Water Vapor Retarders Used in Contact with Soil
3 or Granular Fill under Concrete Slabs; 2009.
4 W. ASTM E2178 - Standard Test Method for Air Permeance of Building Materials; 2003.
5 X. ASTM E2190 - Standard Specification for Insulating Glass Unit Performance and Evaluation; 2010.
6 2.16 ASTM F SERIES--ASTM INTERNATIONAL
7 A. ASTM F 568M - Standard Specification for Carbon and Alloy Steel Externally Threaded Metric
8 Fasteners; 2007.
9 B. ASTM F710 - Standard Practice for Preparing Concrete Floors to Receive Resilient Flooring; 2008.
10 C. ASTM F793 - Standard Classification of Wall Covering by Use Characteristics; 2010a.
11 D. ASTM F1303- Standard Specification for Sheet Vinyl Floor Covering with Backing; 2004
12 (Reapproved 2009).
13 E. ASTM F1861 - Standard Specification for Resilient Wall Base; 2008.
14 F. ASTM F 1869- Standard Test Method for Measuring Moisture Vapor Emission Rate of Concrete
15 Subfloor Using Anhydrous Calcium Chloride; 2004.
16 G. ASTM F1913 - Standard Specification for Vinyl Sheet Floor Covering Without Backing; 2004
17 (Reapproved 2010).
18 2.17 ASTM G SERIES--ASTM INTERNATIONAL
19 A. ASTM G21 - Standard Practice for Determining Resistance of Synthetic Polymeric Materials to
20 Fungi; 2009.
21 B. ASTM G22- Standard Practice for Determining Resistance of Plastics to Bacteria; 1976
22 (Reapproved 1996).
23 2.18 AWI/AWMAC/WI--JOINT PUBLICATION OF ARCHITECTURAL WOODWORK
24 INSTITUTE/ARCHITECTURAL WOODWORK MANUFACTURERS ASSOCIATION OF
25 CANADA/WOODWORK INSTITUTE
26 A. AWI/AWMAC/WI (AWS) -Architectural Woodwork Standards; 2009.
27 2.19 AWPA--AMERICAN WOOD-PRESERVERS' ASSOCIATION
28 A. AWPA C9- Plywood -- Preservative Treatment by Pressure Processes; 2003.
29 B. AWPA M4-Standard for the Care of Preservative-Treated Wood Products; 2006.
30 2.20 AWS--AMERICAN WELDING SOCIETY
31 A. AWS A2.4 -Standard Symbols for Welding, Brazing, and Nondestructive Examination; 2007.
32 B. AWS D1.1/D1.1 M -Structural Welding Code - Steel; 2010.
33 C. AWS D1.3 -Structural Welding Code - Sheet Steel; 2008.
34 2.21 BAAQMD-- BAY AREA AIR QUALITY MANAGEMENT DISTRICT
35 A. BAAQMD 8-51 - Bay Area Air Quality Management District Regulation 8, Rule 51, Adhesive and
36 Sealant Products; www.baaqmd.gov; 2002.
37 2.22 BHMA-- BUILDERS HARDWARE MANUFACTURERS ASSOCIATION
38 A. BHMA A156.9-American National Standard for Cabinet Hardware; 2010 (ANSI/BHMA A156.9).
39 B. BHMA A156.115- Hardware Preparation in Steel Doors and Steel Frames; 2006.
40 2.23 CRSI--CONCRETE REINFORCING STEEL INSTITUTE
41 A. CRSI (DA4) - Manual of Standard Practice; 2001.
42 2.24 CSSB--CEDAR SHAKE AND SHINGLE BUREAU
43 A. CSSB (WEB) - [Grade Standards and Installation Recommendations as Posted at
44 www.cedarbureau.org]; Cedar Shake and Shingle Bureau; current edition.
2010-16/YCS Fueling Station Bid -01 4219- 9 REFERENCE STANDARDS 1-14-13
Support Operations Center- Fueling Station
Yeim Community Schools No.2
Erickson McGovern Architects
1 2.25 DASMA-- DOOR &ACCESS SYSTEMS MANUFACTURERS' ASSOCIATION, I�VTERNATIONAL
2 A. DASMA 102 -American National Standard Specifications for Sectional OverhE�ad Type Doors;
3 2004 (ANSI/DASMA 102).
4 2.26 FM -- FACTORY MUTUAL RESEARCH CORPORATION
5 A. FM DS 1-28 -Wind Design; 2007.
6 2.27 GA--GYPSUM ASSOCIATION
7 A. GA-216 -Application and Finishing of Gypsum Board; 2010.
8 B. GA-600 - Fire Resistance Design Manual; 2009.
9 2.28 GANA-- GLASS ASSOCIATION OF NORTH AMERICA
10 A. GANA (GM) - GANA Glazing Manual; 2009.
11 B. GANA (SM) - FGMA Sealant Manual; 2008.
12 C. GANA (LGDG) - Laminated Glazing Reference Manual; 2009.
13 2.29 HPVA-- HARDWOOD PLYWOOD VENEER ASSOCIATION
14 A. HPVA HP-1 -American National Standard for Hardwood and Decorative Piyw��od; 2004
15 (ANSI/HPVA HP-1).
16 2.30 ICC - INTERNATIONAL CODE COUNCIL, INC.
17 A. ANSI/ICC A117.1 -American National Standard for Accessible and Usable Buiidings and
18 Facilities; 2003.
19 B. ICC (IBC) - International Building Code; 2009.
20 C. ICC (IFC) - International Fire Code; 2009.
21 2.31 IGMA- INSULATING GLASS MANUFACTURERS ALLIANCE
22 A. SIGMA TM-3000 - Glazing Guidelines for Sealed Insulating Glass Units; 2004.
23 2.32 ITS-- INTERTEK TESTING SERVICES NA, INC.
24 A. ITS (DIR) - Directory of Listed Products; current edition.
25 2.33 MPI- MASTER PAINTERS INSTITUTE (MASTER PAINTERS AND DECORATORS ASSOCIATION)
26 A. MPI (APL) - Master Painters Institute Approved Products List; Master Painters and Decorators
27 Association; current edition, www.paintinfo.com.
28 B. MPI (APSM) - Master Painters Institute Architectural Painting Specification Manual; 2004.
29 2.34 NAAMM --THE NATIONAL ASSOCIATION OF ARCHITECTURAL METAL MAI�UFACTURERS
30 A. NAAMM HMMA 840 -Guide Specifications for Installation and Storage of Hollc�w Metal Doors and
31 Frames; 2007.
32 B. NAAMM HMMA 860 - Guide Specifications for Hollow Metal Doors and Frames; 1992.
33 C. NAAMM HMMA 861 - Guide Specifications for Commercial Hollow Metal Doors and Frames.
34 D. NAAMM AMP 510 - Metal Stairs Manual; 1992, Fifth Edition.
35 E. NAAMM MBG 531 - Metal Bar Grating Manual; 2009 (ANSI/NAAMM MBG 531).
36 F. NAAMM MBG 532 - Heavy Duty Metal Bar Grating Manual; 2009 (ANSI/NAANIM MBG 532).
37 2.35 NEMA-- NATIONAL ELECTRICAL MANUFACTURERS ASSOCIATION
38 A. NEMA LD 3 - High-Pressure Decorative Laminates; 2005.
39 B. NEMA MG 1 - Motors and Generators; 2009, Revision 1 -2010.
40 2.36 NFPA-- NATIONAL FIRE PROTECTION ASSOCIATION
41 A. NFPA 10 - Standard for Portable Fire Extinguishers; 2010.
42 B. NFPA 30 - Flammable and Combustible Liquids Code; 2008.
43 C. NFPA 45 - Standard on Fire Protection for Laboratories Using Chemicals; 200�4.
2010-16/YCS Fueling Station Bid -01 4219- 10 REFERENC,E STANDARDS 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 D. NFPA 70 - National Electrical Code; Most Recent Edition Adopted by Authority Having Jurisdiction,
2 Including All Applicable Amendments and Supplements.
3 E. NFPA 102 - Standard for Grandstands, Folding and Telescopic Seating, Tents, and Membrane
4 Structures; National Fire Protection Association; 2011.
5 F. NFPA 252 - Standard Methods of Fire Tests of Door Assemblies; 2008.
6 G. NFPA 253 - Standard Method of Test for Critical Radiant Flux of Floor Covering Systems Using a
7 Radiant Heat Energy Source; 2011.
8 H. NFPA 255 - Standard Method of Test of Surface Burning Characteristics of Building Materials;
9 2006.
10 I. NFPA 261 - Standard Method of Test for Determining Resistance of Mock-Up Upholstered
11 Furniture Material Assemblies to Ignition by Smoldering Cigarettes; National Fire Protection
12 Association; 2009.
13 J. NFPA 286- Standard Methods of Fire Tests for Evaluating Contribution of Wall and Ceiling Interior
14 Finish to Room Fire Growth; 2011.
15 K. NFPA 701 -Standard Methods of Fire Tests for Flame Propagation of Textiles and Films; 2010.
16 2.37 NHLA-- NATIONAL HARDWOOD LUMBER ASSOCIATION
17 A. NHLA G-101 - Rules for the Measurement& Inspection of Hardwood &Cypress; 2007.
18 2.38 NLGA-- NATIONAL LUMBER GRADES AUTHORITY
19 A. NLGA (GR) -Standard Grading Rules for Canadian Lumber; 2007.
20 2.39 NRCA-- NATIONAL ROOFING CONTRACTORS ASSOCIATION
21 A. NRCA ML104-The NRCA Roofing and Waterproofing Manual; Fifth Edition, with interim updates.
22 2.40 NWWDA-- NATIONAL WOOD WINDOW AND DOOR ASSOCIATION (NAME CHANGED TO
23 WDMA)
24 2.41 PCA-- PORTLAND CEMENT ASSOCIATION
25 2.42 PCI -- PRECAST/PRESTRESSED CONCRETE INSTITUTE
26 A. PCI (CERT) - PCI Plant Certification; Precast/Prestressed Concrete Institute; online at www.pci.org
27 B. PCI MNL-120- PCI Design Handbook - Precast and Prestressed Concrete; Sixth Edition, 2004.
28 C. PCI MNL-122-Architectural Precast Concrete; 2007, Third Edition.
29 D. PCI MNL-123- Design and Typical Details of Connections for Precast and Prestressed Concrete;
30 1988, Second Edition.
31 E. PCI MNL-135 -Tolerance Manual for Precast and Prestressed Concrete Construction; 2000.
32 2.43 RIS-- REDWOOD INSPECTION SERVICE
33 A. RIS (GR) - Standard Specifications for Grades of California Redwood Lumber; 2000.
34 2.44 SCAQMA--SOUTH COAST AIR C�UALITY MANAGEMENT DISTRICT
35 A. SCAQMD 1168- South Coast Air Quality Management District Rule No.1168; current edition;
36 www.aqmd.gov.
37 2.45 SDI--STEEL DECK INSTITUTE, INC.
38 A. SDI (DM) - Publication No.30, Design Manual for Composite Decks, Form Decks, and Roof Decks;
39 2007.
40 2.46 SEFA- SCIENTIFIC EQUIPMENT AND FURNITURE ASSOCIATION
41 2.47 SIGMA- SEALED INSULATING GLASS MANUFACTURERS ASSOCIATION (SEE IGMA)
42 2.48 SJI-- STEEL JOIST INSTITUTE
43 A. SJI Technical Digest No. 9 - Handling and Erection of Steel Joists and Joist Girders; 2008.
44 B. SJI (SPEC) -Catalog of Standard Specifications Load Tables and Weight Tables for Steel Joists
45 and Joist Girders; 2005.
2oio-�s/YOS Fue�ing station Bid -01 4219- 11 REFERENCE STANDARDS 1-14-13
Support Operations Center•• Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 2.49 SMACNA-- SHEET METAL AND AIR CONDITIONING CONTRACTORS' NATIONAL
2 ASSOCIATION, INC.
3 A. SMACNA(ASMM) -Architectural Sheet Metal Manual; 2003.
4 2.50 SPIB-- SOUTHERN PINE INSPECTION BUREAU, INC.
5 A. SPIB (GR) - Grading Rules; 2002.
6 2.51 SSPC--THE SOCIETY FOR PROTECTIVE COATINGS
7 A. SSPC-Paint 15 - Steel Joist Shop Paint; 1999 (Ed. 2004).
8 B. SSPC-Paint 20 -Zinc-Rich Primers (Type I, "Inorganic,"and Type II, "Organic"); 2002 (Ed. 2004).
9 C. SSPC-Paint 25 -Zinc Oxide,Alkyd, Linseed Oil Primer for Use Over Hand Cleaned Steel; 1997
10 (Ed. 2004).
11 2.52 UL-- UNDERWRITERS LABORATORIES INC.
12 A. UL (ECMD) - Electrical Construction Materials Directory; current edition.
13 B. UL (FPED) - Fire Protection Equipment Directory; current edition.
14 C. UL (FRD) - Fire Resistance Directory; current edition.
15 D. UL (RMSD) - Roofing Materials and Systems Directory; current edition.
16 E. UL 580- Standard for Tests for Uplift Resistance of Roof Assemblies; Current Edition, Including All
17 Revisions.
18 F. UL 723 -Standard for Test for Surface Burning Characteristics of Building Materials; Current
19 Edition, Including All Revisions.
20 G. UL 1784- Standard for Air Leakage Tests of Door Assemblies; Current Editioni, Including All
21 Revisions.
22 H. UL 1805 - Standard for Laboratory Hoods and Cabinets; 2002.
23 I. UL 61010-1 -Safety Requirements for Electrical Equipment for Measurement, Control, and
24 Laboratory Use - Part 1: General Requirements; 2004.
25 2.53 WCLIB--WEST COAST LUMBER INSPECTION BUREAU
26 A. WCLIB (GR) -Standard Grading Rules for West Coast Lumber No. 17; 2004, ��nd supplements.
27 2.54 WCMA--WINDOW COVERING MANUFACTURERS ASSOCIATION
28 A. WCMA A100.1 - Safety of Corded Window Covering Products;Window Covering Manufacturers
29 Association; 2010. (ANSI/WCMA A101.1)
30 2.55 WDMA--WINDOW AND DOOR MANUFACTURERS ASSOCIATION (FORMERLY NWWDA)
31 A. WDMA I.S.4 -Water-Repellent Preservative Non-Pressure Treatment for Millw�ork; 2009.
32 2.56 WWPA--WESTERN WOOD PRODUCTS ASSOCIATION
33 A. WWPA G-5 -Western Lumber Grading Rules; 2011.
34 PART 3 UNITED STATES GOVERNMENT AND RELATED AGENCIES DOCUMENTS
35 3.01 CFR--CODE OF FEDERAL REGULATIONS
36 A. 16 CFR 1201 - Safety Standard for Architectural Glazing Materials; current edition.
37 B. 40 CFR 59, Subpart D - National Volatile Organic Compound Emission Stand2�rds for Architectural
38 Coatings; U.S. Environmental Protection Agency; current edition.
39 3.02 ATBCB- US ARCHITECTURAL AND TRANSPORTATION BARRIERS COMPLI,ANCE BOARD
40 A. ATBCB ADAAG -Americans with Disabilities Act Accessibility Guidelines; 2002.
41 3.03 COE--CORPS OF ENGINEERS, U.S. ARMY
42 A. COE CRD-C 513 - COE Specifications for Rubber Waterstops; 1974.
2010-16/YCS Fueling Station Bid -01 4219 - 12 REFERENC,E STANDARDS 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 3.04 PS- PRODUCT STANDARDS
2 A. PS 2 - Performance Standard for Wood-Based Structural-Use Paneis; National Institute of
3 Standards and Technology, U.S. Department of Commerce; 2010.
4 B. PS 20-American Softwood Lumber Standard; 2005.
5 END OF SECTION
2010-16/YCS Fueling Station Bid -01 4219- 13 REFERENCE STANDARDS 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 SECTION 01 5000
2 TEMPORARY FACILITIES AND CONTROLS
3 PART 1 GENERAL
4 1.01 SECTION INCLUDES
5 A. Temporary utilities.
6 B. Temporarytelecommunications services.
7 C. Temporary sanitary facilities.
8 D. Temporary controls:fencing.
9 E. Water.
10 1. Drinking water.
11 F. Waste removal facilities and services.
12 G. Field offices.
13 H. Miscellaneous temporary requirements.
14 1.02 TEMPORARY UTILITIES
15 A. Provide clean, potable water as required. Make temporary connections to closest existing utility
16 piping and provide meter, piping, hoses, nozzles and other accessories as required.At completion,
17 or before if directed, disconnect temporary connections and piping and remove from site.
18 1. Requirements include water as required for irrigation of any and all landscaping and fields.
19 B. Existing facilities may be used as follows
20 1. Electrical Power may be obtained from the existing facility if available.
21 a. Provide all temporary power, including pole and poles, transformer if required, of voltage
22 and phasing as required for the work. Provide wiring for all required extension cords,
23 lighting outlets, and power outlets (grounding type), and other required equipment and
24 accessories necessary for construction and site improvement purposes. Remove power
25 and their connections at completion of the work, or sooner if approved or directed.
26 2. Temporary Water may be obtained from the existing facility if available.
27 a. Coordinate with Owner locations of connections and routing of service lines. Service
28 lines shall not restrict use or cause health and safety issues or problems.
29 C. Use trigger-operated nozzles for water hoses, to avoid waste of water.
30 1.03 TELECOMMUNICATIONS SERVICES
31 A. Provide, maintain, and pay for telecommunications services to field office at time of project
32 mobilization.
33 B. Provide the following:
34 1. Provide non-coin-box telephone connected to the local telephone exchange. Install when
35 work is started; maintain until final completion; pay all charges. Allow all those connected with
36 the work to use, provided they pay for toll calls
37 C. Telecommunications services shall include:
38 1. Windows-based personal computer dedicated to project telecommunications, with necessary
39 software and laser printer.
40 2. Telephone Land Lines: One line, minimum; one handset per line.
41 3. Internet Connections: Minimum of one; DSL modem or faster.
42 1.04 DRINKING WATER
43 A. Provide, from proven safe source,for all those connected with the work. Pipe or transport water in
44 such manner as to keep it clean and fresh. Serve from single service containers or sanitary
45 drinking fountains.
46 1.05 TEMPORARY SANITARY FACILITIES
47 A. Provide and maintain required facilities and enclosures. Provide at time of project mobilization.
20�o-is/YCS Fue�ing station Bid -01 5000- 1 TEMPORARY FACILITIES AND CONTROLS 1-14-13
Support Operations Center-� Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 B. Maintain daily in clean and sanitary condition.
2 1.06 FENCING
3 A. Construction: Contractor's option.
4 B. Provide 6 foot (1.8 m) high fence around construction site; equip with vehicular and pedestrian
5 gates with locks.
6 1.07 VEHICULAR ACCESS AND PARKING
7 A. Coordinate access and haul routes with governing authorities and Owner (Yelrn Community
8 Schools).
9 B. Provide and maintain access to fire hydrants, free of obstructions.
10 C. Provide means of removing mud from vehicle wheels before entering streets.
11 D. Provide temporary parking areas to accommodate construction personnel.When site space is not
12 adequate, provide additional off-site parking.
13 1.08 WASTE REMOVAL
14 A. Provide waste removal facilities and services as required to maintain the site in clean and orderly
15 condition.
16 B. Provide containers with lids. Remove trash from site periodically.
17 C. If materials to be recycled or re-used on the Project must be stored on-site, provide suitable
18 non-combustible containers; locate containers holding flammable material outside the structure
19 unless otherwise approved by the authorities having jurisdiction.
20 D. Open free-fall chutes are not permitted. Terminate closed chutes into appropriate containers with
21 lids.
22 1.09 FIELD OFFICES
23 A. Provide one 16-foot by 8-foot (minimum) trailer. The office and equipment furnNShed will remain the
24 property of the Contractor. The office and equipment will be used as Contractor's field office during
25 construction until final acceptance by the Owner. Remove office and equipmerit and all temporary
26 utilities from the site when notified by the Owner Representative.
27 B. Office:Weathertight, with lighting, electrical outlets, heating, ventilating equiprrient, and equipped
28 with sturdy furniture, drawing rack and drawing display table.
29 C. Equip and have ready for use within 10 days after n.otice to proceed. Install wooden stairs, 5-foot
30 by 5-foot platform, and handrail at the exterior door, meeting applicable building codes.
31 D. Provide space for Project meetings, with table and chairs to accommodate 4 p�rsons.
32 1.10 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS
33 A. Remove temporary utilities, equipment,facilities, materials, prior to Final Applic;ation for Payment
34 inspection.
35 B. Remove underground installations to a minimum depth of 2 feet (600 mm). Gr��de site as
36 indicated.
37 C. Clean and repair damage caused by installation or use of temporary work.
38 D. Restore new permanent facilities used during construction to specified conditic�n.
39 1.11 MISCELLANEOUS TEMPORARY REQUIREMENTS
40 A. Cleaning-Up:
41 1. During the Work: Contractor and each subcontractor at all times shall kee�p the premises free
42 from accumulation of waste materials or rubbish caused by his operations. Just before
43 completion of the work, Contractor and each subcontractor shall remove all his waste
44 materials and rubbish from and about the Project as well as all his tools, c;onstruction
45 equipment, machinery and surplus materials. If Contractor fails to enforcE clean-up
46 procedures,the Owner may do the clean-up and the cost thereof shall be charged to the
47 Contractor as provided in the General Conditions.
2010-16/YCS Fueling Station Bid -01 5000-2 TEMPORARY FACILITIES AND CONTROLS 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No. 2
Erickson McGovern Architects
1 B. Temporary Shoring, Bracing &Sheeting:
2 1. Provide as required for work in the various Sections.
3 C. Dust Control:
4 1. Provide positive methods and apply dust control materials to minimize raising dust from
5 dispersing into the atmosphere.
6 D. Water Control:
7 1. Provide positive methods to control surface water. Prevent damage to Project, site, and
g adjoining properties.
9 a. Control fill, grading, and ditching to direct surface drainage away from excavations, pits,
10 tunnels, and other construction areas. Direct all drainage to proper runoff.
11 2. Provide, operate, and maintain hydraulic equipment of adequate capacity to control surface
12 water.
13 3. Dispose of drainage water in a manner to prevent flooding, erosion, siltation, and other
14 damage to any portion of the site or adjoining areas. Special care shall be taken to prevent
15 run off into the irrigation ditch along the north boundary of the site.
16 E. Debris Control:
17 1. Maintain all areas under Contractor's control free of extraneous debris.
18 2. Areas will be designated for parking of trucks to receive demolition debris. Coordinate with
19 Owner at time of scheduling.
20 3. Initiate and maintain a specific program to prevent accumulation of debris at construction site,
21 storage and parking areas, or along access roads and haul routes.
22 a. Provide containers for deposit of debris.
23 b. Prohibit overloading of trucks to prevent spillage on access and haul routes.
24 1) Provide periodic inspection of traffic areas to enforce requirements.
25 4. Schedule periodic inspection and disposal of debris.
26 a. Provide additional collections and disposal of debris whenever the periodic schedule is
27 inadequate to prevent accumulation.
28 5. Keep storm sewers free of debris or extraneous materials.
29 F. Pollution Control:
30 1. Provide methods, means and facilities required to prevent contamination of soil, water or
31 atmosphere.Allow no discharge of noxious substances from construction operations.
32 2. Provide equipment and personnel to perform emergency measures required to contain
33 spillage.
34 a. Remove contaminated soils or liquids.
35 1) Excavate and dispose of any contaminated earth off-site. Replace with suitable
36 compacted fill and topsoil.
37 3. Take special measures to prevent harmful substances from entering public waters.
38 a. Prevent disposal of wastes, effluents, chemicals, or other such substances adjacent to
39 bodies of water, or in sanitary or storm sewers.
40 4. Provide systems for control of atmospheric pollutants.
41 a. Prevent toxic concentrations of chemicals.
42 b. Prevent harmful dispersal of pollutants into the atmosphere.
43 c. Provide adequate ventilation in all areas during and after application of epoxy paint or
44 paint.
45 G. Erosion Control:
46 1. Plan and execute construction and earth work by methods of control surface drainage from
47 cuts and fills, and from borrow and waste disposal areas,to prevent erosion and
48 sedimentation.
49 a. Hold the areas of bare soil exposed at one time to a minimum.
50 b. Provide temporary control measures such as berms, dikes and drains.
51 2. Construct fills and waste areas by selective placement to eliminate surface silts or clays
52 which will erode.
___ .. _. .. Q;,� ni �nnn _� T�nnononov Gecu i'nFC ANf1 C(1NTRf11 S 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGavern Architects
1 3. Periodically inspect earthwork to detect any evidence of the start of erosion and apply
2 corrective measures as required to control erosion.
3 H. Vermin Control:
4 1. Provide rodent and insect control as necessary to prevent infestation of construction or
5 storage areas.
6 a. Employ methods and materials not adversely affecting conditions at the site or on
7 adjoining materials.
8 b. Submit an informational copy of the proposed pesticide program to O�wner with a copy to
9 Architect. Clearly indicate:
10 1) The area or areas to be treated;
11 2) The pesticides to be used, with a copy of the manufacturer's prii�ted instructions,
12 and;
13 3) The pollution preventative measures to be employed.
14 2. The use of any pesticide shall be in full accordance with the manufacturer's printed
15 instructions and recommendations.
16 3. Leave premises clean and free of any infestation at time of Substantial Cc�mpletion.
17 PART 2 PRODUCTS- NOT USED
18 PART 3 EXECUTION- NOT USED
19 END OF SECTION
�
i
,
i
,;
;
i
;
i
i
i
�
il
��
,
�
I
I
2010-16/YCS Fueling Station Bid -01 5000 - 4 TEMPORARY FACILITIES AND CONTROLS 1-14-13 �
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 SECTION 01 6000
2 PRODUCT REQUIREMENTS
3 PART 1 GENERAL
4 1.01 SECTION INCLUDES
5 A. General product requirements.
6 1. Existing products.
7 2. New products.
g B. Transportation, handling, storage and protection.
9 C. Product option requirements.
10 D. Substitution limitations and procedures.
11 1. Product substitutions.
12 a. Requirements prior to bid.
13 b. Requirements after bid date.
14 E. Procedures for Owner (Yelm Community Schools)-supplied products.
15 F. Maintenance materials, including extra materials, spare parts, tools, and software.
16 G. Damaged materials or products.
17 1.02 RELATED REGIUIREMENTS
18 A. Document 00 2113- Instructions to Bidders: Product options and substitution procedures prior to
19 bid date.
20 B. Section 01 4000 -Quality Requirements: Product quality monitoring.
21 1.03 SUBMITTALS
22 A. Product Data Submittals: Submit manufacturer's standard published data. Mark each copy to
23 identify applicable products, models, options, and other data. Supplement manufacturer's standard
24 data to provide information specific to this Project.
25 B. Shop Drawing Submittals: Prepared specifically for this Project; indicate utility and electrical
26 characteristics, utility connection requirements, and location of utility outlets for service for
27 functional equipment and appliances.
28 C. Sample Submittals: Illustrate functional and aesthetic characteristics of the product, with integral
29 parts and attachment devices. Coordinate sample submittals for interfacing work.
30 1. For selection from standard finishes, submit samples of the full range of the manufacturer's
31 standard colors,textures, and patterns.
32 PART 2 PRODUCTS
33 2.01 NEW PRODUCTS
34 A. Provide new products unless specifically required or permitted by the Contract Documents.
35 B. Do not use products having any of the following characteristics:
36 1. Made using or containing CFC's or HCFC's.
37 2,02 PRODUCT OPTIONS
38 A. Products Specified by Reference Standards or by Description Only: Use any product meeting
39 those standards or description.
40 1. Provide products that comply with Contract Documents, that are undamaged and, unless
41 otherwise indicated, new at time of installation. Provide products complete with accessories,
42 trim,finish, safety guards, and other devices and details needed for complete installation and
43 intended use and effect.Where available, provide standard products of types that have been
44 produced and used successfully in similar situations on other projects.
45 B. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions:
46 Submit a request for substitution for any manufacturer not named.
2010-16/YCS Fueling Station Bid -01 6000 - 1 PRODUCT REQUIREMENTS 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGavern Architects
1 C. Product Selection:
2 1. Contract Documents and governing regulations govern product selection 3nd not industry
3 traditions or procedures experienced by Contractor on previous construction projects.
4 Procedures governing product selection include foliowing:
5 a. Proprietary Specification Requirements:Where Specifications name only single product
6 or manufacturer, provide product indicated.
7 b. Semi-proprietary Specification Requirements:Where Specifications name two or more
g products or manufacturers, provide one of the products indicated.
9 c. Or Approved:Where Specifications specify products or manufacturers by name,
10 accompanied by term "or approved", comply with Contract Document provisions
11 concerning "substitutions"to obtain approval for use of unnamed product.
12 d. Nonproprietary Specifications:When Specifications list products or manufacturers that
13 are available and may be incorporated in Work, but do not restrict Cantractor to use of
14 these products only, Contractor may propose other available produci that complies with
15 requirements of the Contract Documents. Comply with Contract Document provisions
16 concerning "substitutions"to obtain approval for use of unnamed product.
17 e. Descriptive Specification Requirements:Where Specifications describe product or
18 assembly, listing exact characteristics required, with or without use of brand or trade
19 name, provide product or assembly that provides characteristics and otherwise complies
20 with Contract requirements.
21 f. Performance Specification Requirements:Where Specifications require compliance with
22 performance requirements, provide products that comply with these requirements and
23 are recommended by manufacturer for application indicated. Manufacturer's
24 recommendations may be contained in published product literature c�r by the
25 manufacturer's certification of performance. Overall performance of product is implied
26 where product is specified for specific performances.
27 g. Compliance with Standards, Codes, and Regulations: Where Specifications only require
28 compliance with imposed code, standard, or regulation, select product that complies with
29 standards, codes, or regulations specified.
30 h. Visual Matching:Where Specifications require matching established Sample,Architect's
31 decision will be final on whether proposed product matches satisfactorily.Where no
32 product available within specified category matches satisfactorily and complies with
33 other specified requirements, comply with provisions of Contract Doc;uments concerning
34 "substitutions"for selection of matching product in another product category.
35 i. Where specified product requirements include phrase "... as sefected from
36 manufacturers standard colors, patterns,textures... or similar phrase, select product
, ��
37 and manufacturer that complies with other specified requirements. A.rchitect will select
38 color, pattern, and texture from product line selected.
39 2.03 MAINTENANCE MATERIALS
40 A. Furnish extra materials, spare parts,tools, and software of types and in quantities specified in
41 individual specification sections.
42 B. Deliver to Project site; obtain receipt prior to final payment.
43 PART 3 EXECUTION
44 3.01 SUBSTITUTION PROCEDURES
45 A. During bidding, requests for approved equal or substitutions, clarification of specifications, or
46 protest of specifications shall be received by Architect, not later than six (6) da.ys prior to bid date.
47 Requests received after that time will not be considered
48 1. To aid in the review of requests, submit on form following this section, which may be copied.
49 2. If proposed substitution is approved, such approvals will be set forth in an Addendum.
50 Bidders shall not rely upon approvals made in any other manner
51
2010-16/YCS Fueling Station Bid -01 6000 -2 PRODUCT RE�UIREMENTS 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 B. After date of Contract, the Owner may, at his option, consider formal requests from Contractor for
2 substitution of products in place of those specified when submitted in accordance with the
3 requirements of this Section. One or more of the following conditions must also be documented:
4 1. The substitution must be required for compliance with final interpretation of code
5 requirements or insurance regulations
6 2. The substitution must be due to the unavailability of the specified products,through no fault of
7 the Contractor. The contractor must provide a letter from the supplier or manufacturer
8 attesting to the products unavailability.
9 3. The substitution may be requested when subsequent information discloses the inability of the
10 specified products to perform properly or to fit in the designated space.
11 4. The substitution may be due to the manufacturer's or fabricator's refusal to certify or
12 guarantee performance of the specified product as required.
13 5. The substitution may be requested when it is clearly seen, in the judgment of the Architect,
14 that a substitution would be in the Owner's best interests in terms of cost,time, or other
15 considerations.
16 6. Request for substitution beyond those identified in items 1 through 4 above, will not be
17 considered unless General contractor and/or material supplier agree to an adjustment in the
18 contract amount associated with costs relating to the review of the substitution request.An
19 adjustment in the contract amount shall be required in both cases of approval or disapproval
20 of the substitution request.
21 7. Rates of Comqensation shall be as follows:
22
Erickson McGovern Architects $150.00 er hour
Civil, Structural, Mechanical, Electrical En ineers $150.00 er hour
Landsca e Architect $150.00 er hour
Other Consultants $150.00 er hour
Milea e .65 er mile
23 C. Substitutions will not be considered if:
24 1. Acceptance will require substantial revision of Contract Documents
25 2. They are indicated or implied on Shop Drawings or product data submittals without request
26 submitted in accordance with the Contract Documents.
27 D. Substitution Submittal Procedure:
28 1. Submit three copies of request for substitution for consideration. Limit each request to one
29 proposed substitution.
30 2. Submit shop drawings, product data, and certified test results attesting to the proposed
31 product equivalence. Burden of proof is on proposer.
32 3. Architect (Erickson McGovern) will notify Contractor in writing of decision to accept or reject
33 request.
34 3.02 OWNER-SUPPLIED PRODUCTS
35 A. General: Owner will furnish certain products for Project.
36 1. Contract installation work includes providing any necessary backing and support systems to
37 receive and install Owner's equipment, plus make mechanical, electrical, and ancillary
38 connections.
39 2. Cost for installation of this work is included in Contract Sum.
40 B. Owner (Yelm Community Schools)'s Responsibilities:
41 1. Arrange for and deliver Owner (Yelm Community Schools) reviewed shop drawings, product
42 data, and samples,to Contractor.
43 2. Arrange and pay for product delivery to site.
44 3. On delivery, inspect products jointly with Contractor.
45 4. Submit claims for transportation damage and replace damaged, defective, or deficient items.
46 5. Arrange for manufacturers'warranties, inspections, and service.
47
2010-16/YCS Fueling Station Bid -01 6000 -3 PRODUCT REQUIREMENTS 1-14-13
Support Operations Center•• Fueling Station
Yelm Community Schools No.2
Erickson McGavern Architects
1 C. Contractor's Responsibilities:
2 1. Receive and unload products at site; inspect for completeness or damagE;jointly with Owner
3 (Yelm Community Schoois).
4 2. Handle, store, install and finish products.
5 3. Repair or replace items damaged after receipt.
6 3.03 TRANSPORTATION AND HANDLING
7 A. Coordinate schedule of product delivery to designated prepared areas in order�to minimize site
8 storage time and potential damage to stored materials.
9 B. Transport and handle products in accordance with manufacturer's instructions.
10 C. Transport materials in covered trucks to prevent contamination of product and littering of
11 surrounding areas.
12 D. Promptly inspect shipments to ensure that products comply with requirements, quantities are
13 correct, and products are undamaged.
14 E. Provide equipment and personnel to handle products by methods to prevent s��iling, disfigurement,
15 or damage.
16 F. Arrange for the return of packing materials, such as wood pallets, where economically feasible.
17 3.04 STORAGE AND PROTECTION
18 A. Designate receiving/storage areas for incoming products so that they are delivered according to
19 installation schedule and placed convenient to work area in order to minimize�Naste due to
20 excessive materials handling and misapplication.
21 B. Store and protect products in accordance with manufacturers' instructions.
22 C. Store with seals and labels intact and legible.
23 D. Store sensitive products in weather-tight, climate controlled enclosures in an environment
24 favorable to product.
25 E. For exterior storage of fabricated products, place on sloped supports above ground.
26 F. Cover products subject to deterioration with impervious sheet covering. Provid�e ventilation to
27 prevent condensation and degradation of products.
28 G. Prevent contact with material that may cause corrosion, discoloration, or staining.
29 H. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement,
30 or damage.
31 I. Arrange storage of products to permit access for inspection. Periodically inspe�ct to verify products
32 are undamaged and are maintained in acceptable condition.
33 3.05 DAMAGED PRODUCTS
34 A. Damaged or deteriorated materials shall be removed from the premises. Replace materials which
35 have been damaged.
36 END OF SECTION
(
�
,
�
�
2010-16/YCS Fueling Station Bid -01 6000 -4 PRODUCT REQUIREMENTS 1-74-13 I
�
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 SECTION 01 6001
2 SUBSTITUTION REQUEST FORM
3 SUBSTITUTION REQUEST FORM
4 1.01 TO: OWNER (YELM COMMUNITY SCHOOLS)
5 1.02 PROJECT: FUELING STATION
6 1.03 SPECIFIED ITEM:
7 A. Section: Page: Paragraph:
8 B. Description:
9
10 1. The undersigned requests consideration of the following:
11 a. (manufacturer)
12 b. (product)
13 1.04 MANUFACTURER
14 A. Address:
15
16 B. Phone Number:
17 C. Trade Name:
18 D. History: q less than 5 years q less than 10 years q greater than 10 years
19 1.05 INSTALLER (PROVIDE, OR LIST SAME IF BY MANUFACTURER)
20 A. Name of Company:
21 B. Address:
22
23 C. Phone Number:
24 D. History:_less than 5 years_less than 10 years_greater than 10 years
25 1.06 PROPOSED SUBSTITUTION
26 A. Attached data includes product description, specifications, drawings, photographs, performance
27 and test data adequate for evaluation of the request; applicabie portions of the data are clearly
28 identified.
29 1. Include complete information on changes to Drawings and/or Specifications which proposed
30 substitution will require for it proper installation or use.
31 B. Fill in the blanks below:
32 1. Does the substitution affect dimensions indicated on the drawings? YES NO (*).
33 a. If yes, provide information indicating change.
34 2. Will the undersigned pay for changes to the building design, including engineering and detail
35 costs caused by the requested substitution? YES NO (*).
36 a. "Yes"answers shall be grounds for rejection.
37 3. Will the substitution affect other trades? YES NO (*).
38 a. If yes, provide information indicating affect or change.
39 4. Will the substitution affect or be affected by applicable code requirements? YES
40 NO (*).
41 a. If yes, provide information indicating affect.
42 5. Are there significant differences between the proposed substitution and the specified item?
43 YES NO (*).
44 a. If yes, provide information indicating differences.
45 6. Is there a difference relating to guarantee/warranties between the proposed substitution and
46 the specified item? YES NO (*).
47 a. If yes, provide information indicating differences.
2010-16/YCS Fueling Station Bid -01 6001 - 1 SUBSTITUTION REQUEST FORM 1-14-13
Support Operations Center�- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 7. Will the substitution affect an increase in contract time? YES NO_ (*).
2 a. If yes, provide information indicating affect or change.
3 C. (*) - If the answer to any of the above questions is "NO" and this is found to ba incorrect, the
4 substitution may be rejected and the Undersigned will be required to provide the original specified
5 item, including corrective work.
6 D. The undersigned further states that the following paragraphs, unless modified on attachments, are
7 correct.
8 1. They have personally investigated the specified item and compared it to the item requested
9 for substitution.
10 2. Maintenance and service parts will be locally available for the proposed :substitution.
11 3. The function, appearance and quality of the Proposed Substitution are equivalent or superior
12 to the Specified item.
13 4. Waives any known or unknown for an increase in Contract Sum or Time.
14 E. Submitted by:
15 1. Signature:
16 a. (Signature shall be by person having authority to legally bind its firrr�to the above terms.)
17 2. Firm:
18 3. Address:
19 4. Date:
20 5. Telephone:
21 F. Attachments:
22
Drawin s. Re orts.
Product Data. Warrant .
Samples. Other:
Tests.
23
24 FOR USE BY ARCHITECT
25
ACCEPTED NOT ACCEPTED
ACCEPTED AS NOTED RECEIVED TO LATE
REMARKS
26
BY: I
DATE: ;
,
27 END OF SECTION
�
i
i
�
i
I
2010-16/YCS Fueling Station Bid -01 6001 -2 SUBSTITUTION REQUEST FORM 1-14-13 i
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 SECTION 01 7000
2 EXECUTION AND CLOSEOUT REQUIREMENTS
3 PART 1 GENERAL
4 1.01 SECTION INCLUDES
5 A. Examination, preparation, and general installation procedures.
6 B. Pre-instailation meetings.
7 C. Cutting and patching.
g D. Surveying for laying out the work.
g E. Cleaning and protection.
10 F. Safety procedures.
11 G. Starting of systems and equipment.
12 H. Demonstration and instruction of Owner (Yelm Community Schools) personnel.
13 I. Closeout procedures, except payment procedures.
14 J. General requirements for maintenance service.
15 1.02 RELATED REQUIREMENTS
16 A. Section 01 1000 - Summary: Limitations on working in existing building; continued occupancy;
17 work sequence; identification of salvaged and relocated materials.
1g B. Section 01 3000 -Administrative Requirements: Submittals procedures.
19 C. Section 01 4000 - Quality Requirements: Testing and inspection procedures.
20 D. Section 01500-Temporary Facilities and Controls:Temporary heating, cooling, and ventilating
21 facilities.
22 E. Section 01 7800 -Closeout Submittals: Project record documents, operation and maintenance
23 data, warranties and bonds.
24 1.03 SUBMITTALS
25 A. See Section 01 3000-Administrative Requirements,for submittal procedures.
26 B. Survey Work: Submit name, address, and telephone number of Surveyor before starting survey
27 work.
28 1. On request, submit documentation verifying accuracy of survey work.
29 2. Submit a copy of site drawing signed by the Land Surveyor, that the elevations and locations
30 of the work are in conformance with Contract Documents.
31 3. Submit surveys and survey logs for the project record.
32 1.04 QUALIFICATIONS
33 A. For demolition work, employ a firm specializing in the type of work required.
34 1. Minimum of 5 years of documented experience.
35 B. For survey work, employ a land surveyor registered in State of Washington and acceptable to
36 Architect (Erickson McGovern). Submit evidence of Surveyor's Errors and Omissions insurance
37 coverage in the form of an Insurance Certificate.
38 1.05 PROJECT CONDITIONS
39 A. Grade site to drain. Maintain excavations free of water. Provide, operate, and maintain pumping
40 equipment.
41 B. Protect site from puddling or running water. Provide water barriers as required to protect site from
42 soil erosion.
43 C. Ventilate enclosed areas to assist cure of materials,to dissipate humidity, and to prevent
44 accumulation of dust,fumes,vapors, or gases.
2010-16/YCS Fueling Station Bid -01 7000 - 1 EXECUTION AND CLOSEOUT REQUIREMENTS 1-14-13
Support Operations Center•� Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 D. Dust Control: Execute work by methods to minimize raising dust from construction operations.
2 Provide positive means to prevent air-borne dust from dispersing into atmosphere and over
3 adjacent property.
4 E. Cover all ductwork intake and exhaust diifusers during all demolition and/or construction. Remove
5 upon completion of construction and system start-up.
6 F. Erosion and Sediment Control: Plan and execute work by methods to control surface drainage
7 from cuts and fills from borrow and waste disposal areas. Prevent erosion and sedimentation.
8 G. Pest and Rodent Control: Provide methods, means, and facilities to prevent pE:sts and insects from
9 damaging the work.
10 H. Rodent Control: Provide methods, means, and facilities to prevent rodents frorn accessing or
11 invading premises.
12 I. Pollution Control: Provide methods, means, and facilities to prevent contamination of soil, water,
13 and atmosphere from discharge of noxious, toxic substances, and pollutants produced by
14 construction operations. Comply with federal, state, and local regulations.
15 1.06 COORDINATION
16 A. Coordinate scheduling, submittals, and work of the various sections of the Project Manual to
17 ensure efficient and orderly sequence of installation of interdependent constru�ction elements, with
18 provisions for accommodating items installed later.
19 B. Notify affected utility companies and comply with their requirements.
20 C. Verify that utility requirements and characteristics of new operating equipment are compatible with
21 building utilities. Coordinate work of various sections having interdependent responsibilities for
22 installing, connecting to, and placing in service, such equipment.
23 D. In finished areas except as otherwise indicated, conceal pipes, ducts, and wirii�g within the
24 construction. Coordinate locations of fixtures and outlets with finish elements.
25 E. Coordinate completion and clean-up of work of separate sections.
26 F. After Owner (Yelm Community Schools)'s occupancy of premises, coordinate,access to site for
27 correction of defective work and work not in accordance with Contract DocumE�nts,to minimize
28 disruption of Owner (Yelm Community Schools)'s activities.
29 PART 2 PRODUCTS
30 2.01 PATCHING MATERIALS
31 A. New Materials: As specified in product sections; match existing products and uvork for patching
32 and extending work.
33 B. Type and Quality of Existing Products: Determine by inspecting and testing products where
34 necessary, referring to existing work as a standard.
35 C. Product Substitution: For any proposed change in materials, submit request for substitution
36 described in Section 01 6000.
37 PART 3 EXECUTION
38 3.01 EXAMINATION
39 A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent work.
40 Start of work means acceptance of existing conditions.
41 B. Verify that existing substrate is capable of structural support or attachment of iiew work being
42 applied or attached.
43 C. Examine and verify specific conditions described in individual specification sec;tions.
44 D. Take field measurements before confirming product orders or beginning fabrication,to minimize
45 waste due to over-ordering or misfabrication.
46 E. Verify that utility services are available, of the correct characteristics, and in the correct locations.
2010-16/YCS Fueling Station Bid -01 7000- 2 EXECUTION AND CLOSEOUT FiEQU1REMENTS 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 F. Prior to Cutting: Examine existing conditions prior to commencing work, including elements subject
2 to damage or movement during cutting and patching. After uncovering existing work, assess
3 conditions affecting performance of work. Beginning of cutting or patching means acceptance of
4 existing conditions.
5 3.02 PREPARATION
6 A. Clean substrate surfaces prior to applying next material or substance.
7 B. Seal cracks or openings of substrate prior to applying next material or substance.
8 C. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to
9 applying any new material or substance in contact or bond.
10 3.03 PREINSTALLATION MEETINGS
11 A. When required in individual specification sections, convene a preinstallation meeting at the site
12 prior to commencing work of the section.
13 B. Require attendance of parties directly affecting, or affected by, work of the specific section.
14 C. Prepare agenda and preside at meeting:
15 1. Review conditions of examination, preparation and installation procedures.
16 2. Review coordination with related work.
17 3.04 LAYING OUT THE WORK
18 A. Verify locations of survey control points prior to starting work.
19 1, Verify layout information on Drawings, in relation to property survey, existing benchmarks and
20 field conditions before proceeding to layout Work. Locate and protect existing benchmarks
21 and control points. Preserve permanent reference points during construction
22 B. Promptly notify Architect (Erickson McGovern) of any discrepancies discovered.
23 C. Protect survey control points prior to starting site work; preserve permanent reference points
24 during construction.
25 D. Promptly report to Architect (Erickson McGovern) the loss or destruction of any reference point or
26 relocation required because of changes in grades or other reasons.
27 E. Replace dislocated survey control points based on original survey control. Make no changes
28 without prior written notice to Architect (Erickson McGovern).
29 F. Utilize recognized engineering survey practices.
30 1. Performance:
31 a. Layout:Working from lines and levels established by property survey, establish
32 benchmarks, control points, and markers to set lines and levels at each story of
33 construction (such as slabs, steel bearings, and imbeds) and elsewhere as needed to
34 properly locate each element of Project. Calculate and measure required dimensions
35 within indicated or recognized tolerances. Do not scale Drawings to determine
36 dimensions.
37 1) Inform: Advise entities engaged in construction activities, of marked lines and levels
38 provided for their use.
39 2) Check:As construction proceeds, check every major element for line, level and
40 plumb.
41 G. Establish elevations, lines and levels. Locate and lay out by instrumentation and similar
42 appropriate means:
43 1. Site improvements including pavements; stakes for grading,fill and topsoil placement; utility
44 locations, slopes, and invert elevations.
45 2. Grid or axis for structures.
46 3. Building foundation, column locations, ground floor elevations.
47 H. Periodically verify layouts by same means.
48
2010-16/YCS Fueling Station Bid -01 7000-3 EXECUTION AND CLOSEOUT REQUIREMENTS 1-14-13
Support Operations Center•• Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 I. Maintain a complete and accurate log of control and survey work as it progresses.
2 1. Surveyor's Log: Maintain surveyor's log of control and other survey Work„ Make this log
3 available for reference.
4 a. Deviations: Record deviations from required lines and levels, and advise Architect
5 (Erickson McGovern) when deviations that exceed indicated or recognized tolerances
6 are detected. On Project Record Drawings, record deviations that ar�e accepted and not
7 corrected.
8 b. Dimensions: Show sizes, locations, angles, and elevations of buildings and sitework.
9 3.05 GENERAL INSTALLATION REQUIREMENTS
10 A. Inspection of Conditions:
11 1. Require installer of each Work component to inspect both substrate and conditions under
12 which Work is to be performed. Do not proceed until unsatisfactory conditions have been
13 corrected in acceptable manner. Initiation of installation will confirm installer's acceptance of
14 work place for Work to proceed.
15 B. Install products as specified in individual sections, in accordance with manufac;turer's instructions
16 and recommendations, and so as to avoid waste due to necessity for replacement.
17 C. Make vertical elements plumb and horizontal elements level, unless otherwise indicated.
18 D. Install equipment and fittings plumb and level, neatly aligned with adjacent ver�ical and horizontal
19 lines, unless otherwise indicated.
20 E. Make neat transitions between different surfaces, maintaining texture and appearance.
21 F. When existing finished surfaces are cut so that a smooth transition with new work is not possible,
22 terminate existing surface along a straight line at a natural line of division and rnake
23 recommendation to Architect (Erickson McGovern).
24 G. Where a change of plane of 1/4 inch or more occurs in existing work, submit r�commendation for
25 providing a smooth transition for Architect (Erickson McGovern) review and request instructions.
26 3.06 PROGRESS CLEANING
27 A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a c;lean and orderly
28 condition.
29 B. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, a�nd other closed or
30 remote spaces, prior to enclosing the space.
31 C. Broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to
32 eliminate dust.
33 D. Collect and remove waste materials, debris, and trash/rubbish from site periodically and dispose
34 off-site; do not burn or bury.
35 3.07 SAFETY PROCEDURES
36 A. Preliminary Work:
37 1. Prior to the start of and during the course of the Work (above and below qround),the
38 Contractor shall make a thorough survey of the entire worksite to determime all potential
39 hazards.Workmen shall be made aware of those hazards and shall be in,structed in
40 procedures and the use of equipment for their protection. The Contractor shall verify the
41 location and condition ("live" or "dead") of all utilities on and near the worksite and take
42 precautions to protect his employees, the general public, and the property.
43 B. Imminent Danger:
44 1. The Contractor shall be wholly responsible for any accidents (including dE�ath) occurring at
45 any time during the progress of the work and until the final acceptance of the work by the
46 Owner which may happen to any of his workmen or those of any Subcontractor employ.ed on
47 the building, or for any damage or injuries (including death) which his work and operations
48 may cause to the work being constructed, or to existing buildings, or to ariy tenants and
49 occupants of the property, or of the adjoining properties, or to the public o�r private property.
. 2010-16/YCS Fueling Station Bid -01 7000-4 EXECUTION AND CLOSEOUT RF_�UIREMENTS 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 C. Safety:
2 1. The Contractor shall ensure that all employees,visitors, subcontractors' employees, an
3 suppliers' empioyees, while on the work site, comply with the requirements of WISHA,these
q. requirements and the safety precautions contained in the several Specifications Sections.
5 The Contractor shall promptly and fully comply with, execute and,without separate charge
6 thereof to the Owner, shall enforce compliance with the provisions of the Washington
7 Industrial Safety and Health Act of 1973,with particular attention paid but not limited to
g CFiapter 296-155,WAC Safety Standards for Construction Work;with particular attention paid
g but not limited to Chapter 296-24 WAC General Safety and Health Standards; with particular
10 attention paid but not limited to Chapters 296-27, 196-350 and 296-360 WAC regarding
11 Administrative Safety and Health Act Chapter 49-17 RCW, and any addenda thereto.
12 2. The Contractor shall immediately advise the Owner of inspections conducted by WISHA at
13 the work site, and shall transmit copies of citations and violations to the Architect (Erickson
14 McGovern).
15 D. Safety Responsibilities:
16 1. Contractor shall be responsible to:
17 a. Ensure compliance with these requirements,WISHA requirements, and other safety
18 requirements.
19 b. Authorize immediate action to correct substandard safety conditions.
20 c. Review and act to ensure compliance with safety procedures with his supervisors,
21 subcontractors, and suppliers.
22 d. Make thorough daily safety inspections of the work site and immediately act to eliminate
23 unsafe acts and unsafe conditions.
24 e. Investigate worksite accidents and recommend immediate corrective action.
25 f. Assist in the preparation of accident investigation and reporting procedures.
26 g. Be responsible for the control, availability, and use of safety equipment, including
27 employee personal protective equipment.
28 E. Request For Variances:
29 1. Requests for variances to deviate from W ISHA requirements must follow the current
30 established procedures by the Agency.
31 F. Failure To Comply:
32 1. If the project is shut down due to The Contractor's failure to comply with the requirements of
33 WISHA or other applicable safety requirements, no part of the time loss due to any such
34 suspension of operations or stop orders shall be made the subject of a claim for extension of
35 time or for increased cost or damage by the Contractor.
36 3.08 PROTECTION OF INSTALLED WORK
37 A. Protect installed work from damage by construction operations.
38 B. Provide special protection where specified in individual specification sections.
39 C. Provide temporary and removable protection for installed products. Control activity in immediate
40 work area to prevent damage.
41 D. Provide protective coverings at walls, projections,jambs, sills, and soffits of openings.
42 E. Protect finished floors,stairs, and other surfaces from traffic, dirt, wear, damage, or movement of
43 heavy objects, by protecting with durable sheet materials.
44 F. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is necessary,
45 obtain recommendations for protection from waterproofing or roofing material manufacturer.
46 G. Remove protective coverings when no longer needed; reuse or recycle plastic coverings if
47 possible.
48 3.09 SYSTEM STARTUP
49 A. Coordinate schedule for start-up of various equipment and systems.
2010-16/YCS Fueling Station Bid -01 7000 -5 EXECUTION AND CLOSEOUT REQUIREMENTS 1-14-13
Support Operations Center-� Fueling Station
Yelm Communi�y Schools No.2
Erickson McGovern Architects
1 B. Verify that each piece of equipment or system has been checked for proper lubrication, drive
2 rotation, belt tension, control sequence, and for conditions that may cause damage.
3 C. Verify tests, meter readings, and specified electrical characteristics agree with those required by
4 the equipment or system manufacturer.
5 D. Verify that wiring and support components for equipment are complete and tes�ted.
6 E. Execute start-up under supervision of applicable Contractor personnel and manufacturer's
7 representative in accordance with manufacturers' instructions.
8 F. When specified in individual specification Sections, require manufacturer to prc�vide authorized
9 representative to be present at site to inspect, check, and approve equipment�or system
10 installation prior to start-up, and to supervise placing equipment or system in operation.
11 G. Submit a written report that equipment or system has been properly installed a.nd is functioning
12 correctly.
13 3.10 DEMONSTRATION AND INSTRUCTION
14 A. See Section 01 7900 - Demonstration and Training.
15 B. Demonstrate start-up, operation, control, adjustment,trouble-shooting, servicing, maintenance,
16 and shutdown of each item of equipment at scheduled time, at equipment location.
17 C. For equipment or systems requiring seasonal operation, perform demonstration for other season
18 within six (6)months.
19 D. Provide a qualified person who is knowledgeable about the Project to perform demonstration and
20 instruction of owner personnel.
21 3.11 ADJUSTING
22 A. Adjust operating products and equipment to ensure smooth and unhindered o��eration.
23 3.12 FINAL CLEANING
24 A. Use cleaning materials that are nonhazardous.
25 B. Clean interior and exterior glass, surfaces exposed to view; remove temporary labels, stains and
26 foreign substances, polish transparent and glossy surfaces,vacuum carpeted and soft surfaces.
27 C. Remove all labels that are not permanent. Do not paint or otherwise cover fire test labels or
28 nameplates on mechanical and electrical equipment.
29 D. Clean equipment and fixtures to a sanitary condition with cleaning materials appropriate to the
30 surface and material being cleaned.
31 E. Replace filters of operating equipment.
32 F. Clean debris from roofs, gutters, downspouts, and drainage systems.
33 G. Clean site; sweep paved areas, rake ctean landscaped surfaces.
34 H. Remove waste, surplus materials, trash/rubbish, and construction facilities from the site; dispose of
35 in legal manner; do not burn or bury.
36 I. Compliance: Comply with regulations of authorities having jurisdiction and safety standards for
37 cleaning. Do not burn waste materials. Do not bury debris or excess materials on the Owner's
38 property. Do not discharge volatile, harmful or dangerous materials into drainage systems.
39 Remove waste materials from the site and dispose of in a lawful manner
40 1. Where extra materials of value remaining after completion of associated'Work have become
41 the Owner's property, arrange for disposition of these materials as directed.
42 3.13 CLOSEOUT PROCEDURES
43 A. See Section 01 7800 -Closeout Submittals and Procedures for additional req�airements.
44 B. Make submittals that are required by governing or other authorities.
45 C. Notify Architect (Erickson McGovern) when work is considered ready for Substantial Completion.
2010-16/YCS Fueling Station Bid -01 7000 -6 EXECUTION AND CLOSEOUT FtEQUIREMENTS 1-14-13
Support Operations Center- Fueling Station
Yeim Community Schools No.2
Erickson McGovern Architects
1 D. Submit written certification that Contract Documents have been reviewed,work has been
2 inspected, and that work is complete in accordance with Contract Documents and ready for
3 Architect(Erickson McGovern)'s review.
4 E. Correct items of Wc esstto Ownee (Ye mCCommun ty Schools)olccup d ae eas and comply with
5 requirements for a
6 F. Notify Architect (Erickson McGovern) when work is considered finally complete.
7 G. Complete items of work determined by Architect(Erickson McGovern)'s final inspection.
8 3.14 MAINTENANCE
9 A. Provide service and maintenance of components indicated in specification sections.
10 B. Maintenance Period: As indicated in specification sections or, if not indicated, not less than one
11 year from the Date of Substantial Completion or the length of the specified warranty, whichever is
12 longer.
13 C. Examine system components at a frequency consistent with reliable operation. Clean, adjust, and
14 lubricate as required.
15 D. Include systematic examination, adjustment, and lubrication of components. Repair or replace
16 parts whenever required. Use parts produced by the manufacturer of the original component.
17 E. Maintenance service shall not be assigned or transferred to any agent or subcontractor without
18 prior written consent of the Owner (Yelm Community Schools).
19 END OF SECTION
,,,,.,,,��..�e�„e��.,.,c,�r�,,., Bid -01 7000 - 7 EXECUTION AND CLOSEOUT RE�UIREMENTS 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 SECTION 01 7800
2 CLOSEOUT PROCEDURES
3 PART 1 GENERAL
4 1.01 SECTION INCLUDES
5 A. Inspection Procedures.
6 B. Project Record Documents.
7 C. Operation and Maintenance Data.
g D. One Year Correction Period.
9 E. Warranties and Bonds.
10 1.02 DESCRIPTION
11 A. Closeout is hereby defined to include general requirements near end of Contract time, in
12 preparation for final acceptance,final payment, normal termination of contract, occupancy by
13 Owner and similar actions evidencing completion of the work. Time of closeout is directly related to
14 "Substantial Completion."
15 1.03 RELATED RE(�UIREMENTS
16 A. Section 00 7200 -General Conditions: Performance bond and labor and material payment bonds,
17 warranty, and correction of work.
1g B, Section 01 3000 -Administrative Requirements: Submittals procedures, shop drawings, product
19 data, and samples.
20 C. Section 01 7000 - Execution and Closeout Requirements: Contract closeout procedures.
21 D. Individual Product Sections: Specific requirements for operation and maintenance data.
22 E. Individual Product Sections:Warranties required for specific products or Work.
23 1.04 SUBMITTALS
24 A. Evidence of Compliance with Requirements of Governing Authorities.
25 1. Certificate of Temporary Occupancy or Certificate of Occupancy.
26 a. For final acceptance provide a copy of the Certificate of Occupancy, if not submitted at
27 time of Substantial Completion.
2g B. Final Adjustments to Accounts.
29 1. The original Contract sum.
30 2. Reflect all adjustments to Contract Sum for review, and revision if necessary, by Architect
31 and Owner Indicate the following:
32 a. Previous Change Orders.
33 b. Alternatives.
34 c. Unit Prices (if applicable).
35 d. Deductions for reinspection costs.
36 3. Architect will prepare final Change Order reflecting approved adjustments to Contract Sum
37 not previously made by Change Orders.
38 a. Contractor will issue final Certificate for Payment.
3g 4. Final payment cannot be released until after forty-five (45) days have elapsed following the
40 completion of the Contract and final acceptance of the Work by resolution of the School
41 District's Board of Directors.
42 a. Refer to Agreement between Owner and Contractor and the General Conditions for
43 additional requirements.
44 C. Project Record Documents: Submit documents to Architect (Erickson McGovern) a minimum of 30
45 calendar days prior to Application for Final Payment.
46 D. Prior to substantial completion, provide to Owner a complete Schedule of Training and
47 Demonstration of all operable equipment and as noted in specific specification sections.
2010-16/YCS Fueling Station Bid -01 7800 - 1 CLOSEOUT PROCEDURES 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No. 2
Erickson McGovern Architects
1 E. Operation and Maintenance Data:
2 1. Submit two copies of preliminary draft or proposed formats and outlines of contents before
3 start of Work. Architect (Erickson McGovern) wiil review draft and return ane copy with
4 comments.
5 2. For equipment, or component parts of equipment put into service during construction and
6 operated by Owner (Yelm Community Schools), submit completed documents within ten days
7 after acceptance.
8 3. Submit one copy of completed documents 15 days prior to final inspection. This copy will be
9 reviewed and returned after final inspection, with Architect (Erickson McGovern) comments.
10 Revise content of all document sets as required prior to final submission.
11 4. Submit:
12 a. 1 set of preliminary documents within ten days after substantial inspection and receiving
13 punchlist.
14 1) For review by Architect (Erickson McGovern), engineers and cc�nsultants, and
15 Owner (Yelm Community Schools).
16 b. 1 set of revised final documents in final form within ten days after fins�l inspection.
17 1) For review by Architect (Erickson McGovern), engineers and cc�nsultants, and
18 Owner (Yelm Community Schools).
1g c. 1 set of revised final documents in final form and CD disk with all doc;uments in PDF
2p format within ten days prior to final Application for Payment.
21 1) For Owner (Yelm Community Schools)'s records.
22 5. Submit 3 sets of revised final documents in final form within ten days after final inspection.
23 F. Warranties and Bonds:
24 1. For equipment or component parts of equipment put into service during construction with
25 Owner (Yelm Community Schools)'s permission, submit documents withii� 10 days after
26 acceptance.
27 2. Make other submittals within 10 days after Date of Substantial Completion, prior to final
28 Application for Payment.
29 3. For items of Work for which acceptance is delayed beyond Date of Substantial Completion,
30 submit within 10 days after acceptance, listing the date of acceptance as the beginning of the
31 warranty period.
32 PART 2 PRODUCTS- NOT USED
33 PART 3 EXECUTION
34 3.01 INSPECTION PROCEDURES
35 A. Substantial Completion:
36 1. Preliminary Procedures: Before requesting inspection for certification of;>ubstantial
37 Completion, complete the following. List exceptions in the request.
38 a. Submit a written notice that the Work, or designated portions thereolf, is substantially
39 complete.
40 1) Submit Certificate of Occupancy.
41 2) Submit Asbestos Free Certification.
42 (a) The Contractor shall certify that all new materials and proclucts for this
43 Contract are free of asbestos. Each supplier and sub-contractor shall warrant
44 to the Contractor that materials and products provided by them as part of the
45 work are free of asbestos. If specified materials or products are known to
46 contain asbestos,the Architect shall be informed, and appropriate action shall
47 be taken to provide asbestos free materials or products.Where any doubt
4g exists, it shall be the responsibility of the supplier or sub-c�ontractor providing
49 the materials and products to verify test results showing th�at materials and
50 products are free of asbestos.
51
2010-16/YCS Fueling Station Bid -01 7800-2 CLOSEOUT PROCEDURES 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 (b) Submit notarized statement on Contractor's letterhead addressed to the Owner
2 certifying that"to the best of our knowledge" all materials and products
3 provided for this Contract are free of asbestos. Asbestos free certification
4 required prior to Substantial Completion and occupancy of the facilities.
5 b. In the Application for Payment that coincides with, or first follows,the date Substantial
6 Completion is claimed, show 100 percent completion for the portion of the Work claimed
� as substantially complete. Include supporting documentation for completion as indicated
g in these Contract Documents and a statement showing an accounting of changes to the
g Contract Sum.
10 1) If 100 percent completion cannot be shown, include a list of incomplete items,the
11 value of incomplete construction, an reasons the Work is not complete
12 c. Advise Owner of pending insurance change-over requirements.
13 d. Submit specific warranties, workmanship bonds, maintenance agreements,final
14 certifications and similar documents.
15 e. Obtain and submit releases enabling the Owner unrestricted use of the Work and access
16 to services and utilities; include occupancy permits, operating certificates and similar
17 releases. Furnish to the Architect for transmittal to the Owner a Certificate of Occupancy,
18 issued by duly authorized officials, stating that the work complies with provisions of the
ig applicable building codes. Contractor to contact and coordinate all necessary City,
20 County, or State officials required to review the work for the Certification of Occupancy.
21 f. Complete final clean up requirements, and otherwise repair and restore marred finish
22 work.
23 g. Deliver tools, spare parts, extra stocks of materials, and similar physical items to Owner.
24 h. Make final changeover of locks and transmit keys to Owner, and advise Owner's
25 personnel of changeover in security provisions.
26 i. Complete start-up testing of systems, and schedule instruction of Owner's
27 operatinglmaintenance personnel. Discontinue (or change over) and remove from
28 project site temporary facilities and services, along with construction tools and facilities,
29 mock-ups, and similar elements.
30 2. Inspection Procedures: On receipt of a request for inspection,the Architect will either proceed
31 with inspection or advise the Contractor of unfilled requirements. The Architect will prepare
32 the Certificate of Substantial Completion on AIA Form G704 following inspection, or advise
33 the Contractor of construction that must be completed or corrected before the certificate will
34 be issued.
35 a. Should Architect determine that the Work is not substantia�ly complete:
36 1) Architect will promptly notify the Contractor in writing, giving the reasons therefore.
37 2) Contractor shall remedy the deficiencies in the Work, and send a second written
38 notice of substantial completion to Architect.
39 b. The Architect will repeat inspection when requested and assured that the Work has been
40 substantially completed.
41 1) Re-inspection Fees: Should the Architect or design consultant be required to make
42 more than two substantial inspections due to Contractor's failure to correct specified
43 deficiencies,the Contractor shall bear all costs (including compensation for the
44 design consultant's additional services) made necessary thereby. The Contractor
45 will be required to submit a signed agreement to pay such costs as per the
46 agreement contained here.
47 c. Results of the completed inspection will form the basis of requirements for final
48 acceptance.
49
2010-16/YCS Fueling Station Bld -01 7SOO - 3 CLOSEOUT PROCEDURES 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 B. Final Acceptance:
2 1. Preliminary Procedures: Before requesting final inspection for certification� of final acceptance
3 and final payment, complete the following. List exceptions in the request.
4 a. Submit the final payment request with releases and supporting documentation not
5 previously submitted and accepted. Include certificates of insurance for products and
6 completed operations where required.
7 1) An affidavit that all payrolls, bills for materials and equipment, and other
g indebtedness connected with the work for which the Owner of property might in any
g way be responsible, have been paid or otherwise satisfied. (Usp AIA Document
10 G706).
11 (a) An affidavit from each subcontractor on AIA Form G706.
12 (b) If any liens are filed and cause the Owner to employ the s�:rvices of any
13 attorneys,the cost of the services will be deducted from the retainage.
14 (c) State Department of Labor and Industries Affidavit of Wages Paid (State Form
15 9843).
16 2) Letter from Bonding Company addressed to Owner but submitt�d to the Architect,
17 approving release of final payment and waiving submission of final receipts as well
18 as a statement confirming the extension of the Bond for the one-year guarantee
19 period. Final receipts from all subcontractors and material and equipment suppliers
20 shall be furnished to the Owner by the Contractor if the Surety does not waive this
21 requirement.
22 (a) Consent of Surety Company to final payment, per AIA Document G707 or as
23 otherwise approved by Owner.
24 3) Return all copies of the drawings and specifications in accordance with the General
25 Conditions.
26 b. Submit an updated final statement, accounting for final additional ch;anges to the
27 Contract Sum.
28 c. Final payment of funds reserved for Project closeout and punchlist or other withheld
29 funds and release of retainage will not be granted until all punch list items are complete.
30 Each punch list item, when completed by the Contractor, must be initialed by the project
31 superintendent prior to resubmission to the Architect.
32 d. Submit a certified copy of the Architect's final inspection list of items to be completed or
33 corrected, stating that each item has been completed or otherwise rE:solved for
34 acceptance, and the list has been endorsed and dated by the Architact.
35 e. Submit consent of surety to final payment.
36 f. Submit a final liquidated damages settlement statement
37 g. Submit evidence of final, continuing insurance coverage complying�nrith insurance
38 requirements.
39 h. Warranties: As required by appropriate technical sections.
40 i. Operating and Maintenance Manuals: as required by appropriate tec;hnical sections.
41 j. Asbestos letter of compliance.
42 2. Inspection Procedures: On receipt of a request for final inspection,the Architect will either
43 proceed with inspection or advise the Contractor of unfilled requirements.
44 a. Should Architect determine that the Work is not being complete:
45 1) Architect will promptly notify the Contractor in writing, giving thE; reasons therefore.
46 2) Contractor shall remedy the deficiencies in the Work, and send a second written
47 notice of substantial completion to Architect.
48
2010-16/YCS Fueling Station Bid -01 7800 -4 CLOSEOU"f PROCEDURES 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 b. The Architect will repeat inspection when requested and assured that the Work has been
2 substantially completed.
3 1) Re-inspection Fees: Should the Architect or design consultant be required to make
4 more than two final inspections due to Contractor's failure to correct specified
5 deficiencies,the Contractor shall bear all costs (including compensation for the
6 design consultant's additional services) made necessary thereby. The Contractor
� will be required to submit a signed agreement to pay such costs as per the
$ agreement contained here.
g c. Results of the completed inspection will form the basis of requirements for final
10 acceptance.
11 C. Rates Of Compensation For Reinspection Services:
12 1. Reinspection services are hereby defined as the following:
13 a. Travel time to and from the job site.
14 b. Mileage compensation for vehicles used to and from the job site.
15 c. Time required for review, inspection, and meeting at the job site.
16 d. Time required to document, coordinate, and transmit documentation that records a
17 summary of the reinspection.
18 e. Submit consent of surety to final payment.
19 f. Rates of Compensation shall be as follows:
20
Erickson McGovern Architects $150.00 er hour
Civil, Structural, Mechanical, Electrical En ineers $150.00 er hour
Landsca e Architect $150.00 er hour
Other Consultants $150.00 er hour
Milea e .65 er mile
21 3.02 PROJECT RECORD DOCUMENTS
22 A. General:
23 1. Project Record Documents shall be kept current and changes recorded concurrently as they
24 are constructed. Do not conceal any work until required information is recorded.
25 2. Record Documents will be reviewed at weekly project meetings. Failure to keep Record
26 Documents current will result in returning to Contractor any Application for Payment until such
27 time that recording of revisions being current is demonstrated to Architect.
2g B. Maintain on site one set of the following record documents; record actual revisions to the Work:
29 1. Drawings.
30 a. As-Built Drawings: During the Construction Phase, maintain clean, undamaged set of
31 blue or black line white-prints of Contract Drawings and Shop Drawing. Mark sets to
32 show actual installation where installation varies substantially from Work as originally
33 indicated. Mark whichever drawing is most capable of showing conditions fully and
34 accurately; where Shop Drawings are used, record cross-reference at corresponding
35 location on Contract Drawings. Give particular attention to concealed elements that
36 would be difficult to measure and record at later date.
37 1) As-Built drawings shall comprise Architectural, Structural, Civil, Plumbing,
38 Mechanical and Electrical drawings, plus all special equipment, all of which form a
39 part of the Contract Documents.
40 2) Color: Mark record sets with red erasable pencil; use other colors to distinguish
41 between variations in separate categories of Work.
42 3) Information: Mark information that is of value to Owner, but that was not indicated
43 on Contract Drawings or Shop Drawings. Such information would be pertaining to
44 equipment data for this specific Project (as when several items are listed) which is
45 helpful to the repair. Maintenance and operation shall also be clearly noted.
46
2010-16/YCS Fueling Station Bid -01 7800 -5 CLOSEOUT PROCEDURES 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 4) Record Changes: Note the following related items: Addenda, with "ADD-(No.)".
2 Note related accepted and unaccepted Alternates, with "ALT-(�o.)". Note related
3 Modifications; with "RFI-(No.), ASI-(No.), CCD-(No.), and PR-(No.)".
4 (a) Items added by Addendum.
5 (b) Accepted Alternate Bid items.
6 (c) Modifications made by: RFI-(No.),ASI-(No.), CCD-(No.), amd PR-(No.).
7 5) Form: Organize record document sheets into manageable sets, bind with cover
g sheets, and print suitable titles, dates and other identification ori cover of each set.
9 6) Updates: Keep current during entire course of Work and available on request for
10 examination by Architect and, when necessary,to establish clearances for other
11 parts of Work. Failure to do so to Architect's satisfaction is grounds for withholding
12 progress payment and final payment.
13 7) Submittal: Submit as-built drawings with record drawings.As-built drawings will be
14 returned to Contractor aiter Architect's review and acceptance of record drawings.
15 b. Upon completion of the Work, the Contractor shall provide, at his expense, one complete
16 set of revised contract drawings on reproducible diazo mylar and onE;complete set of
17 blue-or black-line white prints. Submit record drawings to the Architect for approval and
18 transmittal to the Owner.
19 2. Record Drawings: Transfer all as-built markings and recordings legibly to a record set of
20 drawings, including:
21 a. Concealed Work: Make it possible, using these drawings,to correctly and easily locate,
22 identify and establish orientations,sizes, routings, directions and other features of work
23 which will be concealed underground and/or in finished building.
24 b. Underground: Establish locations of underground work by dimensions to column lines or
25 walls, locating turns, etc., and by properly referenced centerline or ir�vert elevations and
26 rates of fall.
27 c. Concealed in Building: Provide sufficient information so work can be located with
28 reasonable accuracy and ease. In some cases,this may be by dimensions. In others, it
29 may be sufficient to illustrate work on drawings in relation to spaces in building near
30 which it was actually installed. Review options with Architect and praceed as directed.
31 d. General: Following requirements apply to record drawings.
32 1) Quality: Do drawings carefully and neatly by competent draftsrrian and in form
33 approved by Architect. Use ink marking pen of type specifically for mylars.
34 2) Additional Drawings: Provide as necessary for clarification.
35 3) Identity: Stamp each sheet "RECORD DRAWINGS" and date same.
36 4) Submittal: Submit record drawings, one (1) set of mylars and three (3) sets of blue
37 lines.
38 e. Measured horizontal and vertical locations of underground utilities ai�d appurtenances,
39 referenced to permanent surface improvements.
40 f. Field changes of dimension and detail.
41 g. Details not on original Contract drawings.
42 h. Record Drawings should include a survey of all storm and sewer pipe inverts, manhole,
43 catch basin and area drain rims, location of water features-valves �nd fire hydrants,
44 and any site features which moved or changed during construction.
45 3. Specifications.
46 a. Record Manual: Maintain one complete copy of Project Manual, expanded to include
47 Addenda, and Modifications issued in printed form during construction. Mark these
48 documents to show substantial variations in actual Work performed in comparison with
49 text of manual. Give particular attention to substitutions, selection of options and similar
50 information on elements that are concealed or cannot otherwise be ireadily discerned
51 later by direct observation. Note related record drawing information �and Product Data.
52
2010-16/YCS Fueling Station Bid -01 7800- 6 CLOSEOU'f PROCEDURES 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 b. Record Product Data: Maintain one copy of each Project Data submittal. Mark these
2 documents to show significant variations in actual work performed in comparison with
3 information submitted. Include variations in products delivered to site, and from
4 manufacturer's installation instructions and recommendations. Give particular attention to
5 concealed products and portions of Work, which cannot otherwise be readily discerned
6 later by direct observation. Note related Change Orders and mark-up of record drawings
� and manual on Product Data.
g c. Record Samples: Immediately prior to date or dates of Substantial Completion, meet at
g site with Architect and Owner's personnel to determine which of submitted samples that
10 have been maintained during progress of Work are to be transmitted to Owner for record
11 purposes. Comply with delivery to Owner's sample storage area.
12 d. Record Changes: Note the following related items:Addenda, with "ADD-(No.)". Note
13 related accepted and unaccepted Alternates, with "ALT-(No.)". Note related
14 Modifications; with RFI-(No.),ASI-(No.), CCD-(No.), and PR-(No.)".
15 1) Items added by Addendum.
16 2) Accepted Alternate Bid items.
17 3) Modifications made by: RFI-(No.),ASI-(No.), CCD-(No.), and PR-(No.).
18 e. Upon completion of the Work, submit two copies of the record Specifications to the
19 Architect for approval and transmittal to the Owner.
20 4. Addenda.
21 5. Change Orders and other modifications to the Contract.
22 C. Ensure entries are complete and accurate, enabling future reference by Owner (Yelm Community
23 Schools).
24 D. Store record documents separate from documents used for construction.
25 E. Record information concurrent with construction progress.
26 3.03 OPERATION AND MAINTENANCE DATA
27 A. For Each Product or System: List names, addresses and telephone numbers of Subcontractors
28 and suppliers, including local source of supplies and replacement parts.
2g B. Product Data: Mark each sheet to clearly identify specific products and component parts, and data
30 applicable to installation. Delete inapplicable information.
31 C. Drawings: Supplement product data to illustrate relations of component parts of equipment and
32 systems,to show control and flow diagrams. Do not use Project Record Documents as
33 maintenance drawings.
34 D. Typed Text:As required to supplement product data. Provide logical sequence of instructions for
35 each procedure, incorporating manufacturer's instructions.
36 E. Submittal schedule:
37 1. Preliminary Drait:
38 a. Submit two (2) copies of proposed format, approximately thirty (30) days before
39 substantial completion
40 b. Architect will review and return one (1) copy with comments
41 c. Final Submittal:
42 1) Submit, in final form, one (1) copy of complete data fifteen (15) days prior to
43 Substantial Completion inspection. Copy will be returned with comments.
44 2) Submit four (4) copies in approved final form at Substantial Completion inspection.
45 3.04 OPERATION AND MAINTENANCE DATA FOR MATERIALS AND FINISHES
46 A. For Each Product,Applied Material, and Finish:
47 1. Product data, with catalog number, size, composition, and color and texture designations.
4g 2. Information for re-ordering custom manufactured products.
49 B. Instructions for Care and Maintenance: Manufacturer's recommendations for cleaning agents and
50 methods, precautions against detrimental cleaning agents and methods, and recommended
51 schedule for cleaning and maintenance.
2010-i6/YCS Fueling Station Bld -�� 78��-7 CLOSEOUT PROCEDURES 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGuvern Architects
1 3.05 OPERATION AND MAINTENANCE DATA FOR EGIUIPMENT AND SYSTEMS
2 A. For Each Item of Equipment and Each System:
3 1. Description of unit or system, and component parts.
4 2. Identify function, normal operating characteristics, and limiting conditions.
5 3. Include performance curves, with engineering data and tests.
6 4. Complete nomenclature and model number of replaceable parts.
7 B. Operating Procedures: Include start-up, break-in, and routine normal operating instructions and
8 sequences. Include regulation, control, stopping, shut-down, and emergency iristructions. Include
9 summer, winter, and any special operating instructions.
10 C. Maintenance Requirements: Include routine procedures and guide for prevent��tive maintenance
11 and troubleshooting; disassembly, repair, and reassembly instructions; and aliynment, adjusting,
12 balancing, and checking instructions.
13 D. Provide servicing and lubrication schedule, and list of lubricants required.
14 E. Include manufacturer's printed operation and maintenance instructions.
15 F. Include sequence of operation by controls manufacturer.
16 G. Provide original manufacturer's parts list, illustrations, assembly drawings, and diagrams required
17 for maintenance.
18 H. Additional Requirements:As specified in individual product specification sections.
19 3.06 OPERATION AND MAINTENANCE MANUALS
20 A. Prepare instructions and data by personnel experienced in maintenance and operation of
21 described products.
22 B. Prepare data in the form of an instructional manual.
23 C. Binders: Commercial quality, 8-1/2 by 11 inch (216 by 280 mm)three D side riing binders with
24 durable plastic covers; 2 inch (50 mm) maximum ring size.When multiple binders are used,
25 correlate data into related consistent groupings.
26 D. Cover: Identify each binder with typed or printed title OPERATION AND MAIN�TENANCE
27 INSTRUCTIONS; identify title of Project; identify subject matter of contents.
28 E. Provide tabbed dividers for each separate product and system, with typed des�cription of product
29 and major component parts of equipment.
30 F. Text: Manufacturer's printed data, or typewritten data on 24 pound paper.
31 G. Drawings: Provide with reinforced punched binder tab. Bind in with text;fold larger drawings to
32 size of text pages.
33 H. Arrange content by systems under section numbers and sequence of Table of Contents of this
34 Project Manual.
35 I. Contents: Prepare a Table of Contents for each volume, with each product or:system description
36 identified, in three parts as follows:
37 1. Table of Contents: Provide title of Project; names, addresses, and telephone numbers of
38 Architect (Erickson McGovern), Consultants, and Contractor with name of responsible
39 parties; schedule of products and systems, indexed to content of the voluime.
40 2. Part 1: Directory listing names, addresses, and telephone numbers of Arrhitect (Erickson
41 McGovern), Contractor, Subcontractors, and major equipment suppliers.
42 3. Part 2: Operation and maintenance instructions, arranged by system and subdivided by
43 specification section. For each category, identify names, addresses, and telephone numbers
44 of Subcontractors and suppliers. Identify the following:
45 a. Significant design criteria.
46 b. List of equipment.
47 c. Parts list for each component.
48 d. Operating instructions.
49 e. Maintenance instructions for equipment and systems.
2010-16/YCS Fueling Station Bid -01 7800 -8 CLOSEOUT PROCEDURES 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 f. Maintenance instructions for special finishes, including recommended cleaning methods
2 and materials, and speciai precautions identifying detrimental agents.
3 4. Part 3: Project documents and certificates, including the following:
4 a. Shop drawings and product data.
5 b. Air and water balance reports.
6 c. Certificates.
7 3.07 WARRANTIES AND BONDS
8 A. Definitions:
g 1. "Guarantee" and "warranty" are used interchangeably.
10 2. "Standard product warranties" are preprinted,written warranties published by individual
11 manufacturers for particular products and are specifically endorsed by the manufacturer to
12 the Owner
13 3. "Special warranties" are written warranties required by or incorporated into the contract
14 documents either to extend time limits provided by standard warranties or to provide greater
15 rights for the Owner.
16 B. Obtain warranties and bonds, executed in duplicate by responsible Subcontractors, suppliers, and
17 manufacturers,within 10 days after completion of the applicable item of work. Except for items put
18 into use with Owner (Yelm Community Schools)'s permission, leave date of beginning of time of
19 warranty until the Date of Substantial completion is determined.
20 C. Verify that documents are in proper form, contain full information, and are notarized.
21 D. Co-execute submittals when required.
22 E. Retain warranties and bonds until time specified for submittal.
23 F. Manual: Bind in commercial quality 8-1/2 by 11 inch (216 by 279 mm) three D side ring binders
24 with durable plastic covers.
25 G. Cover: Identify each binder with typed or printed title WARRANTIES AND BONDS, with title of
26 Project; name, address and telephone number of Contractor and equipment supplier; and name of
27 responsible company principal.
28 H. Table of Contents: Neatly typed, in the sequence of the Table of Contents of the Project Manual,
29 with each item identified with the number and title of the specification section in which specified,
30 and the name of product or work item.
31 I. Separate each warranty or bond with index tab sheets keyed to the Tabte of Contents listing.
32 Provide full information, using separate typed sheets as necessary. List Subcontractor, supplier,
33 and manufacturer, with name, address, and telephone number of responsible principal.
34 J. Disclaimers and Limitations:
35 1. Manufacturer's disclaimers and limitations on product warranties shall not relieve the
36 contractor of the general warranty on the work under this contract that incorporates the
37 products nor does it relieve suppliers, manufacturers, and subcontractors required to
38 countersign special warranties with the contractor.
39 2. The contractor is obligated to comply with warranties under the contract or at law regardless
40 of the terms and conditions of warranties of supplier, manufacturer and subcontractors
41 extended to the contractor.
42 K. Warranty Obligations:
43 1. Restore or remove and replace warranted work to its originally specified condition at such
44 time during warranty as it does not comply with or fulfill terms of warranty. Restore or remove
45 and replace other work which has been damaged by failure of warranted work or which must
46 be removed and replaced to gain access to warranted work
47 2. Except as otherwise indicated or required by governing regulations, warranties do not cover
48 damage to building contents (other than work or contract) which results from failure of
49 warranted work.
50 3. Cost of restoration or removal and replacement is contractor's obligation without regard to
51 whether Owner has already benefited from use of ailing work.
2010-16/YCS Fuelina Station Bid -01 7800 -9 CLOSEOUT PROCEDURES 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No. 2
Erickson McGovern Architects
1 L. Owner's Recourse:
2 1. Warranties and warranty periods do not diminish implied warranties and clo not deprive
3 Owner of actions, rights, and remedies otherwise available for Contractor's failure to fulfill
4 requirements of the Contract Documents or rights and causes of action of or by the Owner
5 available at law. Owner reserves the right to reject coincidental product warranties considered
6 to be conflicting with or detracting from requirements of the Contract Documents.
7 END OF SECTION
2010-16/YCS Fueling Station Bid -01 7800 - 10 CLOSEOUT PROCEDURES 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 SECTION 03 3000
2 CAST-IN-PLACE CONCRETE
3 PART 1 GENERAL
4 1.01 SECTION INCLUDES
5 A. Concrete formwork.
6 B. Slabs on grade.
7 C. Concrete foundations.
g D. Concrete reinforcement.
9 E. Joint devices associated with concrete work.
10 F. Slab Base Course.
11 G. Concrete curing.
12 1.02 RELATED REQUIREMENTS
13 A. Section 07 9005 -Joint Sealers: Sealants for saw cut joints and isolation joints in slabs.
14 1.03 REFERENCE STANDARDS
15 A. ACI 211.1 - Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass
16 Concrete; American Concrete Institute International; 1991 (Reapproved 2002).
17 B. ACI SP-16-89, "Field Reference Manual."
18 C. ACI 301 - Specifications for Structural Concrete for Buildings;American Concrete Institute
19 International; 2010.
20 D. ACI 302.1 R- Guide for Concrete Floor and Slab Construction; American Concrete Institute
21 International; 2004 (errata 2007).
22 E. ACI 304R- Guide for Measuring, Mixing, Transporting, and Placing Concrete; American
23 Concrete Institute International; 2000.
24 F. ACI 305R - Hot Weather Concreting; American Concrete Institute International; 2010.
25 G. ACI 306R - Cold Weather Concreting; American Concrete Institute International; 2010.
26 H. ACI 308 - Standard Practice for Curing Concrete; American Concrete Institute International;
27 2001.
28 I. ACI 318 - Building Code Requirements for Structural Concrete and Commentary;American
29 Concrete Institute International; 2008.
30 J. ASTM A615/A615M - Standard Specification for Deformed and Plain Billet-Steel Bars for
31 Concrete Reinforcement; 2009b.
32 K. ASTM A884/A884M - Standard Specification for Epoxy-Coated Steel Wire and Welded Wire
33 Reinforcement; 2006.
34 L. ASTM C39/C39M - Standard Test Method for Compressive Strength of Cylindrical Concrete
35 Specimens; 2010.
36 M. ASTM C94/C94M - Standard Specification for Ready-Mixed Concrete; 2011.
37 N. ASTM C143/C143M - Standard Test Method for Slump of Hydraulic-Cement Concrete; 2010a.
38 O. ASTM C150 - Standard Specification for Portland Cement; 2011.
39 P. ASTM C171 - Standard Specification for Sheet Materials for Curing Concrete; 2007.
40 Q. ASTM C173/C173M - Standard Test Method for Air Content of Freshly Mixed Concrete by the
41 Volumetric Method; 2010b.
42 R. ASTM C309- Standard Specification for Liquid Membrane-Forming Compounds for Curing
43 Concrete; 2007.
2010-16/YCS Fueling Station Bid -03 3000- 1 CAST-IN-PLACE CONCRETE 1-15-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGavern Architects
1 S. ASTM C685/C685M -Standard Specification for Concrete Made by Volumetric Batching and
2 Continuous Mixing; 2010.
3 T. ASTM C881/C881 M - Standard Specification for Epoxy-Resin-Base Bonding Systems for
4 Concrete; 2010.
5 U. ASTM C1059/C1059M - Standard Specification for Latex Agents for Bonding Fresh to
6 Hardened Concrete; 1999 (Reapproved 2008).
7 V. ASTM D1751 - Standard Specification for Prefor.med Expansion Joint Filler for Concrete Paving
g and Structural Construction (Nonextruding and Resilient Bituminous Types); 2004 (Reapproved
9 2008).
10 W. ASTM E 1643- Standard Practice for Installation of Water Vapor Retarders Used in Contact
11 with Earth or Granular Fill Under Concrete Slabs; 1998 (Reapproved 2005).
12 X. ASTM E1745 - Standard Specification for Plastic Water Vapor Retarders Used in Contact with
13 Soil or Granular Fill under Concrete Slabs; 2009.
14 Y. COE CRD-C 513 - COE Specifications for Rubber Waterstops; Corps of Engineers; 1974.
15 Z. Concrete Reinforcing Steel Institute (CRSI), "Manual of Standard Practice."
16 1.04 SUBMITTALS
17 A. See Section 01 3000 -Administrative Requirements,for submittal procedures.
18 B. Product Data: Submit manufacturer's data on manufactured products showing compliance with
19 specified requirements.
20 C. Samples: Submit samples of underslab vapor retarder to be used.
21 D. Shop drawings shall be furnished by Contractor for fabrication, bending, and placement of
22 concrete reinforcement. Comply with ACI SP-66 (88), "ACI Detailing Manual,"showing bar
23 schedules, stirrup spacing, diagrams of bent bars, and arrangement of concrete reinforcement.
24 Include special reinforcement required for openings through concrete structurES.
25 E. Materials certificates in lieu of materials laboratory test reports when permitted by Architect.
26 Materials certificates shall be signed by manufacturer and Contractor, certifyin�g that each
27 material item complies with or exceeds specified requirements. Provide certification from
28 admixture manufacturers that chloride content complies with specification req�uirements.
29 1.05 (�UALITY ASSURANCE
30 A. Perform work of this section in accordance with ACI 301 and ACI 318.
31 B. Follow recommendations of ACI 305R when concreting during hot weather.
32 C. Follow recommendations of ACI 306R when concreting during cold weather.
33 D. ACI SP-16-89, "Field Reference Manual".
34 E. Concrete Reinforcing Steel Institute (CRSI), "Manual of Standard Practice."
35 PART 2 PRODUCTS
36 2.01 FORMWORK
37 A. Form Materials: Contractor's choice of standard products with sufficient strength to withstand
38 hydrostatic head without distortion in excess of permitted tolerances.
39 1. Form Facing for Exposed Finish Concrete: Contractor's choice of materials that will
40 provide smooth, stain-free final appearance.
41 a. Plywood, metal, metal framed plywood faced, or other acceptable panel type
42 materials,to provide continuous, straight, smooth, exposed surfaces. Furnish in
43 largest practicable sizes to minimize number of joints and to conform to joint system
44 shown on drawings.
45 2. Forms for Unexposed Finish Concrete: Plywood, lumber, metal, or other acceptable
46 material. Provide lumber dressed on at least 2 edges and 1 side for tight fit.
2010-16/YCS Fueling Station Bid -03 3000 -2 CAST-IN-PLACE CONCRETE 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 3. Form Coating: Release agent that will not adversely affect concrete or interfere with
2 application of coatings.
3 a. Provide commercial formulation form-coating compounds with a maximum VOC of
4 350 g/I that will not bond with, stain, or adversely affect concrete surfaces and will not
5 impair subsequent treatments of concrete surfaces.
6 4. Form Ties: Factory fabricated, adjustable length, removable or snap off metal form ties,
7 designed to prevent form deflection and to prevent spalling concrete upon removal.
g Provide units that will leave no metal closer than 1 1/2 inches to exposed surface.
g a. Provide ties that, when removed,will leave holes not larger than 1 inch diameter in
10 concrete surface.
11 5. Form Ties: Cone snap type that will leave no metal within 1-1/2 inches (38 mm) of
12 concrete surface.
13 2.02 REINFORCEMENT
14 A. Reinforcing Steel: ASTM A615/A615M Grade 60 (420).
15 1. Type: Deformed billet-steel bars.
16 B. Steel Welded Wire Reinforcement: ASTM A 82, plain, cold-drawn steel.
17 1. Form: Coiled Rolls.
18 2. Welded Wire Fabric:ASTM A 185, welded steel wire fabric.
19 3. Mesh Size and Wire Gage: As indicated on drawings.
20 C. Reinforcement Accessories:
21 1. Tie Wire: Annealed, minimum 16 gage (1.5 mm).
22 2. Chairs, Bolsters, Bar Supports, Spacers: Sized and shaped for adequate support of
23 reinforcement during concrete placement.
24 a. Use wire-bar or plastic type supports complying with CRSI specifications.
25 1) For slabs on grade, use supports with sand plates or horizontal runners where
26 base material will not support chair legs.
27 2.03 CONCRETE MATERIALS
28 A. Cement:ASTM C 150, Type II - Moderate Portland type or Type I-II.
29 1. Use one brand of cement throughout project untess otherwise acceptable to Architect.
30 B. Water: Clean and not detrimental to concrete.
31 2.04 CHEMICAL ADMIXTURES
32 A. Do not use chemicals that will result in soluble chloride ions in excess of 0.1 percent by weight
33 of cement.
34 2.05 SLAB BASE COURSE
35 A. General: Drainage course consists of placement of crushed gravel material, in layer of 2 inch
36 thickness, over subgrade surface to support concrete slabs.
37 1. Slab Base Course: Use coarse aggregate,WSDOT 9-03.1(3) C, Grading No. 5, with the
38 following proportions:
39
Sieve Size Percent Passin
3/4" 80 - 100
3�8�� 10 -40
#4 0 - 4
40
41 B. Placing: Place base course material on prepared subgrade in layers of uniform thickness,
42 conforming to indicated cross-section and thickness. Maintain optimum moisture content for
43 compacting material during placement operations. Compact to 95 percent maximum dry
44 density.
2010-i6/YCS Fueling Station Bid -03 3000-3 CAST-IN-PLACE CONCRETE 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGc�vern Architects
1 1. Level base material between screeds to 1/4 inch in 10 feet then compact 1�o specified
2 density. Keep smooth and level during all operations including concrete pNacement.
3 2.06 CONCRETE ACCESSORIES
4 A. Reglets: Formed steel sheet, galvanized, with temporary filler to prevent concrf;te intrusion
5 during placement.
6 B. Bonding Agent: ASTM C 1059, Type II acrylic non-redispersable type.
7 C. Epoxy Bonding System:ASTM C 881,type as required by project conditions. Provide
8 Concresive LPL manufactured by Master Builders or approved.
9 D. Absorptive Cover: Burlap cloth made from jute or kenaf,weighing approximately 9 oz. per sq.
10 yd., complying with AASHTO M 182, Class 2. Always shall be covered with Mc�isture-Retaining
11 Cover.
12 E. Liquid Curing Compound:ASTM C309, Type 1, clear or translucent.
13 1. Liquid Membrane-Forming Curing Compound: Liquid-type membrane-forming curing
14 compound complying with ASTM C 309, Type I, Class A, and 20% min. S�olids. Provide
15 one of the following or approved:
16 a. Sonneborn: Kure-N-Seal 30
17 b. W.R. Meadows: Sealtight CS-309-25
18 c. Masco: Mascocure- Biocure
19 2.07 JOINT DEVICES AND MATERIALS
20 A. Waterstops: Rubber type, COE CRD-C 513.
21 B. Joint Filler: Nonextruding, resilient asphalt impregnated fiberboard or felt, complying with ASTM
22 D 1751, 1/4 inch (6 mm)thick and 4 inches (200 mm) deep;tongue and groove profile.
23 C. Construction Joint Devices: Integral galvanized steel; 1/8 inch thick,formed to tongue and
24 groove profile, with removable top strip exposing sealant trough, knockout holE�s spaced at 6
25 inches (150 mm), ribbed steel spikes with tongue to fit top screed edge.
26 2.08 CONCRETE MIX DESIGN
27 A. As required on Drawings (See Structural Notes on Structural Drawings). Note: For above
28 ground tank foundation, concrete mix design shall be engineered by the tank rnanufacturer or
29 contractor.
30 B. Ready Mix Concrete: Comply with requirements of ASTM C 94, and as specifiad.
31 1. Add all ingredients including all admixtures at the batch plant during the rnixing time with
32 the weights recorded on the delivery ticket. This includes all Cement,Agcaregate, Water,
33 and Admixtures.
34 2. When air temperature is between 85 deg F (30 deg C) and 90 deg F (32 deg C), reduce
35 mixing and delivery time from 1 1/2 hours to 75 minutes, and when air temperature is
36 above 90 deg F (32 deg C), reduce mixing and delivery time to 60 minute�s.
37 C. Admixtures:Add acceptable admixtures as recommended in ACI 211.1 and at rates
38 recommended by manufacturer.
39 2.09 MIXING
40 A. On Project Site: Mix in drum type batch mixer, complying with ASTM C685. Mnx each batch not
41 less than 1-1/2 minutes and not more than 5 minutes.
42 B. Transit Mixers: Comply with ASTM C94/C94M.
43 PART 3 EXECUTION
44 3.01 GENERAL
45 A. Mix, place, vibrate,finish and cure concrete per ACI 301.
46 B. Coordinate the installation of joint materials and vapor retarders/barrier, and other related
47 materials with placement of forms and reinforcing steel.
2010-i6/YCS Fueling Station Bid -03 3000- 4 CAST-IN-PVaCE CONCRETE 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 3.02 EXAMINATION
2 A. Verify lines, levels, and dimensions before proceeding with work of this section.
3 3.03 FORMS
4 A. General: Design, erect, support, brace, and maintain formwork to support vertical and lateral,
5 static and dynamic loads that might be applied until concrete structure can support such loads.
6 Construct formwork so concrete members and structures are of correct size, shape, alignment,
7 elevation, and position. Maintain formwork construction tolerances and surface irregularities
g complying with ACI 347.
g B. Construct forms to sizes, shapes, lines, and dimensions shown and to obtain accurate
10 alignment, location, grades, level, and plumb work in finished structures. Provide for openings,
11 oifsets, sinkages, keyways, recesses, moldings, rustications, reglets, chamfers, blocking,
12 screeds, bulkheads, anchorages and inserts, and other features required in work. Use selected
13 materials to obtain required finishes. Solidly butt joints and provide backup at joints to prevent
14 leakage of cement paste.
15 C. Fabricate forms for easy removal without hammering or prying against concrete surfaces.
16 Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces.
17 Provide top forms for inclined surfaces where slope is too steep to place concrete with bottom
18 forms only. Kerf wood inserts for forming keyways, reglets, recesses, and the like,for easy
19 removal.
20 D. Provide temporary openings for clean-outs and inspections where interior area of formwork is
Z1 inaccessible before and during concrete placement. Securely brace temporary openings and
22 set tightly to forms to prevent loss of concrete mortar. Locate temporary openings in forms at
23 inconspicuous locations.
24 E. Chamfer exposed corners and edges as indicated, using wood, metal, PVC, or rubber chamfer
25 strips fabricated to produce uniform smooth lines and tight edge joints.
26 F. Provisions for Other Trades: Provide openings in concrete formwork to accommodate work of
27 other trades. Determine size and location of openings, recesses, and chases from trades
2g providing such items. Accurately place and securely support items built into forms.
29 G. Cleaning and Tightening: Thoroughly clean forms and adjacent surfaces to receive concrete.
30 Remove chips,wood, sawdust, dirt, or other debris just before placing concrete. Retighten
31 forms and bracing before placing concrete, as required,to prevent mortar leaks and maintain
32 proper alignment.
33 H. Forms for Slabs: Set edge forms, bulkheads, and intermediate screed strips for slabs to
34 achieve required elevations and contours in finished surfaces. Provide and secure units to
35 support screed strips using strike off templates or compacting type screeds.
36 3.04 PREPARATION
37 A. Formwork: Comply with requirements of ACI 301. Design and fabricate forms to support all
3g applied loads until concrete is cured, and for easy removal without damage to concrete.
39 B. Verify that forms are clean and free of rust before applying release agent.
40 C. Coordinate placement of embedded items with erection of concrete formwork and placement of
41 form accessories.
42 D. Prepare previously placed concrete by cleaning with steel brush and applying bonding agent in
43 accordance with manufacturer's instructions.
44 E. In locations where new concrete is doweled to existing work, drill holes in existing concrete,
45 insert steel dowels and pack solid with non-shrink grout.
46 F. Interior Slabs on Grade: Install vapor retarder under interior slabs on grade. Lap joints minimum
47 6 inches (150 mm). Seal joints, seams and penetrations watertight with manufacturer's
48 recommended products and follow manufacturer's written instructions. Repair damaged vapor
49 retarder before covering.
2010-16/YCS Fueling Station Bld -O3 3000-rJ CAST-IN-PLACE CONCRETE 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 G. Cold Weather Preparation:
2 1. Remove all snow, ice, and frost from the surfaces, including reinforcement, against which
3 the concrete is to be placed. Before beginning concrete placement, thaw�he subgrade to
4 the depth specified in the Contract Documents. Do not place concrete araund massive
5 embedments identified in the Concrete Documents unless such embedmE�nts are at a
6 temperature above freezing.
7 3.05 SLAB BASE COURSE
S A. General: Drainage course consists of placement of crushed gravel material, in layer of 3 inch
9 thickness, over subgrade surface to support concrete building slabs.
10 B. Placing: Place base course material on prepared subgrade in layers of uniform�thickness,
11 conforming to indicated cross-section and thickness. Maintain optimum moisture content for
12 compacting material during placement operations. Compact to 95 percent max:imum dry
13 density.
14 3.06 INSTALLING REINFORCEMENT AND OTHER EMBEDDED ITEMS
15 A. Comply with requirements of ACI 301. Clean reinforcement of loose rust and mill scale, and
16 accurately position, support, and secure in place to achieve not less than minirnum concrete
17 coverage required for protection.
18 B. Install welded wire reinforcement in maximum possible lengths, and offset end laps in both
19 directions. Splice laps with tie wire.
20 3.07 PLACING CONCRETE
21 A. Place concrete in accordance with ACI 304R.
22 B. Place concrete for floor slabs in accordance with ACI 302.1 R.
23 1. All floor slabs requiring steel reinforcing (bars or weld fabric) shall be plac;e on chairs,
24 bolsters, bar supports, and spacers, only. Post lifting (pulling during or afl:er concrete pour)
25 is not permitted.
26 C. Notify Architect (Erickson McGovern) not less than 24 hours prior to commencement of
27 placement operations.
28 D. Placing Concrete in Forms: Deposit concrete in forms in horizontal layers no deeper than 24
29 inches and in a manner to avoid inclined construction joints.Where placement:consists of
30 several layers, place each layer while preceding layer is still plastic to avoid cald joints.
31 1. Consolidate placed concrete by mechanical vibrating equipment supplemented by hand
32 spading, rodding, or tamping. Use equipment and procedures for consolidation of concrete
33 complying with ACI 309.
34 2. Do not use vibrators to transport concrete inside forms. Insert and withdr�aw vibrators
35 vertically at uniformly spaced locations no farther than the visible effectiveness of the
36 machine. Place vibrators to rapidly penetrate placed layer and at least 6 inches into
37 preceding layer. Do not insert vibrators into lower layers of concrete that have begun to
38 set.At each insertion, limit duration of vibration to time necessary to consolidate concrete
39 and complete embedment of reinforcement and other embedded items wiithout causing
40 mix to segregate.
41 E. Placing Concrete Slabs: Deposit and consolidate concrete slabs in a continuous operation,
42 within limits of construction joints, until the placing of a panel or section is corripleted.
43 1. Consolidate slab concrete during placing operations so that concrete is tlhoroughly worked
44 around reinforcement, other embedded items and into corners.
45 2. Bring slab surfaces to correct level with straightedge and strike off. Use bull floats or
46 darbies to smooth surface,free of humps or hollows. Do not disturb slab surfaces prior to
47 beginning finishing operations.
48 3. Maintain reinforcing in proper position on chairs during concrete placemE�nt.
2010-16/YCS Fueling Station Bid -03 3000 -6 CAST-IN-PLACE CONCRETE 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 F. Cold Weather Placing: Compiy with provisions of ACI 306 and as follows. Protect concrete work
2 from physical damage or reduced strength that could be caused by frost,freezing actions, or
3 low temperatures.
4 1. When air temperature has fallen to or is expected to fall below 40 deg F (4 deg C),
5 uniformly heat water and aggregates before mixing to obtain a concrete mixture
6 temperature of not less than 50 deg F (10 deg C) and not more than 80 deg F (27deg C)
7 at point of placement.
g 2. Do not use frozen materials or materials containing ice or snow. Do not place concrete on
g frozen subgrade or on subgrade containing frozen materials.
10 3. Do not use calcium chloride, salt, and other materials containing antifreeze agents or
11 chemical accelerators unless otherwise accepted in mix designs.
12 4. Scheduling Protection Materials:
13 a. All materials and equipment required for protection shall be available at the project
14 site before cold weather concreting.
15 G. Hot Weather Placing:When hot weather conditions exist that would seriously impair quality and
16 strength of concrete, place concrete in compliance with ACI 305 and as specified.
17 1. Cool ingredients before mixing to maintain concrete temperature at time of placement
18 below 90 deg F (32 deg C). Mixing water may be chilled, or chopped ice may be used to
19 control temperature provided water equivalent of ice is calculated to total amount of mixing
20 water. Use of liquid nitrogen to cool concrete is Contractor's option.
22 2 emperaturerwillg t exceled he amb ent ab te perat�ure immediately befo eaembedment
23 in concrete.
24 3. Cool placing environment as folfows: Fog spray forms, reinforcing steel, and subgrade just
25 before concrete is placed. Keep subgrade moisture uniform without puddles or dry areas.
26 4. Use water-reducing retarding admixture when required by high temperatures, low
27 humidity, or other adverse placing conditions, when acceptable to Architect.
28 H. Ensure reinforcement, inserts,waterstops, embedded parts, and formed construction joint
Z9 devices will not be disturbed during concrete placement.
30 I. Finish floors level and flat, unless otherwise indicated, within the tolerances specified below.
31 3.08 SLAB JOINTING
32 A. Locate joints as indicated on the drawings.
33 B. Anchor joint fillers and devices to prevent movement during concrete placement.
34 C. Isolation Joints: Use preformed joint filler with removable top section for joint sealant,total
35 height equal to thickness of slab, set flush with top of slab.
36 D. Repair underslab vapor retarder damaged during placement of concrete reinforcing. Repair
37 with vapor retarder material; lap over damaged areas minimum 6 inches (150 mm) and seal
3g watertight.
39 E. Separate slabs on grade from vertical surfaces with joint filler.
40 F. Install joint devices in accordance with manufacturer's instructions.
41 G. Install construction joint devices in coordination with floor slab pattern placement sequence. Set
42 top to required elevations. Secure to resist movement by wet concrete.
43 H. Maintain records of concrete placement. Record date, location, quantity, air temperature, and
44 test samples taken.
45 I. Do not interrupt successive placement; do not permit cold joints to occur.
46 J. Screed floors level, maintaining surface flatness of maximum 1/4 inch in 10 ft. (6 mm/3 m).
47 3.09 JOINTS
48 A. Construction Joints: Locate and install construction joints as indicated or, if not indicated, locate
49 so as not to impair strength and appearance of the structure, as acceptable to Architect.
2010-161 YCS Fueling Station Bld -O3 3000 -7 CAST-IN-PLACE CONCRETE 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGavern Architects
1 B. Provide keyways at least 1-1/2 inches deep in construction joints between wall:� and footings.
2 Bulkheads designed and accepted for this purpose may be used for slabs.
3 C. Place construction joints perpendicular to main reinforcement. Continue reinforcement across
4 construction joints except as otherwise indicated. Do not continue reinforcement through sides
5 of strip placements.
6 D. Use bonding agent on existing concrete surfaces that will be joined with fresh c.oncrete. Follow
7 manufacturer's directions on mixing and timing of placement.
8 E. Isolation Joints in Slabs on Ground: Construct isolation joints in slabs on ground at points of
9 contact between slabs on ground and vertical surfaces, such as column pedes�als,foundation
10 wails, grade beams, and other locations as indicated.
11 1. Joint filler and sealant materiais are specified in Division 7 Section "Joint 3ealants".
12 F. Contraction (Control) Joints in Slabs on Ground: Construct contraction joints in slabs on ground
13 in square pattern spaced at 16 feet o.c. maximum in 4 inch thick slabs or to pa�tern as shown
14 on drawings. If joint pattern not shown, provide Drawings for Architect's approval, showing
15 joints not exceeding 16 feet in either direction and located to conform to bay s��acing wherever
16 possible (at column centerlines, half bays, third bays).
17 1. Form contraction joints by inserting premolded plastic, hardboard, or fiberboard strip into
18 fresh concrete in straight lines until top surface of strip is flush with slab surface. Tool slab
19 edges round on each side of insert. After concrete has cured, remove ins�srts and clean
20 groove of loose debris.Zip Strips are not allowed.
21 2. Saw cut joints in concrete, at each control joint location, as soon as the slab will support
22 the weight of the saw and operator without disturbing the final finish. Nornnally 2 hours
23 maximum after final finishing or 150 psi. Joints to be 1/8 inch wide and 1/�4 slab depth saw
24 cut.
25 3. Joint fillers and sealants are specified in Division 7 Section "Joint Sealants".
26 3.10 INSTALLATION OF EMBEDDED ITEMS
27 A. General: Set and build into formwork anchorage devices and other embedded items required
28 for other work that is attached to or supported by cast in place concrete. Use s�etting drawings,
29 diagrams, instructions, and directions provided by suppliers of items to be attached thereto.
30 B. Pipe Sleeves for Steel Pipe Handrails: Set pipe sleeves in locations as require��for handrail
31 verticals. Set sleeves plumb with top of sleeve '/2 inch below top of finished concrete surface.
32 {Sleeves furnished by"Section 05 5213.")
33 3.11 PREPARATION OF FORM SURFACES
34 A. General: Coat contact surfaces of forms with an approved, nonresidual, low VOC,form coating
35 compound before placing reinforcement.
36 B. Do not allow excess form coating material to accumulate in forms or to come into contact with
37 in-place concrete surfaces against which fresh concrete will be placed. Apply im compliance
38 with manufacturer's instructions.
39 C. Coat steel forms with a nonstaining, rust preventative material. Rust stained steel formwork is
40 not acceptable.
41 3.12 CONCRETE FINISHING
42 A. Repair surface defects, including tie holes, immediately after removing formwo�rk.
43 B. Unexposed Form Finish: Rub down or chip off fins or other raised areas 1/4 inrh (6 mm) or
44 more in height.
45 C. Exposed Form Finish: Rub down or chip off and smooth fins or other raised ar�eas 1/4 inch (6
46 mm) or more in height. Provide finish as follows:
47 1. Smooth Rubbed Finish:Wet concrete and rub with carborundum brick or other abrasive,
48 not more than 24 hours after form removal.
49 D. Monolithic Slab Finishes
2010-16/YCS Fueling Station Bid -03 3000 - 8 CAST-IN-PLP�CE CONCRETE 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 1. Nonslip Broom Finish: Apply a nonslip broom finish to exterior concrete platforms, steps,
2 and ramps, and elsewhere as indicated.
3 a. Immediately after float finishing, slightly roughen concrete surface by brooming with
q fiber bristle broom perpendicular to main traffic route. Coordinate required final finish
5 with Architect before application.
6 3.13 CURING AND PROTECTION
7 A. Comply with requirements of ACI 308R. Immediately after placement, protect concrete from
g premature drying, excessively hot or cold temperatures, and mechanical injury.
9 B. Cold Weather Protection Temperature:
10 1. Unless otherwise specified,the minimum temperature of concrete during the protection
11 period shall be as specified in ACI 306.1-90. Temperatures specified to be maintained
12 during the protection period shall be those measured at the concrete surface, whether the
13 surface is in contact with formwork, insulation, or air. Measure the temperature with a
14 surface temperature measuring device having an accuracy of±2 F. Measure the
15 temperature of concrete in each placement at regular time intervals as specified in the
16 Contract Documents.
17 2. Termination of Protection:
18 a. The maximum decrease in temperature measured at the surface of the concrete in a
19 24-hour period shall not exceed the values as specified in ACI 306.1-90. Do not
20 exceed these limits until the surface temperature of the concrete is within 20 F. of the
21 ambient or surrounding temperatures.When the surface temperature of the concrete
22 is within 20 F. of the ambient or surrounding temperature, all protection may be
23 removed.
24 3. Protection Against Freezing:
25 a. Cure and protect concrete against damage from freezing for a minimum period of 3
26 days, unless otherwise specified.
27 b. Maintain the surface temperature of the concrete during that period in accordance
28 with ACI 306.1-90.
29 C. Maintain concrete with minimal moisture loss at relatively constant temperature for period
30 necessary for hydration of cement and hardening of concrete.
31 1. Normal Concrete: Not less than 7 days.
32 D. Hot Weather Protection Temperature:
33 1. Per the American Concrete Institute (ACI) Committee 301 recommendations, cure
34 concrete a minimum of 7 days or upon the concrete attaining 70% of the specified
35 compressive strength by one of the following methods.
36 a. Ponding and immersion.
37 1) Ponding is to be used to cure flat surfaces on smaller jobs. Care should be
38 taken to maintain curing water temperature at not more than 11°C (20°F) cooler
39 than the concrete to prevent cracking due to thermal stresses.
40 b. Spraying and fogging.
41 1) Spraying and fogging shall be used when the ambient temperatures are well
42 above freezing and the humidity is low.
43 c. Saturated wet coverings
44 1) Wet coverings saturated with water should be used after concrete has hardened
45 enough to prevent surface damage. Slabs shall then be kept constantly wet.
46 d. Left in Place Forms.
47 1) Left in place forms shall be provided for satisfactory protection against moisture
48 loss for formed concrete surfaces.The forms shall be left in place as long as the
49 construction schedule allows. If the forms are made of wood, they should be
50 kept moist, especially during hot, dry weather.
51 e. Reducing the loss of mixing water from the surface of the concrete.
52 1) a. Covering concrete with impervious paper or plastic sheets.
2010-16/YCS Fueling Station Bid -03 3000 -9 CAST-IN-PLACE CONCRETE 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No. 2
Erickson McGovern Architects
1 (a) Impervious paper and plastic sheets shall be applied on tharoughly wetted
2 concrete. The concrete surface should be hard enough to F�revent surface
3 damage from placement activities.
4 2. Hot weather shali be defined as any temperature above 68 degrees Fahr�nheit (20
5 degrees Celsius).
6 E. Surfaces Not in Contact with Forms:
7 1. Initiai Curing: Start as soon as free water has disappeared and before surface is dry. Keep
g continuously moist for not less than three days by water ponding, water-saturated sand,
9 water-fog spray, or saturated burlap.
10 2. Final Curing: Begin after initial curing but before surface is dry.
11 a. Moisture-Retaining Cover: Seal in place with waterproof tape or adhE;sive.
12 F. Curing compound:
13 1. Surface Preparation:
14 a. Newly Placed Concrete:
15 1) Surface must be sound and properly finished.
16 2) Surface is application ready when damp but not wet, and it can no longer be
17 marred by foot traffic.
18 b. Newly Cured Bare Concrete:
19 1) Level any gouges.
20 2) Remove all dirt, dust, oil, grease, asphalt, and foreign matter. Clean with
21 caustics and detergents as required. Citrus degreaser is excelle�nt for removing
22 oil stains and many curing compounds.
23 3) Rinse thoroughly and allow to dry so that surface is no more than damp and
24 never wet.
25 2. Application:
26 a. Apply in two coats at right angles, using application rate recommended by
27 manufacturer.
28 3.14 FIELD QUALITY CONTROL
29 A. General: The Owner will employ a testing agency to perform tests and to subrriit test reports.
30 Testing laboratory shall furnish all equipment for taking samples and testing.
31 B. Sampling and testing for quality control during placement of concrete may include the following,
32 as directed by Architect:
33 1. Sampling Fresh Concrete: ASTM C 172, except modified for slump to cornply with ASTM
34 C 94.
35 a. Slump:ASTM C 143; one test at point of discharge for each day's paur of each type
36 of concrete; additional tests when concrete consistency seems to have changed.
37 b. Air Content:ASTM C 173, volumetric method for lightweight or normal weight
38 concrete; ASTM C 231, pressure method for normal weight concrete; one for each
39 day's pour of each type of air entrained concrete.
40 c. Concrete Temperature:ASTM C 1064. Test hourly when air temperature is 40 deg F
41 (4 deg C) and below, when 80 deg F (27 deg C) and above, and one�test for each set
42 of compressive strength specimens.
43 d. Compression Test Specimen: ASTM C 31; one set of 4 standard cylinders for each
44 compressive strength test, unless otherwise directed. Mold and store cylinders for
45 laboratory cured test specimens except when field cure test specimFns are required.
46 e. Compressive Strength Tests:ASTM C 39; one set for each day's po�r exceeding 5
47 cu. yds. plus additional sets for each 50 cu. yds. more than the first 25 cu. yds. of
48 each concrete class placed in any one day; one specimen tested at 7 days,two
49 specimens tested at 28 days, and one specimen retained in reserve for later testing if
50 required.
2010-16/YCS Fueling Station Bid -03 3000 - 10 CAST-IN-PLF�CE CONCRETE 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 2. When frequency of testing will provide fewer than 5 strength tests for a given class of
Z concrete, conduct testing from at least 5 randomly selected batches or from each batch if
3 fewer than 5 are used.
4 3. Test results wili be reported in writing to Architect, Structural Engineer, Ready Mix
5 Producer, and Contractor within 24 hours after tests. Reports of compressive strength
6 tests shail contain the project identification name and number, date of concrete
7 placement, name of concrete testing service, concrete type and class, location of concrete
g batch in structure, design compressive strength at 28 days, concrete mix proportions and
g materials, compressive breaking strength, and type of break for both 7 day tests and 28
10 day tests.
11 4. Additional Tests: The testing service will make additional tests of in-place concrete when
12 test results indicate specified concrete strengths and other characteristics have not been
13 attained in the structure, as directed by Architect. Testing service may conduct tests to
14 determine adequacy of concrete by cored cylinders complying with ASTM C 42, or by
15 other methods as directed. Contractor shall pay for such tests when unacceptable
16 concrete is verified.
17 3.15 REMOVING FORMS
18 A. General: Formwork not supporting weight of concrete, such as sides of beams, walls, columns,
19 and similar parts of the work, may be removed after cumulatively curing at not less than 50 deg
20 F (10 deg C) for 24 hours after placing concrete, provided concrete is sufficiently hard to not be
21 damaged by form removal operations, and provided curing and protection operations are
22 maintained.
23 B. Formwork supporting weight of concrete, such as beam soffits, joists, slabs, and other
24 structural elements, may not be removed in less than 14 days and until concrete has attained at
25 least 75 percent of design minimum compressive strength at 28 days. Determine potential
26 compressive strength of in-place concrete by testing field cured specimens representative of
27 concrete location or members.
28 C. Form facing material may be removed 4 days after placement only if shores and other vertical
29 supports have been arranged to permit removal of form facing material without loosening or
30 disturbing shores and supports.
31 3.16 REUSE OF FORMS
32 A. Clean and repair surfaces of forms to be reused in work. Split,frayed, delaminated, or
33 otherwise damaged form facing material will not be acceptable for exposed surfaces.Apply
34 new form coating compound as specified for new formwork.
35 B. When forms are extended for successive concrete placement, thoroughly clean surfaces,
36 remove fins and laitance, and tighten forms to close joints.Align and secure joint to avoid
37 oifsets. Do not use "patched"forms for exposed concrete surfaces except as acceptable to
38 Architect.
39 3.17 CONCRETE SURFACE REPAIRS
40 A. Patching Defective Areas: Repair and patch defective areas with cement mortar immediately
41 after removing forms, when acceptable to Architect.
42 B. Mix dry-pack mortar, consisting of one part Portland cement to 2-1/2 parts fine aggregate
43 passing a No. 16 mesh sieve, using only enough water as required for handling and placing.
44 1. Cut out honeycomb, rock pockets,voids over 1/4 inch in any dimension, and holes left by
45 tie rods and bolts down to solid concrete but in no case to a depth of less than 1 inch.
46 Make edges of cuts perpendicular to the concrete surface. Thoroughly clean, dampen with
47 water, and brush coat the area to be patched with bonding agent. Place patching mortar
48 before bonding agent has dried.
49 C. For surfaces exposed to view, blend white Portland cement and standard Portland cement so
50 that, when dry, patching mortar will match color surrounding. Provide test areas at
2010-16/YCS Fueling Station Bid -03 3000- 1 1 CAST-IN-PLACE CONCRETE 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 inconspicuous location to verify mixture and color match before proceeding with patching.
2 Compact mortar in place and strike off slightly higher than surrounding surface.
3 D. Repair Formed Surfaces: Remove and replace concrete having defective surfdces if defects
4 cannot be repaired to satisfaction of Architect. Surface defects include color and texture
5 irregularities, cracks, spalls, air bubbies, honeycomb, rock pockets,fins and ot'her projections
6 on surface, and stains and other discolorations that cannot be removed by cleaning. Flush out
7 form tie holes,fill with dry pack mortar, or precast cement cone piugs secured in place with
g bonding agent.
9 1. Repair concealed formed surfaces, where possible, containing defects that affect the
10 concrete's durability. If defects cannot be repaired, remove and replace concrete.
11 E. Repair Unformed Surfaces: Test unformed surfaces, such as monolithic slabs,for smoothness
12 and verify surface tolerances specified for each surface and finish. Correct low�and high areas
13 as specified. Test unformed surfaces sloped to drain for trueness of slope and smoothness by
14 using a template having required slope.
15 1. Repair finished unformed surfaces containing defects that affect the conc.rete's durability.
16 Surface defects include crazing and cracks in excess of 0.01 inch wide o�that penetrate to
17 reinforcement or completely through nonreinforced sections regardless of width, spalling,
18 popouts, honeycomb, rock pockets, and other objectionable conditions.
19 2. Correct high areas in unformed surfaces by grinding after concrete has cured at least 14
20 days.
21 3. Correct low areas in unformed surfaces during or immediately after com��letion of surface
22 finishing operations by cutting out low areas and replacing with patching mortar. Finish
23 repaired areas to blend into adjacent concrete. Proprietary underlayment compounds may
24 be used when acceptable to Architect.
25 4. Repair defective areas, except random cracks and single holes not excef;ding 1 inch in
26 diameter, by cutting out and replacing with fresh concrete. Remove defec;tive areas with
27 clean, square cuts and expose reinforcing steel with at least 3/4 inch clearance all around.
28 Dampen concrete surfaces in contact with patching concrete and apply bonding agent.
29 Mix patching concrete of same materials to provide concrete of same type or class as
30 original coricrete. Place, compact, and finish to blend with adjacent finished concrete.
31 Cure in same manner as adjacent concrete.
32 F. Repair isolated random cracks and single holes 1 inch or�ess in diameter by clry pack method.
33 Groove top of cracks and cut out holes to sound concrete and clean of dust, dirt, and loose
34 particles. Dampen cleaned concrete surtaces and apply bonding agent. Place dry pack before
35 bonding agent has dried. Compact dry pack mixture in place and finish to mat�ch adjacent
36 concrete. Keep patched area continuously moist for at least 72 hours.
37 G. Perform structural repairs with prior approval of Architect for method and procadure, using
38 specified epoxy adhesive and mortar.
39 H. Repair methods not specified above may be used, subject to acceptance of Architect.
40 3.18 MISCELLANEOUS CONCRETE ITEMS
41 A. Filling In: Fill in holes and openings left in concrete structures for passage of�ork by other
42 trades, unless otherwise shown or directed, after work of other trades is in place. Mix, place,
43 and cure concrete as herein specified, to blend with in-place construction. Provide other
44 miscellaneous concrete filling shown or required to complete work.
45 3.19 DEFECTIVE CONCRETE
46 A. Test Results: The testing agency shall report test results in writing to Architecl: (Erickson
47 McGovern) and Contractor within 24 hours of test.
48 B. Defective Concrete: Concrete not conforming to required lines, details, dimen:sions, tolerances
49 or specified requirements.
2010-16/YCS Fueling Station Bid -03 3000 - 12 CAST-IN-PLACE CONCRETE 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 C. Repair or replacement of defective concrete will be determined by the Architect (Erickson
2 McGovern). The cost of additional testing shali be borne by Contractor when defective concrete
3 is identified.
4 D. Do not patch,fill,touch-up, repair, or replace exposed concrete except upon express direction
5 of Architect (Erickson McGovern) for each individual area.
6 END OF SECTION
2010-16/YCS Fueling Station Bid -03 3000 - 13 CAST-IN-PLACE CONCRETE 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 SECTION 051200
2 STRUCTURAL STEEL FRAMING
3 PART 1 GENERAL
4 1.01 SECTION INCLUDES
5 A. Structural steel framing members, support members.
6 1. This Section includes fabrication and erection of structural steel work, as shown on drawings,
7 including schedules, notes, and details showing size and location of inembers,typical
8 connections, and types of steel required.
9 a. Structural steel is that work defined in American Institute of Steel Construction (AISC)
10 "Code of Standard Practice" and as otherwise shown on drawings.
11 b. Miscellaneous metal fabrications are specified elsewhere in Division 5.
12 c. Refer to Division 3 for anchor bolt installation in concrete.
13 B. Base plates
14 C. Grouting under base plates.
15 1.02 REFERENCE STANDARDS
16 A. AISC (AMAN) -ASD Manual of Steel Construction;American Institute of Steel Construction, Inc..;
17 1989, Ninth Edition.
18 B. AISC (MAN) -Steel Construction Manual; American Institute of Steel Construction, Inc.; 2005.
19 C. AISC S303- Code of Standard Practice for Steel Buildings and Bridges;American Institute of
20 Steel Construction, Inc.; 2005.
21 D. ASTM A36/A36M - Standard Specification for Carbon Structural Steel; 2008.
22 E. ASTM A53/A53M - Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated,
23 Welded and Seamless; 2010.
24 F. ASTM A500/A500M -Standard Specification for Cold-Formed Welded and Seamless Carbon Steel
25 Structural Tubing in Rounds and Shapes; 2010a.
26 G. ASTM A992/A992M - Standard Specification for Structural Steel Shapes; 2006a.
27 H. AWS A2.4-Standard Symbols for Welding, Brazing, and Nondestructive Examination;American
28 Welding Society; 2007.
29 I. AWS D1.1/D1.1 M - Structural Welding Code - Steel;American Welding Society; 2010.
30 1.03 SUBMITTALS
31 A. See Section 01 3000 -Administrative Requirements,for submittal procedures.
32 B. Product data or manufacturer's specifications and installation instructions for following products.
33 Include laboratory test reports and other data to show compliance with specifications (including
34 specified standards).
35 1. Structural steel (each type), including certified copies of mill reports covering chemical and
36 physical properties.
37 2. High strength bolts (each type), including nuts and washers.
38 a. Include Direct Tension Indicators, if used.
39 3. Structural steel primer paint.
40 4. Shrinkage-resistant grout.
41 C. Shop Drawings:
42 1. Indicate profiles, sizes, spacing, locations of structural members, openings, attachments, and
43 fasteners.
44 2. Connections not detailed.
45 a. Provide setting drawings,templates, and directions for installation of anchor bolts and
46 other anchorages to be installed as work of other sections.
47 3. Indicate cambers and loads.
48 4. Indicate welded connections with AWS A2.4 welding symbols. Indicate net weld lengths.
2010-16/YCS Fueling Station Bid -05 1200 - 1 STRUCTURAL STEEL FRAMING t-15-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 D. Manufacturer's Mill Certificate: Certify that products meet or exceed specified requirements.
2 1. Submit written confirmation of qualifications, including names of fabricat��r (firm) and
3 detailers, years of experience, lists of projects with names and phone n�mbers of related
4 Owners and Contractors as references. Submit certification with complete list of
5 Subcontractors.
6 1.04 QUALITY ASSURANCE
7 A. Codes and Standards: Comply with provisions of the following, except as othE�rwise indicated:
8 1. Fabricate structural steel members in accordance with AISC "Steel Con:�truction Manual."
9 a. Paragraph 4.2.1 of the above code is hereby modified by deletion of the following
10 sentence:
11 1) This approval constitutes the owner s acceptance of all responsibility for the design
12 adequacy of any detail configuration of connections developed by the fabricator as
13 a part of his preparation of these shop drawings."
14 b. AISC "Specifications for Structural Steel Buildings," including "Commentary."
15 2. "Specifications for Structural Joints using ASTM A 325 or A 490 Bolts" approved by the
16 Research Council on Structural Connections
17 a. American Welding Society (AWS) D1.1 "Structural Welding Code- Steel" and the
18 International Building Code.
19 b. ASTM A 6 "General Requirements for Delivery of Rolled Steel Plate:s, Shapes, Sheet
20 Piling and Bars for Structural Use."
21 B. Fabricator: Company specializing in performing the work of this section with minimum 5 years of
22 documented experience, including involvement in not less than three (3) proj�cts of similar, or
23 greater,size and complexity.
24 C. Qualifications for Welding Work: Qualify welding processes and welding oper:�tors in accordance
25 with AWS "Standard Qualification Procedure." Provide certification that welders to be employed in
26 work have satisfactorily passed AWS qualification tests within previous 12 mc�nths. Have welders
27 retested if recertification of welders is required; retesting will be contractor's rE�sponsibility.
28 D. Qualifications for Detailer: Engage detailer with minimum of five (5) years' exK�erience in structural
29 steel detailing, including involvement in not less than three (3) projects of similar, or greater, size
30 and complexity.
31 1.05 DELIVERY, STORAGE,AND HANDLING
32 A. Deliver materials to site at such intervals to ensure uninterrupted progress of��vork.
33 B. Deliver anchor bolts and anchorage devices,which are to be embedded in cast-in-place concrete
34 or masonry, in ample time to not delay work.
35 C. Store materials to permit easy access for inspection and identification. Keep s�teel members off
36 ground by using pallets, platforms, or other supports. Protect steel members and packaged
37 materials from erosion and deterioration. If bolts and nuts become dry or rusty�, clean and
38 relubricate before use. �
39 1. Do not store materials on structure in a manner that might cause distorticm or damage to
40 members or supporting structures. Repair or replace damaged materials or structures as
41 directed.
42 PART 2 PRODUCTS
43 2.01 MATERIALS
44 A. Metal Surfaces, General: For fabrication of work that will be exposed to view, use only materials
45 that are smooth and free of surface blemishes including pitting, rust and scale seam marks, roller
46 marks, rolled trade names, and roughness. Remove such blemishes by grinding, or by welding
47 and grinding, prior to cleaning,treating, and applying surface finishes.
48 B. Steel Angles and Plates:ASTM A36/A36M.
49 C. Steel W Shapes and Tees:ASTM A992/A992M.
50 D. Other Structural Steel Shapes, Plates, and Bars: ASTM A36.
2010-16/YCS Fueling Station Bid -05 1200 -2 STRUCTURAL:iTEEL FRAMING 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schoois No.2
Erickson McGovern Architects
1 E. Cold-Formed Structural Tubing:ASTM A500, Grade B.
2 F. Pipe: ASTM A53/A53M, Grade B, Finish black.
3 1. Type E or S.
4 2. Finish: Black, except where indicated to be galvanized.
5 G. Anchor Bolts:ASTM F 1554, Grade 36, Class 2A.
6 H. Unfinished Threaded Fasteners: ASTM A 307, Grade A, regular low-carbon steel bolts and nuts.
7 1. Provide hexagonal heads and nuts for all connections.
8 2. Provide either hexagonal or square heads and nuts, except use only hexagonal units for
9 exposed connections.
10 i. Welding Materials: AWS D1.1; type required for materials being welded.
11 J. Grout: Non-shrink, non-metallic aggregate type, complying with ASTM C 150,Type I or Type ill
12 and capable of developing a minimum compressive strength of 7,000 psi at 28 days.
13 1. Clean, uniformly graded, natural sand (ASTM C 404, Size No. 2). Mix at a ratio of 1.0 part
14 cement to 3.0 parts sand, by volume,with minimum water required for placement and
15 hydration.
16 K. Non-Metallic Shrinkage Resistant Grout: Premixed, non-metallic, noncorrosive, nonstaining
17 product containing selected silica sands, Portland cement, shrinkage compensating agents,
18 plasticizing and water reducing agents, complying with CE-CRD-C621.
19 1. Products: Subject to compliance with requirements, provide one of the following, or approved:
20 a. 100 Non-Shrink Grout (Non-Metallic); Conspec, Inc.
21 b. Crystex; L& M Construction Chemicals, Inc.
22 c. Euco N.S.; Euclid Chemical Co.
23 d. Five Star Grout; U.S. Grout Corp.
24 e. Masterflow 713; Master Builders.
25 f. Propak; Protex Industries, Inc.
26 g. Sealtight 588 Grout; W.R. Meadows.
27 h. Set Non-Shrink; Set Products, Inc.
28 i. Supreme Grout; Cormix, Inc.
29 j. Sure Grip Grout; Dayton Superior.
30 L. Shop and Touch-Up Primer: Fabricator's standard, complying with VOC limitations of authorities
31 having jurisdiction.
32 1. Structural Steel Primer Paint: SSPC- Paint 2; red lead-iron oxide, oil alkyd.
33 2.02 FABRICATION
34 A. Shop fabricate to greatest extent possible. Fabricate items of structural steel in accordance with
35 AISC Specifications and as indicated on final shop drawings. Provide camber in structural
36 members where indicated.
37 1. Properly mark and match-mark materials for field assembly. Fabricate for delivery sequence
38 that will expedite erection and minimize field handling of materials.
39 a. Where finishing is required, complete assembly, including welding of units, before start
40 of finishing operations. Provide finish surfaces of inembers exposed in final structure free
41 of markings, burrs, and other defects.
42 b. Where framing is noted as "Architecturally Exposed Structural Steel,"fabricate in
43 accordance with AISC "Specification for Architecturally Exposed Structural Steel."
44 2. Connections:Weld or bolt shop connections, as indicated.
45 a. Bolt field connections, except where welded connections or other connections are
46 indicated.
47 b. Provide unfinished threaded fasteners for only bolted connections of secondary framing
48 members to primary members (including purlins, girts, and other framing members
49 taking only nominal stresses) and for temporary bracing to facilitate erection.
50 3. Welded Construction: Comply with AWS Code for procedures, appearance and quality of
51 welds, and methods used in correcting welding work.
2010-16/YCS Fueling Station Bid -05 1200 -3 STRUCTURAL STEEL FRAMING 1-14-13
Support Operations Center- Fueling Station
Yeim Community Schools No.2
Erickson Mc�overn Architects
1 a. Assemble and weld built-up sections by methods that will produce true alignment of axes
2 without warp.
3 2.03 FINISH
4 A. General: Shop paint structural steel, except those members or portions of inembers to be
5 embedded in concrete mortar. Paint embedded steel that is partially exposed on exposed portions
6 and initial 2 inches of embedded areas only.
7 1. Do not paint surfaces to be welded or high strength bolted with friction type connections.
8 2. Do not paint surfaces scheduled to receive sprayed-on fireproofing.
9 3. Apply two (2) coats of paint to surfaces that are inaccessible after asserribly or erection.
10 Change color of second coat to distinguish it from first.
11 B. Painting: Provide a one-coat, shop applied paint system complying with Steel Structures Painting
12 Council (SSPC) Paint System Guide No. 7.00.
13 C. Shop prime structural steel members. Do not prime surfaces that will be fireproofed,field welded,
14 in contact with concrete, or high strength bolted.
15 2.04 SOURCE QUALITY CONTROL
16 A. Design of Members and Connections: Details shown are typical; similar details apply to similar
17 conditions, unless otherwise indicated. Verify dimensions at site whenever possible without
18 causing delay in the work.
19 1. Promptly notify Architect whenever design of inembers and connections for any portion of
20 structure are not clearly indicated.
21 PART 3 EXECUTION
22 3.01 EXAMINATION
23 A. Verify that conditions are appropriate for erection of structural steel and that the work may properly
24 proceed.
25 B. Surveys: Check elevations of concrete and masonry bearing surfaces, and loc;ations of anchor
26 bolts and similar devices, before erection work proceeds, and report discrepancies to Architect. Do
27 not proceed with erection until corrections have been made or until compensa�ting adjustments to
28 structural steel work have been agreed upon with Architect.
29 3.02 ERECTION
30 A. Erect structural steel in compliance with AISC "Code of Standard Practice for Steel Buildings and
31 Bridges".
32 1. Field Assembly: Set structural steel frames accurately to lines and eleva�tions indicated. Align
33 and adjust various members forming part of complete frame or structure before permanently
34 fastening. Clean bearing surfaces and other surfaces that will be in perrrianent contact before
35 assembly. Perform necessary adjustments to compensate for discrepancies in elevations and
36 alignment.
37 a. Level and plumb individual members of structure within specified AISC tolerances.
38 b. Where framing is noted as "Architecturally Exposed Structural Steel," erect in
39 accordance with AISC "Specification for Architecturally Exposed Structural Steel."
40 c. Allow for erection loads, and provide sufficient temporary bracing to maintain structure in
41 safe condition, plumb, and in true alignment until completion of erection and installation
42 of permanent bracing.
43 1) Provide temporary shoring and bracing members with connections of sufficient
44 strength to bear imposed loads. Remove temporary members and connections
45 when permanent members are in place and final connections are made. Provide
46 temporary guy lines to achieve proper alignment of structures as erection proceeds.
47 d. Setting Bases and Bearing Plates: Clean concrete and masonry bearing surfaces of
48 bond-reducing materials and roughen to improve bond to surfaces. Clean bottom surface
49 of base and bearing plates.
50 1) Set loose and attached base plates and bearing plates for structural members on
51 wedges or other adjusting devices.
2010-16/YCS Fueling Station Bid -05 1200 -4 STRUCTURAL;iTEEL FRAMING 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 2) Tighten anchor bolts after supported members have been positioned and plumbed.
2 Do not remove wedges or shims, but if protruding, cut oif flush with edge of base or
3 bearing plate prior to packing with grout.
4 3) Pack grout solidly between bearing surfaces and bases or plates to ensure that no
5 voids remain. Finish exposed surfaces, protect installed materials, and allow to
6 cure.
7 e. Splice members only where indicated and accepted on shop drawings.
8 f. Erection Bolts: On exposed welded construction, remove erection bolts,fill holes with
9 plug welds, and grind smooth at exposed surfaces.
10 1) Comply with AISC Specifications for bearing, adequacy of temporary connections,
11 alignment, and removal of paint on surfaces adjacent to field welds.
12 2) Do not enlarge unfair holes in members by burning or by using drift pins, except in
13 secondary bracing members. Ream holes that must be enlarged to admit bolts.
14 g. Gas Cutting: Do not use gas cutting torches in field for correcting fabrication errors in
15 primary structural framing. Cutting will be permitted only on secondary members that are
16 not under stress, as acceptable to Architect. Finish gas-cut sections equal to a sheared
17 appearance when permitted.
18 h. Touch-up Painting: Immediately after erection, clean field welds, bolted connections, and
19 abraded areas of shop paint.Apply paint to exposed areas using same material as used
20 for shop painting.
21 1) Apply by brush or spray to provide minimum dry film thickness of 1.5 mils.
22 B. Grout solidly between column plates and bearing surfaces, complying with manufacturer's
23 instructions for nonshrink grout. Trowel grouted surfaces smooth, splaying neatly to 45 degrees.
24 3.03 FIELD QUALITY CONTROL
25 A. An independent testing agency will perform field quality control tests, as specified in Section 01
26 4000.
27 1. Owner will engage an independent testing and inspection agency to inspect high-strength
28 bolted connections and welded connections and to perform tests and prepare test reports.
29 2. Testing agency shall conduct and interpret tests, state in each report whether test specimens
30 comply with requirements, and specifically state any deviations therefrom.
31 3. Provide access for testing agency to places where structural steel work is being fabricated or
32 produced so that required inspection and testing can be accomplished.
33 4. Testing agency may inspect structural steel at plant before shipment.
34 B. Correct deficiencies in structural steel work that inspections and laboratory test reports have
35 indicated to be not in compliance with requirements. Perform additional tests, at Contractor's
36 expense, as necessary to reconfirm any noncompliance of original work and to show compliance
37 of corrected work.
38 END OF SECTION
2010-16/YCS Fueling Station Bid -05 1200- 5 STRUCTURAL STEEL FRAMING 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 SECTION 05 5000
2 METAL FABRICATIONS
3 PART 1 GENERAL
4 1.01 SECTION INCLUDES
5 A. Shop fabricated steel items. Includes:
6 1. Rough hardware.
7 2. Loose bearing and leveling plates.
8 3. Miscellaneous framing and supports.
9 4. Pipe bollards.
10 5. Security gate/Hold-open post.
11 1.02 RELATED RE(�UIREMENTS
12 A. Section 03 3000 -Cast-in-Place Concrete: Piacement of inetal fabrications in concrete.
13 B. Section 09 9000 - Painting and Coating: Paint finish.
14 1.03 REFERENCE STANDARDS
15 A. ANSI A14.3 -American National Standard for Ladders-- Fixed --Safety Requirements; 2008.
16 B. ASTM A36/A36M -Standard Specification for Carbon Structural Steel; 2008.
17 C. ASTM A53/A53M -Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated,
18 Welded and Seamless; 2010.
19 D. ASTM A123/A123M -Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and
20 Steel Products; 2009.
21 E. ASTM A307- Standard Specification for Carbon Steel Bolts and Studs, 60,000 PSI Tensile
22 Strength; 2010.
23 F. ASTM A500/A500M - Standard Specification for Cold-Formed Welded and Seamless Carbon Steel
24 Structural Tubing in Rounds and Shapes; 2010a.
25 G. AWS A2.4- Standard Symbols for Welding, Brazing, and Nondestructive Examination;American
26 Welding Society; 2007.
27 H. AWS D1.1/D1.1 M -Structural Welding Code - Steel;American Welding Society; 2010.
28 I. SSPC-Paint 15 -Steel Joist Shop Primer; Society for Protective Coatings; 1999 (Ed. 2004).
29 J. SSPC-Paint 20 -Zinc-Rich Primers (Type I, "Inorganic," and Type II, "Organic"); Society for
30 Protective Coatings; 2002 (Ed. 2004).
31 1.04 SUBMITTALS
32 A. See Section 01 3000 -Administrative Requirements,for submittal procedures.
33 B. Shop Drawings: Indicate profiles, sizes, connection attachments, reinforcing, anchorage, size and
34 type of fasteners, and accessories. Include erection drawings, elevations, and details where
35 applicable.
36 1. Indicate welded connections using standard AWS A2.4 welding symbols. Indicate net weld
37 lengths.
38 C. Welders' Certificates: Submit certification for welders employed on the project,verifying AWS
39 qualification within the previous 12 months.
40 1.05 GIUALITY ASSURANCE
41 A. Fabricator Qualifications: Firm experienced in producing metal fabrications similar to those
42 indicated for this Project with a record of successful in-service pertormance, and with sufficient
43 production capacity to produce required units without delaying the Work.This fabrication firm shall
44 meet all applicable provisions of the Welding Standards as listed in the following paragraph.
45 B. Welding Standards: Comply with applicable provisions of AWS D1.1 "Structural Welding Code -
46 Steel,"AWS D1.2 "Structural Welding Code-Aluminum,"AWS D1.3 "Structural Welding Code -
47 Sheet Steel,"WABO and ICBO.
2010-16/YCS Fueling Station Bid -05 5000 - 1 METAL FABRICATIONS 1-15-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 1. Certify that each welder has satisfactorily passed AWS qualification tests for welding
2 processes involved and, if pertinent, has undergone recertification.
3 1.06 PROJECT CONDITIONS
4 A. Field Measurements: Check actual locations of walls and other construction tc�which metai
5 fabrications must fit by accurate field measurements before fabrication. Show recorded
6 measurements on final shop drawings. Coordinate fabrication schedule with construction progress
7 to avoid delaying the Work.
g 1. Where field measurements cannot be made without delaying the Work, guarantee
9 dimensions and proceed with fabricating products without field measurernents. Coordinate
10 construction to ensure that actual dimensions correspond to guaranteed dimensions.Allow
11 for trimming and fitting.
12 PART 2 PRODUCTS
13 2.01 MATERIALS- STEEL
14 A. Steel Sections: ASTM A 36/A 36M.
15 1. Steel plates, shapes and bars.
16 B. Steel Tubing:ASTM A 501 hot-formed.
17 1. For exterior installations and where indicated, provide tubing with hot-di� galvanized coating
18 per ASTM A 53.
19 C. Steel Tubing: ASTM A 500, Grade B cold-formed structural tubing.
20 1. For exterior installations and where indicated, provide tubing with hot-dip galvanized coating
21 per ASTM A 53.
22 D. Pipe: ASTM A 53/A 53M, Grade B Schedule 40, black and hot-dip galvanized finish, as indicated
23 at exterior locations.
24 E. Welding Rods and Bare Electrodes: Select according to AWS specifications for the metal alloy to
25 be welded.
26 F. Fasteners:
27 1. Bolts, Nuts, and Washers: Regular hexagon-head bolts,ASTM A307, Gr�ade A (ASTM F 568,
28 Property Class 4.6), with hex nuts, ASTM A 563 (ASTM A 563M), and where indicated,flat
29 washers.
30 2. Machine Screws:ANSI B18.6.3.
31 3. Lag Bolts:ANSI B18.2.1 (ANSI 618.2.3.8M).
32 4. Wood Screws: Flat head, carbon steel, ASNI B18.6.1.
33 5. Plain Washers: Round, carbon steel,ASNI B18.22.1 (ANSI B18.22M).
34 6. Lock Washers: Helical, spring type, carbon steel, ASNI B18.21.1.
35 7. Expansion Anchors: Anchor bolt and sleeve assembly of material indicai:ed below with
36 capability to sustain, without failure, a load equal to 6 times the load imp�osed when installed
37 in unit masonry and equal to 4 times the load imposed when installed in concrete as
38 determined by testing per ASTM E 488 conducted by a qualified indeper�dent testing agency.
39 a. Material: Carbon steel components zinc-plated to comply with ASTP�I B 633, Class Fe/Zn
40 5.
41 b. Toggle Bolts: FS FF-B-588,tumble-wing type, class and style as re�auired.
42 G. Shop and Touch-Up Primer: SSPC-Paint 15, complying with VOC limitations ��f authorities having
43 jurisdiction.
44 H. Touch-Up Primer for Galvanized Surfaces: SSPC-Paint 20,Type I - Inorganic, complying with VOC
45 limitations of authorities having jurisdiction.
46 2.02 GROUT
47 A. Nonshrink, Metallic Grout: Factory packaged,ferrous aggregate grout complying with ASTM C
48 1107, specifically recommended by manufacturer for heavy duty loading applications.
2010-16/YCS Fueling Station Bid -05 5000 -2 METAI_FABRICATIONS 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 B. Nonshrink, Nonmetailic Grout: Factory packaged, nonstaining, noncorrosive, non-gaseous grout
2 complying with ASTM C 1107. Provide grout specifically recommended by manufacturer for interior
3 and exterior applications.
4 C. Products: Subject to compliance with requirements, provide one of the following or approved.
5 1. Nonshrink, Metallic Grouts:
6 a. Supreme Plus; Cormix Construction Chemicals.
7 b. Hi Mod Grout; Euclid Chemical Co.
g c. Embeco 885 and 636; Master Builders Technologies, Inc.
g d. Ferrolith G Redi-Mix and G-NC; Sonneborn Building Products-ChemRex, Inc.
10 e. Met-ox;The Spray-Cure Company.
11 D. Nonshrink, Nonmetallic Grouts:
12 1. B-6 Construction Grout;W. R. Bonsal Co.
13 2. Diamond-Crete Grout; Concrete Service Materials Co.
14 3. Supreme; Cormix Construction Chemicals.
15 4. Sure-grip High Performance Grout; Dayton Superior Corp.
16 5. Euco N-S Grout; Euclid Chemical Co.
17 6. Five Star Grout; Five Star Products.
18 7, Vibropruf#11; Lambert Corp.
19 8. Crystex; L&M Construction Chemicals, Inc.
20 9. Masterflow 928 and 713; Master Builders Technologies, Inc.
21 10. Sealtight 588 Grout;W. R. Meadows, Inc.
22 11. Sonogrout 14; Sonneborn Building Products--ChemRex, Inc.
23 12. Kemset; The Spray-Cure Company.
24 2.03 CONCRETE FILL
25 A. Concrete Materials and Properties: Comply with requirements of Division 3 Section "Cast-in-Place
26 Concrete"for normal-weight, air-entrained, ready-mix concrete with a minimum 28-day
27 compressive strength of 3000 psi (20 MPa), unless higher strengths are indicated.
28 2.04 FABRICATION
29 A. Fit and shop assemble items in largest practical sections,for delivery to site.
30 B. Fabricate items with joints tightly fitted and secured.
31 C. Continuously seal joined members by intermittent welds and plastic filler.
32 D. Grind exposed joints flush and smooth with adjacent finish surface. Make exposed joints butt tight,
33 flush, and hairline. Ease exposed edges to small uniform radius.
34 E. Exposed Mechanical Fastenings: Flush countersunk screws or bolts; unobtrusively located;
35 consistent with design of component, except where specifically noted otherwise.
36 F. Supply components required for anchorage of fabrications. Fabricate anchors and related
37 components of same material and finish as fabrication, except where specifically noted otherwise.
38 G. Shear and punch metals cleanly and accurately. Remove burrs.
39 H. Ease exposed edges to a radius of approximately 1/32 inch (1 mm), unless otherwise indicated.
40 Form bent metal corners to smallest radius possible without causing grain separation or otherwise
41 impairing work.
42 I. Weld corners and seams continuously to comply with the following:
43 1. Use materials and methods that minimize distortion and develop strength and corrosion
44 resistance of base metals.
45 2. Obtain fusion without undercut or overlap.
46 3. Remove welding flux immediately.
47 4. At exposed connections,finish exposed welds and surfaces smooth and blended so that no
48 roughness shows after finishing, and contour of welded surface matches those adjacent.
2010-16/YCS Fueling Station Bid -05 5000-3 METAL FABRICATIONS 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No. 2
Erickson McGovern Architects
1 5. Form exposed connections with hairiine joints,flush and smooth, using concealed fasteners
2 wherever possible. Use exposed fasteners of type indicated or, if not indicated, Phillips
3 flat-head (countersunk) screws or bolts. Locate joints where least conspi�uous.
4 6. Provide for anchorage of type indicated; coordinate with supporting structure. Fabricate and
5 space anchoring devices to secure metal fabrications rigidly in place and to support indicated
6 loads.
7 7. Shop Assembly: Preassemble items in shop to greatest extent possible to minimize field
g splicing and assembly. Disassemble units only as necessary for shippinG and handling
9 limitations. Use connections that maintain structural value of joined pieces. Clearly mark units
10 for reassembly and coordinated installation.
11 8. Cut, reinforce, drill, and tap metal fabrications as indicated to receive fini;sh hardware, screws,
12 and similar items.
13 9. Fabricate joints that will be exposed to weather in a manner to exclude wrater, or provide
14 weep holes where water may accumulate.
15 2.05 ROUGH HARDWARE
16 A. Fabricate items to sizes, shapes, and dimensions required. Furnish malleable-iron washers for
17 heads and nuts that bear on wood structural connections, and furnish steel washers elsewhere.
18 2.06 FABRICATED ITEMS
19 A. Bollards: Steel pipe, concrete filled, crowned cap, as detailed; galvanized finish.
20 1. 6 inch, Schedule 40, unless noted on the drawings.
21 2.07 MISCELLANEOUS FRAMING AND SUPPORTS
22 A. General: Provide steel framing and supports for applications indicated that arES not a part of
23 structural steel framework as required to complete the Work.
24 B. Fabricate units to sizes, shapes, and profiles indicated and required to receivE;other adjacent
25 construction retained by framing and supports. Fabricate from structural steel shapes, plates, and
26 steel bars of welded construction using mitered joints for field connection. Cut, drill, and tap units
27 to receive hardware, hangers, and similar items. (Items I.E., connections and seats for Glu-Lam
28 Beams.)
29 C. Equip units with integrally welded anchors for casting into concrete or building� into masonry.
30 Furnish inserts if units must be installed after concrete is placed.
31 D. Galvanize miscellaneous framing and supports in the following locations:
32 1. Exterior locations.
33 2. Interior locations where indicated.
34 2.08 FINISHES-STEEL
35 A. Prime paint all steel items.
36 B. Clean surfaces of rust, scale, grease, and foreign matter prior to finishing.
37 C. Shop Primer for Ferrous Metal: Fast curing, lead and chromate free, universaR modified alkyd
38 primer complying with performance requirements of FS TT-P-664, selected for good resistance to
39 normal atmospheric corrosion, compatibility with finish paint systems indicateci, and capability to
40 provide a sound foundation for field applied topcoats despite prolonged expo�ure.
41 D. Galvanizing Repair Paint: High zinc dust content paint for regalvanizing welds in galvanized steel,
42 with dry film containing not less than 94 percent zinc dust by weight, and complying with
43 DOD-P-21035 or SSPC-Paint 20.
44 E. Bituminous Paint: Cold applied asphalt mastic complying with SSPC-Paint 12, except containing
45 no asbestos fibers.
46 F. Prime Painting: One coat.
47 G. Galvanizing of Structural Steel Members: Galvanize after fabrication to ASTM A123/A123M
48 requirements.
2010-16/YCS Fueling Station Bid -05 5000- 4 METAL.FABRICATIONS 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 H. Galvanizing of Non-structural Items: Galvanize after fabrication to ASTM A123/A123M
2 requirements.
3 2.09 FABRICATION TOLERANCES
4 A. Squareness: 1/8 inch (3 mm) maximum difference in diagonal measurements.
5 B. Maximum Offset Between Faces: 1/16 inch (1.5 mm).
6 C. Maximum Misalignment of Adjacent Members: 1/16 inch (1.5 mm).
7 D. Maximum Bow: 1/8 inch (3 mm) in 48 inches (1.2 m).
8 E. Maximum Deviation From Plane: 1/16 inch (1.5 mm) in 48 inches (1.2 m).
9 PART 3 EXECUTION
10 3.01 EXAMINATION
11 A. Verify that field conditions are acceptable and are ready to receive work.
12 3.02 PREPARATION
13 A. Clean and strip primed steel items to bare metal where site welding is required.
14 B. Supply setting templates to the appropriate entities for steel items required to be cast into concrete
15 or embedded in masonry.
16 C. Coordinate and furnish anchorages, setting drawings, diagrams,templates, instructions, and
17 directions for installing anchorages, including concrete inserts, sleeves, anchor bolts, and
18 miscellaneous items having integral anchors that are to be embedded in concrete or masonry
19 construction. Coordinate delivery of such items to Project site.
20 3.03 INSTALLATION
21 A. Install items plumb and level, accurately fitted,free from distortion or defects.
22 B. Provide for erection loads, and for sufficient temporary bracing to maintain true alignment until
23 completion of erection and installation of permanent attachments.
24 C. Field weld components indicated.
25 1. Perform field welding in accordance with AWS D1.1/D1.1 M.
26 D. Obtain approval prior to site cutting or making adjustments not scheduled.
27 E. After erection, prime welds, abrasions, and surfaces not shop primed or galvanized, except
28 surfaces to be in contact with concrete.
29 F. Fastening to In-Ptace Concrete: Provide anchorage devices and fasteners where necessary for
30 securing miscellaneous metal fabrications to in-place construction. Include threaded fasteners for
31 concrete and masonry inserts, toggle bolts,through-bolts, lag bolts, wood screws, and other
32 connectors as required.
33 G. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing
34 miscellaneous metal fabrications. Set metal fabrication accurately in location, alignment, and
35 elevation; with edges and surfaces level, plumb,true, and free of rack; and measured from
36 established lines and levels.
37 H. Provide temporary bracing or anchors in formwork for items that are to be built into concrete
38 masonry or similar construction.
39 I. Fit exposed connections accurately together to form hairline joints.Weld connections that are not
40 to be left as exposed joints but cannot be shop-welded because of shipping size limitations. Do not
41 weld, cut, or abrade the surfaces of exterior units that have been hot-dip galvanized after
42 fabrication and are intended for bolted or screwed field connections.
43 3.04 INSTALLING PIPE BOLLARDS
44 A. Set pipe bollard in concrete footing. Fill pipe with non-shrink grout and weld 1/4"steel plate cap to
45 top. Grind weld smooth and repair paint as described in this section.
2010-16/YCS Fueling Station Bid -05 5000 -5 METAL FABRICATIONS 1-14-13
Support Operations Center- Fueling Station
Yelm CommunNty Schools No.2
Erickson McGovern Architects
1 3.05 ADJUSTING AND CLEANING
2 A. Touch-up Painting: Immediately after erection, clean field welds, bolted connections, and abraded
3 areas of shop paint, and paint exposed areas with same material as used for shop painting to
4 comply with SSPC-PA 1 requirements for touching up shop painted surfaces.
5 1. Apply by brush or spray to provide a 2.0 mil (0.05 mm) minimum dry film thickness.
6 2. Touch-up Painting: Cleaning and touch-up painting of field welds, bolted connections, and
7 abraded areas of the shop paint on miscellaneous metal is specified in Division 9 Section
8 "Painting."
9 3. For galvanized surfaces, clean welds, bolted connections, and abraded ��reas, and apply
10 galvanizing repair paint to comply with ASTM A 780.
11 END OF SECTION
2010-16/YCS Fueling Station Bid -05 5000 -6 METAL,FABRICATIONS 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 SECTION 07 4113
2 METAL ROOF PANELS
3 PART 1 GENERAL
4 1.01 SECTION INCLUDES
5 A. Architectural roofing system of preformed steel panels.
6 B. Fastening system.
7 C. Factory finishing.
S D. Accessories and miscelianeous components.
9 1.02 RELATED REQUIREMENTS
10 A. Section 05 1200 -Structural Steel Framing: Roof framing and purlins.
11 B. Section 07 9005 -Joint Sealers: Field-insta�led sealants.
12 1.03 REFERENCE STANDARDS
13 A. ASTM A792/A792M -Standard Specification for Steel Sheet, 55% Aluminum-Zinc Alloy-Coated by
14 the Hot-Dip Process; 2010.
15 B. UL 580 - Standard for Tests for Uplift Resistance of Roof Assemblies; Current Edition, Including AI�
16 Revisions.
17 1.04 SUBMITTALS
18 A. See Section 01 3000-Administrative Requirements,for submittal procedures.
19 B. Product Data: Manufacturer's data sheets on each product to be used, including:
20 1. Summary of test results, indicating compliance with specified requirements.
21 2, Storage and handling requirements and recommendations.
22 3. Installation methods.
23 4. Specimen warranty.
24 C. Shop Drawings: Include layouts of roof panels, details of edge and penetration conditions, spacing
25 and type of connections,flashings, underlayments, and special conditions.
26 1. Show work to be field-fabricated or field-assembled.
27 D. Selection Samples: For each roofing system specified, submit color chips representing
28 manufacturer's full range of available colors and patterns.
29 E. Warranty: Submit specified manufacturer's warranty and ensure that forms have been completed
30 in Owner (Yelm Community Schools)'s name and are registered with manufacturer.
31 1.05 PERFORMANCE REQUIREMENTS
32 A. Uplift Resistance: Metal roof systems shall be tested in accordance with Underwriters
33 Laboratories, Inc. (UL)Test Method 580"Tests for Uplift Resistance of Roof Assemblies", Class 90
34 rating.
35 B. Negative Loading: Metal roof panel systems shall be tested in accordance with ASTM E 1592-95
36 for negative loading. Capacity for gauge,span or loading other than those tested may be
37 determined by interpolation between test values only.
38 C. Temporary Concentrated Loads: The panels and concealed anchor clips shall be capable of
39 supporting a 250-pound (113.5 kg) temporary concentrated load at the panel mid-span in the
40 installed condition. The load shall be applied over the entire panel width. The panels shall support
41 this concentrated load without displaying permanent distortions that would affect the
42 weathertightness of the metal roof system.
43 1.06 QUALITY ASSURANCE
44 A. Manufacturer Qualifications: Company specializing in the manufacture of roofing systems similar to
45 those required for this project, with not less than 5 years of documented experience.
2010-16/YCS Fueling Station Bld -O7 41 13 - 1 METAL ROOF PANELS 1-15-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 B. Installer�ualifications: Instalier shall have completed five projects of similar srope and magnitude
2 that have been in service for a minimum of two years with satisfactory perforrriance of the roof
3 system. Installer's foreman shall be trained in the proper installation of the spECified system, and
4 present at all times when material is being instalied.
5 C. Field Measurements:Where possible, prior to fabrication of prefabricated panels, take field
6 measurements of structure or substrates to receive panel system. Allow for trimming panel units
7 where final dimensions cannot be established prior to fabrication.
8 1.07 DELIVERY, STORAGE,AND HANDLING
9 A. Store roofing panels on project site as recommended by manufacturer to minimize damage to
10 panels prior to installation.
11 1. Deliver materials to job site properly packaged to provide protection against transportation
12 damage.
13 2. Exercise extreme care in unloading, storing and installing metal panel system to prevent
14 bending, warping,twisting and surface damage.
15 3. Store all material and accessories above ground on well supported platforms. Store under
16 waterproof covering. Provide proper ventilation of inetal panel system to prevent
17 condensation build-up between each panel or trim/flashing component.
18 4. Store products in manufacturer's unopened packaging until ready for installation.
19 1.08 WARRANTY
20 A. See Section 01 7800 - Closeout Submittals,for additional warranty requirements.
21 B. Finish Warranty: Manufacturer warrants that under normal outdoor atmospheric conditions the roof
22 and wall panels will meet the following requirements:
23 1. Fluorocarbon (PVDF):
24 a. The paint film will not crack,flake, chip or peel for a period of 45 years.
25 b. The paint will not chalk in excess of number 8 rating for a period of 35 years.
26 c. The paint will not fade in excess of 5 NBS Units for a period of 35 y��ars.
27 C. Waterproofing Warranty: Provide manufacturer's warranty for weathertightne:>s of roofing system,
28 including agreement to repair or replace roofing that fails to keep out water within specified
29 warranty period of 5 years from date of Substantial Completion.
30 PART 2 PRODUCTS
31 2.01 MANUFACTURERS
32 A. Acceptable manufacturers are:
33 1. Metal Sales "IC-72 PANEI": www.metalsales.us.com.
34 a. Metal Sales - Kent,WA, 20213 84th Avenue South, Kent,WA 98032 Toll Free Tel:
35 800-742-7900 (inside WA), Toll Free Tel: 800-431-3470 (outside WA) Tel:
36 253-872-5750, Fax: 253-872-2008.
37 B. Substitutions: See Section 01 6000 - Product Requirements.
38 2.02 ARCHITECTURAL ROOF PANELS
39 A. Performance Requirements: Provide complete engineered system complying with specified
40 requirements and capable of remaining weathertight while withstanding anticipated movement of
41 substrate and thermally induced movement of roofing system.
42 B. Metal Roofing: Factory-formed panels with factory-applied finish.
43 1. Steel Panels:
44 a. Application: Roof panel system over open steel framing.
45 b. Panel width: 36 width with a 1 1/2 inch (40 mm) rib height at 7.2 inc,h centers.
46 c. Seam type: Lap over tape sealant.
47 d. Minimum Thickness: Panel to meet all specified design loads, but not less than 24 gauge
48 (0.024 inches, 0.607 mm).
49 e. Fastening System: Direct fastened (exposed).
50 f. Panel Base Material: Steel grade 50, per ASTM A 792.
2010-16/YCS Fueling Station Bid -07 4113 - 2 METNL ROOF PANELS 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 g. Finish: Fluorocarbon (PVDF).
2 h. Color: Classic Green.
3 2.03 ATTACHMENT SYSTEM
4 A. Fasteners for steel roof panels shall be zinc-coated steel, aluminum, corrosion resisting steei, or
5 nylon-capped steel,type and size specified below, or as otherwise, approved for the applicable
6 requirements. Fasteners for aluminum roof panels shall be aluminum or corrosion resisting steel.
7 Fasteners for structural connections shall provide both tensile and shear ultimate strengths of not
g less than 750 pounds (340 kg) per fastener. Fasteners for accessories shall be the manufacturer's
9 standard. Exposed roof fasteners shall be sealed or have sealed washers on the exterior side of
10 the covering to waterproof the fastener penetration.Washer material shall be compatible with the
11 screw head; have a minimum diameter of 3/8-inch (9.5 mm)for structural connections; and gasket
12 portion of fasteners or washers shall be neoprene or other equally durable elastomeric material.
13 B. Exposed fastener color shall match panel, trim or accessories.
14 C. Screws: as determined by manufacturer to suit specified performance requirements.
15 D. Blind Rivets: Solid-threaded, sealed stem type with EPDM washer under head.
16 E. Exposed rivets shall match color finish of panel.
17 2.04 PANEL FINISH
18 A. Fluorocarbon (PVDF) - Manner of application to be a two coat roll coated system including a
19 premium PVDF top coat over a properly cleaned and pre-treated substrate. Meets both Kynar 500
20 and Hylar 5000 Specifications.
21 2.05 ACCESSORIES AND MISCELLANEOUS ITEMS
22 A. Provide manufacturer's standard accessories and other items essential to completeness of roof
23 installation including anchor clips,trim, ridge and hip caps, closures,flashing, and fascia.
24 B. Form flashings from 26 gauge and finish as metal panels. Downspouts shall be 24 gauge.
25 C. Miscellaneous Sheet Metal Items: Provide flashings, gutters, downspouts,trim, moldings, closure
26 strips, and similar sheet metal items of the same material,thickness, and finish as used for the
27 roofing panels. Items completely concealed after installation may optionally be made of stainless
28 steel.
29 1. Downspouts: Open face, rectangular profile.
30 D. Sealants:As specified in Section 07 9005.
31 1. All tape sealant is to be a pressure sensitive, 100 percent solid, sealing tape with a release
32 paper backing. Provide permanently elastic, non-sagging, non-toxic, non-staining tape
33 sealant approved by the metal panel system manufacturer.
34 2. The metal panel system manufacturer shall approve all joint sealant that will come into
35 contact with the metal panel system.
36 3. Exposed sealant must cure to rubber-like consistency.
37 4. Concealed sealant must be non-hardening type.
38 2.06 FABRICATION
39 A. Panels: Fabricate panels and accessory items at factory, using manufacturer's standard processes
40 as required to achieve specified appearance and performance requirements.
41 B. All steel to be correctively leveled and handled to minimize stress and waviness of sheet steel.
42 1. Form and fabricate sheets, seams, strips, elips, valleys, ridges, edge treatments, integral
43 flashings, and other components of the metal roof to the profiles, patterns, and drainage
44 arrangements as determined by Architect,to provide permanent leakproof construction, with
45 no oil canning or panel distortion.
46 a. Fabricate exposed items of prefinished sheet metal, color to match panels.
47 b. Hem exposed edges on underside 3/8 inch (10mm)to 1/2 inch (12 mm) miter and seam
4g corners.
49 c. Provide for thermal expansion and contraction of the Work.
50 d. Seal joints to achieve leakproof construction per manufacturer's detail.
2010-16/YCS Fueling Station Bid -07 4113 -3 METAL ROOF PANELS 1-14-13
Support Operations Center- Fueling Station
Yelm CommunNty Schools No.2
Erickson McGovern Architects
1 2. Fabricate vertical faces with bottom edge formed outward 1/4 inch (6 mm) and hemmed to
2 form drip.
3 3. Unless otherwise shown on drawings or specified herein, panels shall be�full length. Fabricate
4 flashings and accessories in longest practical lengths.
5 4. Metal panels shall be factory formed. Fieid formed panels are not acceptabie.
6 PART 3 EXECUTION
7 3.01 EXAMINATION
8 A. Do not begin installation of preformed metal roof panels until substrates have been properly
9 prepared.
10 1. Do not begin installation until substrates have been properly prepared.
11 2. The Contractor shall verify installed work of other trades that such work is complete to a point
12 where the metal panel system installation may commence.
13 3. Verify that the substructure installation is in accordance with the approvE�d shop drawings and
14 metal panel system manufacturer's requirements.
15 4. This specifically includes verifying that secondary structural members arid/or decking are
16 installed to meet performance requirements. Coordinate with metal pane�l system
17 manufacturer to ensure that the substructure is installed to accommodate the appropriate clip
18 spacing.
19 B. If substrate preparation is the responsibility of another installer, notify Architec;t (Erickson
20 McGovern) of unsatisfactory preparation before proceeding.
21 3.02 PREPARATION
22 A. Clean surfaces thoroughly prior to installation.
23 B. Prepare surfaces using the methods recommended by the manufacturer for achieving the best
24 result for the substrate under the project conditions.
25 C. Coordinate roofing work with provisions for roof drainage,flashing, trim, pene�trations, and other
26 adjoining work to assure that the completed roof will be free of leaks.
27 D. Separate dissimilar metals by applying a bituminous coating, self-adhering rubberized asphalt
28 sheet, or other permanent method approved by roof panel manufacturer.
29 E. Where metal will be in contact with wood or other absorbent material subject 1:o wetting, seal joints
30 with sealing compound and apply one coat of heavy-bodied bituminous paint.
31 3.03 INSTALLATION
32 A. Overall: Install roofing system in accordance with approved shop drawings and panel
33 manufacturer's instructions and recommendations, as applicable to specific p�oject conditions.
34 Anchor all components of roofing system securely in place while allowing for thermal and structural
35 movement.
36 1. Minimize field cutting of panels. Where field cutting is absolutely requiretl, use methods that
37 will not distort panel profiles. Use of torches for field cutting is absolutely prohibited.
38 B. Accessories: Install all components required for a complete roofing assembly, including flashings,
39 gutters, downspouts,trim, moldings, closure strips, rib closures, and similar roof accessory items.
40 C. Roof Panels: Install panels in strict accordance with manufacturer's instructioi�s, minimizing
41 transverse joints except at junction with penetrations.
42 D. Avoid placing pipe penetrations through the panel seams.
43 E. Do not allow panels or trim to come into contact with dissimilar materials (i.e. Copper, lead,
44 graphite, treated lumber, mortar, etc.).Water run-off from these materials is also prohibited.
45 3.04 CLEANING
46 A. Clean exposed sheet metal work at completion of instal►ation. Remove grease and oil films, excess
47 joint sealer, handling marks, and debris from installation, leaving the work clean and unmarked,
48 free from dents, creases, waves, scratch marks, or other damage to the finish.
2010-16/YCS Fueling Station Bid -07 4113 -4 METAL ROOF PANELS 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 3.05 PROTECTION
2 A. Do not permit storage of materials or roof traffic on installed roof panels. Provide temporary
3 walkways or planks as necessary to avoid damage to completed work. Protect roofing untii
4 completion of project.
5 B. Touch-up, repair, or replace damaged roof panels or accessories before date of Substantial
6 Completion.
� END OF SECTION
2010-16/YCS Fueling Station Bid -07 4113 -5 METAL ROOF PANELS 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 SECTION 07 6200
2 SHEET METAL FLASHING AND TRIM
3 PART 1 GENERAL
4 1.01 SECTION INCLUDES
5 A. Sheet metal splash pans.
6 B. Beehives for downspout openings.
7 1.02 RELATED REQUIREMENTS
8 A. Section 07 4113 Metal Roof Panels: Roofing system.
9 B. Section 07 9005 -Joint Sealers.
10 1.03 REFERENCE STANDARDS
11 A. AAMA 2603 -Voluntary Specification, Performance Requirements and Test Procedures for
12 Pigmented Organic Coatings on Aluminum Extrusions and Panels; 2002.
13 B. AAMA 2605 -Voluntary Specification, Performance Requirements and Test Procedures for
14 Superior Performing Organic Coatings on Aluminum Extrusions and Panels; 2005.
15 C. ASTM A653/A653M -Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or
16 Zinc-Iron Alloy-Coated (Gaivannealed) by the Hot-Dip Process; 2010.
17 D. ASTM 632 - Standard Specification for Solder Metal; 2008.
18 E. ASTM D4586- Standard Specification for Asphalt Roof Cement,Asbestos-Free; 2007.
19 F. SMACNA (ASMM) -Architectural Sheet Metal Manual; Sheet Metal and Air Conditioning
20 Contractors' National Association; 2003.
21 1.04 SUBMITTALS
22 A. See Section 01 3000 -Administrative Requirements,for submittal procedures.
23 B. Product Data including manufacturer's material and finish data, installation instructions, and
24 general recommendations for each specified flashing material and fabricated product.
25 C. Shop Drawings: Indicate material profile,jointing pattern,jointing details, fastening methods,
26 flashings,terminations, and installation details.
27 1. Shop Drawings of each item specified showing layout, profiles, methods of joining, and
28 anchorage details. Include all flashing and sheet metal units and others as required for a
29 complete watertight and weathertight building. Provide layouts at 1/4 inch scale and details at
30 3 inch scale.
31 D. Samples: Submit two samples in size illustrating metal finish color, as follows:
32 1. 8-inch- (200-mm-) square Samples of specified sheet materials to be exposed as finished
33 surfaces.
34 1.05 PERFORMANCE REQUIREMENTS
35 A. General: Install sheet metal flashing and trim to withstand wind loads, structural movement,
36 thermally induced movement, and exposure to weather without failing.
37 1.06 GIUALITY ASSURANCE
38 A. Perform work in accordance with SMACNA Architectural Sheet Metal Manual requirements and
39 standard details, except as otherwise indicated.
40 B. Fabricator and Installer Qualifications: Company specializing in sheet metal work with 3 years of
41 documented experience.
42 1.07 DELIVERY, STORAGE, AND HANDLING
43 A. Stack material to prevent twisting, bending, and abrasion, and to provide ventilation. Slope metal
44 sheets to ensure drainage.
45 B. Prevent contact with materials that could cause discoloration or staining.
2010-16/YCS Fueling Station Bid -07 6200- 1 SHEET METAL FLASHING AND TRIM 1-15-13
Support Operations Center- Fueling Station
Yelm Commur�ity Schools No.2
Erickson McGovern Architects
1 1.08 PROJECT CONDITIONS
2 A. Coordinate Work of this Section with interfacing and adjoining Work for proper sequencing of each
3 installation. Ensure best possible weather resistance, durability of Work, and protection of
4 materials and finishes.
5 1.09 PROJECT CLOSEOUT
6 A. Guarantee: Guarantee exterior work watertight and weathertight for two year:�from date of final
7 completion.
8 PART 2 PRODUCTS
9 2.01 SHEET MATERIALS
10 A. Pre-Finished Galvanized Steel: ASTM A653/A653M, with G90/Z275 zinc coai:ing; minimum 0.02
11 inch (0.6 mm)thick base metal, shop pre-coated with PVDF coating.
12 1. PVDF (Polyvinylidene Fluoride) Coating: Superior Performance Organic Finish, AAMA 2605;
13 multiple coat,thermally cured fluoropolymer finish system.
14 a. Colors shall match color selected for wall and roof inetal panel of the Section 07 4113
15 Metal Roof Panels.
16 2.02 ACCESSORIES
17 A. Fasteners: Same material and finish as flashing metal.
18 1. Same metal as sheet metal flashing or other noncorrosive metal as recammended by sheet
19 metal manufacturer. Match finish of exposed heads with material being iastened.
20 B. Mastic Sealant: Polyisobutylene; nonhardening, nonskinning, nondrying, nonrnigrating sealant.
21 C. Primer: Zinc chromate type.
22 D. Protective Backing Paint: Zinc molybdate alkyd.
23 E. Plastic Cement: ASTM D4586, Type I.
24 1. Adhesives: Type recommended by flashing sheet metal manufacturer for waterproof and
25 weather-resistant seaming and adhesive application of flashing sheet m�etal.
26 F. Metal Accessories: Provide sheet metal clips, straps, anchoring devices, and similar accessory
27 units as required for installation of Work, matching or compatible with material being installed;
28 noncorrosive; size and thickness required for performance.
29 G. Solder: ASTM B32; Sn50 (50/50) type.
30 H. Downspout Strainers: Provide "beehive"type fabricated downspout strainer at each downspout
31 location. Select materials for compatibility with gutters and downspouts.
32 2.03 FABRICATION
33 A. Sheet Metal Fabrication Standard: Shop-fabricate work to greatest extent pos,sible. Fabricate
34 sheet metal flashing and trim to comply with recommendations of SMACNA's "Architectural Sheet
35 Metal Manual"that apply to the design, dimensions, metal, and other charactE:ristics of the item
36 indicated. Comply with material manufacturer instructions and recommendations for forming
37 material.
38 B. Form sections true to shape, accurate in size, square, and free from distortiori or defects.
39 C. Hem exposed edges on underside 1/2 inch (13 mm); miter and seam corners.
40 D. Fabricate corners from one piece with minimum 18 inch (450 mm) long legs; seam for rigidity, seal
41 with sealant.
42 E. Seams: Fabricate nonmoving seams in sheet metal with flat-lock seams. Tin E�dges to be seamed,
43 form seams, and solder.
44 F. Sealed Joints: Form nonexpansion, but movable,joints in metal to accommodate elastomeric
45 sealant to comply with SMACNA standards.
2010-16/YCS Fueling Station Bid -07 6200-2 SHEET METAL FLA:iHING AND TRIM 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 2.04 SPLASH PAN FABRICATION
2 A. Spiash Pan: Shall be fabricated from 22 gauge pre-primed galvanized sheet metal as shown on
3 the drawings or similar to Plate 36 of the SMACNA Architectural Sheet Metal Manual with the
4 following dimensions.
5 1. Back height: 4 inches.
6 2. Back width: 8 inches.
7 3. Sides: Taper from 4" down to 1".
8 4. Front width: 18 inches.
9 5. Length: 24 inches.
10 a. Provide three corrugations equally spaced four inches apart starting four inches from
11 outer lip with length one inch short of the pan width. Corrugations to be %2°x'/2" angles,
12 with both legs down, and fabricated from same material as pan.
13 B. Seal metal joints.
14 PART 3 EXECUTION
15 3.01 INSTALLATION
16 A. General: Unfess otherwise indicated, install sheet metal flashing and trim to comply with
17 performance requirements, manufacturer's instal�ation instructions, and SMACNA's "Architectural
18 Sheet Metal Manual."Anchor units of Work securely in place by methods indicated, providing for
19 thermal expansion of inetal units; conceal fasteners where possible, and set units true to line and
20 level as indicated. Install Work with laps,joints, and seams that will be permanently watertight and
21 weatherproof.
22 1. Install exposed sheet metal Work that is without excessive oil canning, buckling, and tool
23 marks and that is true to line and levels indicated, with exposed edges folded back to form
24 hems. Install sheet metal flashing and trim to fit substrates and to result in waterproof and
25 weather-resistant performance. Verify shapes and dimensions of surfaces to be covered
26 before fabricating sheet metal.
27 2. Soldered Joints: Clean surfaces to be soldered, removing oils and foreign matter. Pre-tin
28 edges of sheets to be soldered to a width of 1-1/2 inches (38 mm), except where pre-tinned
29 surface would show in finished Work.
30 a. Do not use torches for soldering. Heat surfaces to receive solder and flow solder into
31 joint. Fill joint completely. Completely remove flux and spatter from exposed surfaces.
32 b. Sealed Joints: Form nonexpansion, but movable, joints in metal to accommodate
33 elastomeric sealant to comply with SMACNA standards. Fill joint with sealant and form
34 metal to completely seal joint.
35 c. Use joint adhesive for nonmoving joints specified not to be soldered.
36 d. Seams: Fabricate nonmoving seams in sheet metal with flat-lock seams. Tin edges to be
37 seamed,form seams, and solder.
38 B. Solder metal joints for full metal surface contact. After soldering, wash metal clean with
39 neutralizing solution and rinse with water.
40 C. Set splash pans under downspouts.
41 1. Splash Pans: Install where downspouts discharge on grade, unless otherwise shown. Set in
42 roof cement or sealant compatible with substrate.
43 3.02 CLEANING AND PROTECTION
44 A. Clean exposed metal surfaces, removing substances that might cause corrosion of inetal or
45 deterioration of finishes.
46 B. Provide final protection and maintain conditions that ensure sheet metal flashing and trim Work
47 during construction is without damage or deterioration other than natural weathering at the time of
48 Substantial Completion.
49 END OF SECTION
2010-16/YCS Fueling Station Bid -07 6200-3 SHEET METAL FLASHING AND TRIM 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 SECTION 07 9005
2 JOINT SEALERS
3 PART 1 GENERAL
4 1.01 SECTION INCLUDES
5 A. Sealants and joint backing.
6 B. This Section includes joint sealers for the following locations:
7 1. Exterior joints in vertical surtaces and non-traffic horizontal surfaces as indicated below.
g a. Control and expansion joints in cast-in-place concrete.
9 b. Joints between different materials listed above.
10 c. Other joints as indicated.
11 2. Exterior joints in horizontal traffic surfaces as indicated below:
12 a. Control, expansion, and isolation joints in cast-in-place concrete slabs for floors and
13 paving.
14 b. Joints between different materials listed above.
15 c. Other joints as indicated.
16 C. Precompressed foam sealers.
17 1.02 DEFINITIONS
18 A. Joint sealer, caulk, and sealant shall be interchangeable in the specifications and the drawings.
19 1.03 RELATED REQUIREMENTS
20 A. Section 03 3000 - Cast-in Place Concrete.
21 1.04 REFERENCE STANDARDS
22 A. ASTM C1193 - Standard Guide for Use of Joint Sealants; 2010.
23 B. ASTM D1667- Standard Specification for Flexible Cellular Materials--Poly(Vinyl Chloride) Foam
24 (Closed-Cell); 2005 (Reapproved 2011).
25 1.05 SUBMITTALS
26 A. See Section 01 3000-Administrative Requirements,for submittal procedures.
27 B. Product Data: Provide data indicating sealant chemical characteristics.
28 1.06 QUALITY ASSURANCE
29 A. Applicator Qualifications: Company specializing in performing the work of this section with
30 minimum 3 years experience.
31 1.07 SYSTEM PERFORMANCES
32 A. Provide joint sealers that have been produced and installed to establish and maintain watertight
33 and airtight continuous seal without causing staining or deterioration of joint substrates.
34 1.08 DELIVERY, STORAGE, AND HANDLING
35 A. Deliver materials to project site in original unopened containers or bundles with labels informing
36 about manufacturer, product name and designation, color, expiration period for use, pot life, curing
37 time, and mixing instructions for Multi-component materials.
38 B. Store and handle materials in compliance with manufacturers' recommendations to prevent their
39 deterioration or damage due to moisture, high or low temperatures, contaminants, or other causes.
40 1.09 FIELD CONDITIONS
41 A. Maintain temperature and humidity recommended by the sealant manufacturer during and after
42 installation.
43 B. Joint Width Conditions: Do not proceed with installation of joint sealers where joint widths are less
44 than allowed by joint sealer manufacturer for application indicated.
45 C. Joint Substrate Conditions: Do not proceed with installation of joint sealers until contaminants
46 capable of interfering with their adhesion are removed from joint substrates.
2010-16/YCS Fueling Station Bid -07 9005- 1 JOINT SEALERS 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 1.10 COORDINATION
2 A. Coordinate the work with all sections referencing this section.
3 B. Sequence installation of joint sealers to occur not less than 21 nor more than :30 days after
4 completion of concrete and masonry waterproofing, unless otherwise indicated.
5 1.11 WARRANTY
6 A. See Section 01 7800- Closeout Submittals,for additional warranty requirements.
7 B. Correct defective work within a five year period after Date of Substantial Completion.
8 C. Warranty: Include coverage for installed sealants and accessories which fail ta achieve airtight
9 seal, exhibit loss of adhesion or cohesion, or do not cure.
10 PART 2 PRODUCTS
11 2.01 MATERIALS,GENERAL
12 A. Compatibility: Provide joint sealers,joint fillers and other related materials that are compatible with
13 one another and with joint substrates under conditions of service and application, as demonstrated
14 by sealant manufacturer based on testing and field experience.
15 B. Colors: Provide color of exposed joint sealers indicated or, if not otherwise indicated, as selected
16 by Architect from manufacturer's standard colors.
17 2.02 MANUFACTURERS
18 A. Silicone Sealants:
19 1. Bostik Inc: www.bostik-us.com.
20 2. Pecora Corporation: www.pecora.com.
21 3. BASF Construction Chemicals-Building Systems:www.buildingsystems.basf.com.
22 4. GE Plastics: www.geplastics.com.
23 5. Degussa Building Systems/Sonneborn: www.chemrex.com.
24 6. Substitutions: See Section 01 6000 - Product Requirements.
25 B. Polyurethane Sealants:
26 1. Bostik Inc: www.bostik-us.com.
27 2. Pecora Corporation: www.pecora.com.
28 3. Degussa Building Systems/Sonneborn: www.chemrex.com.
29 4. Substitutions: See Section 01 6000 - Product Requirements.
30 C. Polysulfide Sealants:
31 1. Pecora Corporation: www.pecora.com.
32 2. BASF Construction Chemicals-Building Systems:www.chemrex.com.
33 3. Substitutions: See Section 01 6000 - Product Requirements.
34 D. Acrylic Sealants (ASTM C920):
35 1. Tremco Global Sealants:www.tremcosealants.com.
36 2. Substitutions: See Section 01 6000 - Product Requirements.
37 E. Butyl Sealants:
38 1. Bostik Inc: www.bostik-us.com.
39 2. Pecora Corporation: www.pecora.com.
40 3. Substitutions: See Section 01 6000- Product Requirements.
41 F. Acrylic Emulsion Latex Sealants:
42 1. Bostik Inc: www.bostik-us.com.
43 2. Pecora Corporation: www.pecora.com.
44 3. Degussa Building Systems/Sonneborn: www.chemrex.com.
45 4. Substitutions: See Section 01 6000 - Product Requirements.
46 G. Preformed Compressible Foam Sealers:
47 1. EMSEAL Joint Systems, Ltd: www.emseal.com.
48 2. Sandell Manufacturing Company, Inc: www.sandellmfg.com.
49 3. Substitutions: See Section 01 6000- Product Requirements.
2010-16/YCS Fueling Station Bid -07 9005 -2 JOINT SEALERS 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 2.03 SEALANTS
2 A. General Purpose Exterior Sealant: Polyurethane; ASTM C 920, Grade NS, Class 25, Uses M, G,
3 and A; single component.
4 1. Applications: Use for:
5 a. Joints between concrete and other materiais.
6 b. Other exterior joints for which no other sealant is indicated.
7 B. Exterior Metal Lap Joint Sealant: Butyl or polyisobutylene, nondrying, nonskinning, noncuring.
8 1. Applications: Use for:
9 a. Concealed sealant bead in sheet metai work.
10 b. Concealed sealant bead in siding overlaps.
11 C. Concrete Paving Joint Sealant: Polyurethane, self-leveling; ASTM C 920, Class 25, Uses T, I, M
12 and A; single component.
13 1. Color: Gray.
14 2. Applications: Use for:
15 a. Joints in sidewalks and vehicular paving.
16 2.04 ACCESSORIES
17 A. Primer: Non-staining type, recommended by sealant manufacturer to suit application.
18 B. Joint Cleaner: Non-corrosive and non-staining type, recommended by sealant manufacturer;
19 compatible with joint forming materials.
20 C. Joint Backing: Round foam rod compatible with sealant;ASTM D 1667, closed cell PVC; oversized
21 30 to 50 percent larger than joint width.
22 D. Bond Breaker: Pressure sensitive tape recommended by sealant manufacturer to suit application.
23 PART 3 EXECUTION
24 3.01 EXAMINATION
25 A. Verify that substrate surfaces are ready to receive work.
26 B. Verify that joint backing and release tapes are compatible with sealant.
27 3.02 PREPARATION
28 A. Remove loose materials and foreign matter that could impair adhesion of sealant.
29 B. Clean and prime joints in accordance with manufacturer's instructions.
30 1. Joint Priming: Prime joint substrates where indicated or where recommended by joint sealer
31 manufacturer based on preconstruction joint sealer-substrate tests or prior experience. Apply
32 primer to comply with joint sealer manufacturer's recommendations. Confine primers to areas
33 of joint sealer bond, do not allow spillage or migration onto adjoining surfaces.
34 C. Perform preparation in accordance with manufacturer's instructions and ASTM C1193.
35 D. Protect elements surrounding the work of this section from damage or disfigurement.
36 1. Masking Tape: Use masking tape where required to prevent contact of sealant with adjoining
37 surfaces which otherwise would be permanently stained or damaged by such contact or by
38 cleaning methods required to remove sealant smears. Remove tape immediately after tooling
39 without disturbing joint seal. ,
40 3.03 INSTALLATION
41 A. Perform work in accordance with sealant manufacturer's requirements for preparation of surfaces
42 and material installation instructions.
43 B. Perform installation in accordance with ASTM C1193.
44 C. Install bond breaker where joint backing is not used.
45 1. Install bond breaker tape between sealants and joint-fillers, compression seals or back of
46 joints where adhesion of sealant to surfaces at back of joints would result in sealant failure.
47 D. Install sealant free of air pockets, foreign embedded matter, ridges, and sags.
2010-16/YCS Fueling Station Bid -07 9005 - 3 JOINT SEALERS 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No. 2
Erickson McGovern Architects
1 E. Apply sealant within recommended application temperature ranges. Consult manufacturer when
2 sealant cannot be applied within these temperature ranges.
3 F. Tool joints concave.
4 G. Precompressed Foam Sealant: Do not stretch; avoid joints except at corners, ends, and
5 intersections; install with face 1/8 to 1/4 inch (3 to 6 mm) below adjoining surf��ce.
6 H. Compression Gaskets:Avoid joints except at ends, corners, and intersections; seal all joints with
7 adhesive; install with face 1/8 to 1/4 inch (3 to 6 mm) below adjoining surface.
8 I. Installation of Sealant Backings: Install sealant backings to comply with the following requirements:
9 1. Install joint fillers of type indicated to provide support of sealants during �pplication and at
10 position required to produce the cross sectional shapes and depths of installed sealants
11 relative to joint widths which allow optimum sealant movement capability.
12 a. Do not leave gaps between ends of joint fillers.
13 b. Do not stretch, twist, puncture or tear joint fillers.
14 c. Remove absorbent joint fillers which have become wet prior to sealant application and
15 replace with dry material.
16 3.04 CLEANING
17 A. Clean adjacent soiled surfaces.
18 3.05 PROTECTION
19 A. Protect sealants until cured.
20 1. Protect joint sealers during and after curing period from contact with contaminating
21 substances or from damage resulting from construction operations or other causes so that
22 they are without deterioration or damage at time of Substantial Completion. If, despite such
23 protection, damage or deterioration occurs, cut out and remove damageci or deteriorated joint
24 sealers immediately and reseal joints with new materials to product joint;sealer installations
25 with repaired areas indistinguishable from original work.
26 END OF SECTION
2010-16/YCS Fueling Station Bid -07 9005 -4 JOINT SEALERS 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 SECTION 09 9000
2 PAINTS AND COATINGS- (NEW CONSTRUCTION)
3 PART 1 GENERAL
4 1.01 DESCRIPTION OF WORK
5 A. Extent of Painting:
6 1. As scheduled and indicated on the drawings, or unless noted otherwise, all surfaces on the
7 total exterior and interaor of all buildings of this project shall be prepared, painted, and finished
g as described in the following contents of this Section 09 9000, even if not noted for specified
9 in the Room Finish Schedule. Exceptions to this rule are natural finishes of materials
10 specifically noted below in paragraph "Surfaces Not To Be Painted."
11 a. Where surfaces and materials have not been scheduled or noted for paint finish, paint
12 with similar material and number of coats as on similarly scheduled or noted surtace.
13 b. Surface preparation, priming and coats of paint specified are in addition to shop-priming
14 and surface treatment specified under other sections of work.
15 1) Coordinate with Gypsum Board Assemblies (drywall) contractor for application of
16 primer coat prior to the application of wall board texture. Primer coat prior to texture
17 is to be provided by this Section.
18 c. All metal vision panel frames for doors shall be painted, unless noted (paint is required
1g even if not noted on door schedules).
20 d. All metal decks,trusses, and joists shall be painted, unless noted (paint is required even
21 if not noted on finish schedules or drawings).
22 B. Electrical: Shall be as specified in Division 26 with the exception of the following items at the
23 following locations:
24 1. Electric Panels, Fuse Boxes, Equipment Boxes: Shall be heavily sanded to provide tooth for
25 application of 2 coats of industrial enamel to match the adjoining wall color.
26 2. Miscellaneous Items: Conduit, plug mold,wire mold, vents, grilles, miscellaneous pipe and
27 any other miscellaneous mechanical or electrical items. Minimum of 2 coats of enamel or 1
28 primer and 1 finish. Color to match adjoining wall or ceiling color.
29 C. Surfaces Not To Be Painted:
30 1. Pre-Finished Items: Unless otherwise indicated, do not include painting when factory-finishing
31 or installer finishing is specified for such items as (but not limited to) roofing, brick, glass,
32 plastic laminate toilet enclosures, acoustic materials, architectural woodwork and casework,
33 and finish mechanical and electrical equipment, including sprinkler heads, light fixtures,
34 switchgear and distribution cabinets.
35 2. Concealed Surfaces: Unless otherwise indicated, painting is not required on surfaces such as
36 walls or ceilings in concealed areas and generally inaccessible areas,foundation spaces,
37 furred areas, utility tunnels, pipe spaces, duct shafts and elevator shafts.
38 3. Finished Metal Surfaces: Unless otherwise indicated, metal surfaces of anodized aluminum,
39 stainless steel, chromium plate, copper, bronze and similar finished materials will not require
40 finish painting.
41 4. Operating Parts: Unless otherwise indicated, moving parts of operating units, mechanical and
42 electrical parts, such as valve and damper operators, linkages, sensing devices, motor and
43 fan shafts will not require finish painting.
44 5. Do not paint over any code required labels, such as Underwriters' Laboratories and Factory
45 Mutual, or any equipment identification, performance rating, name, or nomenclature plates.
46 D. Following categories of work are included under other sections of these specifications.
47 1. Shop Priming: Unless otherwise specified, shop priming of ferrous metal items is included
48 under various sections for structural steel, metal fabrications, hollow metal work and similar
49 items.
50 2. Unfess otherwise specified, shop priming of fabricated components such as architectural
51 woodwork,wood casework and shop-fabricated or factory-built mechanical and electrical
52 equipment or accessories is included under other sections of these specifications.
2010-16/YCS Fueling Station Bid -09 9000- 1 PAINTS AND COATINGS-(NEW CONSTRUCTION)1-15-13
Support Operations Center•• Fueling Station
Yelm Community Schools No.2
Erickson McG�vern Architects
1 1.02 SECTION INCLUDES
2 A. Surface preparation.
3 B. Field application of paints and other coatings.
4 C. All labor, materials,toois and other equipment, services and supervision required to complete all
5 interior and exterior painting and decorating work as indicated on Finish Schedules and to the full
6 extent of the drawings and specifications.
7 D. Work under this contract shall also include, but not necessarily be limited to:
8 1. Surface preparation of substrates as required for acceptance of painting, including cleaning,
9 small crack repair, patching, caulking, and making good surfaces and arE�as to the limits
10 defined under MPI preparation requirements.
11 2. Surface preparation and prime painting surfaces for wall coverings prior to installation. in
12 accordance with MPI and wall covering manufacturer's requirements.
13 3. Specific pre-treatments noted herein or specified in the MPI Architectural Painting
14 Specification Manual.
15 4. Priming (except where pre-primed with an approved primer under other�>ections of work) and
16 painting of structural steel, miscellaneous metal, ornamental metal and primed steel
17 equipment.
18 5. Painting of exposed to view electrical work, unless pre-finished.
19 6. Provision of safe and adequate ventilation as required over and above temporary ventilation
20 supplied by others, where toxic and/or volatile/flammable materials are being used.
21 7. Refer to drawings for type, location and extent of finishes required, and include all touch-ups
22 and field painting necessary to complete work shown, scheduled or specified.
23 8. This Section along with the drawings forms part of the Contract documerits and is to be read,
24 interpreted and coordinated with all other parts.
25 9. Provisions for 2 coat systems.
26 a. The first coat shall be applied at a 50%tinting of the color selected •
27 E. Records of Paints Used: Contractor shall retain in good condition all paint sch��dules, marked
28 plans and paint samples used for job quality and color control. These are to bE�turned over to the
29 Owner at the end of the job.
30 1. COLOR SCHEDULES which are provided to the Contractor are frequently, due to the
31 Contractor's preference of paint supplier, "crossed over"with colors bein�a matched by
32 another paint supplier (other than the supplier whose colors were specified).
33 2. Since it is not possible to predict what supplier and therefore which product numbers will be
34 used to complete a job, the color schedule (master) has extra blanks uncler each color for the
35 insertion of product information which must be supplied by the paint contractor when a
36 scheduled color may have to be mixed in more than one product type to paint different
37 surfaces.
38 3. For example:Walls are scheduled to be painted color "x". If inetal louver;s set in these walls
39 require a different product type other than the type scheduled for the walls, use the blank
40 space under"x" in the schedule to record the paint product and its number,thereby
41 facilitating the Owner's purchase of the proper product when maintenanc.e is required.
42 4. See sample at end of this section.
43 1.03 RELATED SECTIONS
44 A. Unless otherwise noted, the following work or conditions are not included und�r this Section of
45 work:
46 1. Section 01 5000 -Temporary Facilities and Controls (temporary heat, lighting, scaffolds, etc.).
47 2. Division 26 - Electrical (painting,stenciling, banding of electrical systems;).
48 1.04 REFERENCES
49 A. Except as hereinafter specified,for materials and workmanship, conform to the "Architectural
50 Painting Specification Manual" hereinafter referred to as "MPI," as published t�y The Masters
51 Painters and Decorators Association.
2010-16/YCS Fueling Station Bid -09 9000 -2 PAINTS AND COATINGS-(NEW C,ONSTRUCTION)1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 B. 40 CFR 59, Subpart D- National Volatile Organic Compound Emission Standards for Architectural
2 Coatings; U.S. Environmental Protection Agency; current edition.
3 C. ASTM D 16 - Standard Terminology for Paint, Related Coatings, Materials, and Applications; 2003.
4 1.05 DEFINITIONS
5 A. Conform to MPI and ASTM D 16 for interpretation of terms used in this section.
6 1.06 SUBMITTALS
7 A. See Section 01 3000 -Administrative Requirements,for submittal procedures.
8 B. Product Data: Provide data on ail finishing products, including VOC content.
9 C. Samples: Submit three painted samples, illustrating selected colors and textures for each color
10 and system selected with specified coats cascaded. Submit on index weight paper stock, 8 1/2x11
11 inch L_x mm) in size.
12 D. Submit two sets of Material Safety Data Sheets (MSDS) prior to commencement of work for review
13 and for posting at job site as required.
14 E. When painting occupied areas, submit work schedule for various stages of work for the
15 Consultant's review and Owner's approval if requested.
16 F. At project completion provide an itemized list complete with manufacturer, paint type and color
17 coding for all colors used for Owner's later use in maintenance. See Paint Record Requirements at
18 the end of this Section.
19 G. At project completion provide properly packaged maintenance materials as noted herein and
20 obtain a signed receipt.
21 1.07 QUALITY ASSURANCE
22 A. This Contractor shall have a minimum of five (5) years proven satisfactory experience and shall
23 show proof before commencement of work that he will maintain a qualified crew of painters
24 throughout the duration of the work.When requested, Contractor shall provide a list of the last
25 three comparable jobs including, name and location, specifying authority/project manager, start/
26 completion dates and value of the painting work.
27 B. Only qualified journeymen who have a Tradesman Qualification Certificate of Proficiency shall be
28 engaged in painting and decorating work.Apprentices may be employed provided they work under
29 the direct supervision of a qualified journeyman in accordance with trade regulations.
30 C. All materials, preparation and workmanship shall conform to the standards contained in the latest
31 edition of the Master Painters Institute (MPI) Architectural Painting Specification Manual (hereafter
32 referred to as the MPI.
33 D. Painting Manual as issued by the local MPI Accredited �uality Assurance Association having
34 jurisdiction.
35 E. All paint manufacturers and products used shall be as listed under the Approved Product List
36 section of the MPI Painting Manual.
37 F. UNDER NO CIRCUMSTANCES WILL PAINT APPLICATION BE PERMITTED WITHOUT
38 SPECIFIED SAMPLE APPROVAL.ANY PRODUCT APPLIED WHICH IS NOT ACCORDING TO
39 SPECIFICATIONS AND SIGNED OFF FOR PROPER COLOR WILL BE SUBJECT TO REMOVAL
40 AND REPAINT AT THE CONTRACTOR'S EXPENSE.
41 1.08 REGULATORY REQUIREMENTS
42 A. Conform to applicable code for flame and smoke rating requirements for products and finishes.
43 B. Conform to the latest edition of Industrial Health and Safety Regulations issued by applicable
44 authorities having jurisdiction in regard to site safety (ladders, scaffolding, ventilation, etc.).
45 C. Conform to requirements of local authorities having jurisdiction in regard to the storage, mixing,
46 application and disposal of all paint related materials.
47 1.09 DELIVERY, STORAGE,AND PROTECTION
48 A. Deliver products to site in sealed and labeled containers; inspect to verify acceptability.
2010-16/YCS Fueling Station Bid -09 9000-3 PAINTS AND COATINGS-(NEW CONSTRUCTION)1-14-13
Support Operations Center•- Fueling Station
Yelm Community Schools No.2
Erickson McG�overn Architects
1 1. Deliver all painting materials in sealed, original labeled containers bearin,y manufacturer's
2 name, brand name,type of paint or coating and color designation, stand�rd compliance,
3 materials content as well as mixing and/or reducing and application requirements.
4 B. Container Label: Include manufacturer's name,type of paint, brand name, lot number, brand code,
5 coverage, surface preparation, drying time, cleanup requirements, color designation, and
6 instructions for mixing and reducing.
7 C. Paint Materials: Store at minimum ambient temperature of 45 degrees F (7 de�rees C) and a
8 maximum of 90 degrees F (32 degrees C), in ventilated area, and as required by manufacturer's
9 instructions.
10 1. Store all paint materials in original labeled containers in a secure (lockable), dry, heated and
11 well ventilated single designated area meeting the minimum requirements of both paint
12 manufacturer and authorities having jurisdiction and at a minimum ambient temperature of
13 45° F (7° C). Only material used on this project to be stored on site.
14 D. Where toxic and/or volatile/explosive/flammable materials are being used, �irovide adequate
15 fireproof storage lockers and take all necessary precautions and post adequate warnings (e.g. no
16 smoking) as required.
17 E. Take all necessary precautionary and safety measures to prevent fire hazards and spontaneous
18 combustion and to protect the environment from hazard spills. Materials that constitute a fire
19 hazard (paints, solvents, drop clothes, etc.) shall be stored in suitable closed �ind rated containers
20 and removed from the site on a daily basis.
21 1.10 ENVIRONMENTAL REQUIREMENTS
22 A. Do not apply materials when surface and ambient temperatures are outside the temperature
23 ranges required by the paint product manufacturer.
24 1. UNLESS specifically pre-approved by the specifying body, (Paint Inspeci:ion Agency) and the
25 applied product manufacturer, perform no painting or decorating work wrien the ambient air
26 and substrate temperatures are below 50° F (10° C) for both interior and exterior work.
27 2. Perform no painting or decorating work unless adequate continuous ventilation and sufficient
28 heating facilities are in place to maintain ambient air and substrate temperatures above
29 minimum requirements for 24 hours before, during and after paint applic��tion. Provide
30 supplemental ventilating and heating equipment if ventilation and heating from existing
31 system is inadequate to meet minimum requirements.
32 3. Perform no painting or decorating work when the relative humidity is above 85% or when the
33 dew point is less than 5° F (3° C) variance between the air/surface temperature.
34 4. Conduct all moisture tests using a properly calibrated electronic Moisture� Meter, except test
35 concrete floors for moisture using a simple cover patch test.
36 5. Test concrete, masonry and plaster surfaces for alkalinity as required.
37 6. Apply paint only to dry, clean, properly cured and adequately prepared surfaces in areas
38 where dust is no longer generated by construction activities such that air'borne particles will
39 not affect the quality of finished surfaces.
40 7. Perform no painting or decorating work unless a minimum lighting level c�f 323 Lux (30 foot
41 eandles) is provided on surfaces to be painted or decorated. Adequate li��hting facilities shall
42 be provided by the General Contractor.
43 B. Provide lighting level of 80 ft. candles (860 Ix) measured mid-height at substra�.te surface.
44 1.11 SCHEDULING
45 A. Schedule painting operations to prevent disruption of and by other trades.
46 1.12 EXTRA MATERIALS
47 A. See Section 01 6000 - Product Requirements,for additional provisions.
48 B. Supply 1 gallon (4 L) of each color used; store where directed.
49 1. At project completion provide 4 liters (1 ga�lon) of each type and color of paint from same
50 production run (batch mix) used in unopened cans, properly labeled and identified for
51 Owner's later use in maintenance. Store where directed.
2010-16/YCS Fueling Station Bid -09 9000-4 PAINTS AND COATINGS-(NEW CONSTRUCTION)1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 PART 2 PRODUCTS
2 2.01 MANUFACTURERS
3 A. Subject to compliance with requirements, provide products of one of the following or approved:
4 1. Benjamin Moore.
5 2. GlidddenProfessional (ICI Dulux).
6 3. Parker Paint.
7 4. Sherwin-Williams.
g B. Unless otherwise specified conform to Standards of MPI for materials;this includes paint, varnish,
9 stain, enamel, lacquer,fillers and related paint products and materials not specifically indicated,
10 but required for prime, intermediate and finish coats.
11 C. Substitutions: See Section 01 6000 - Product Requirements.
12 2.02 PAINTS AND COATINGS- GENERAL
13 A. Paints and Coatings: Ready mixed, except field-catalyzed coatings. Prepare pigments:
14 1. To a soft paste consistency, capable of being readily and uniformly dispersed to a
15 homogeneous coating.
16 2. For good flow and brushing properties.
17 3. Capable of drying or curing free of streaks or sags.
1g B. Materials:
19 1. All materials (primers, paints, coatings,varnishes, stains, lacquers,fillers,thinners, solvents,
20 etc.) shall be in accordance with the MPI Painting Manual Approved Product listing and shall
21 be from a single manufacturer for each system used.
22 2. Other paint materials such as linseed oil,shellac, etc. shall be the highest quality product of
23 an approved manufacturer listed in the MPI Painting Manual and shall be compatible with
24 other coating materials as required.
25 3. All paint materials shall have good flowing and brushing properties and shall dry or cure free
26 of blemishes or sags.
27 4. Where required, paints and coatings shall meet flame spread and smoke developed ratings
2g designated by local Code requirements and/or authorities having jurisdiction.
29 5. Glass Reflective Beads (for pavement marking): of type suitable for application to a wet paint
30 surface for light reflectance.Apply beads at a minimum rate of 0.5 kg/me (5 Ibs./g) to a white
31 . and/or yellow latex or alkyd zone/traffic marking paint of approved type as listed in the MPI
32 Painting Manual.
33 C. Volatile Organic Compound (VOC) Content:
34 1. Provide coatings that comply with the most stringent requirements specified in the following:
35 a. 40 CFR 59, Subpart D--National Volatile Organic Compound Emission Standards for
36 Architectural Coatings.
37 2. Determination of VOC Content: Testing and calculation in accordance with 40 CFR 59,
38 Subpart D (EPA Method 24), exclusive of colorants added to a tint base and water added at
39 project site; or other method acceptable to authorities having jurisdiction.
40 D. Chemical Content:The following compounds are prohibited:
41 1. Aromatic Compounds: In excess of 1.0 percent by weight of total aromatic compounds
42 (hydrocarbon compounds containing one or more benzene rings).
43 2. Acrolein, acrylonitrile, antimony, benzene, butyl benzyl phthalate, cadmium, di (2-ethylhexyl)
44 phthalate, di-n-butyl phthalate, di-n-octyl phthalate, 1,2-dichlorobenzene, diethyl phthalate,
45 dimethyl phthalate, ethyl benzene,formaldehyde, hexavalent chromium, isophorone, lead,
46 mercury, methyl ethyl ketone, methyl isobutyl ketone, methylene chloride, naphthalene,
47 toluene (methylbenzene), 1,1,1-trichloroethane, vinyl chloride.
48 2.03 EQUIPMENT
49 A. Painting and Decorating Equipment: to best trade standards for type of product and application.
50 B. Spray Painting Equipment: of ample capacity,suited to the type and consistency of paint or
51 coating being applied and kept clean and in good working order at all times.
2010-16/YCS Fueling Station Bid -09 9000 - 5 PAINTS AND COATINGS-(NEW CONSTFiUCTION)1-14-13
Support Operations Center•� Fueling Station
Yelm Community Schools No.2
Erickson McG�vern Architects
1 2.04 MIXING AND TINTING
2 A. Unless otherwise specified herein or pre-approved, all paint shall be ready-mixed and pre-tinted.
3 Re-mix all paint in containers prior to and during application to ensure break-up of lumps, complete
4 dispersion of settled pigment, and color and gloss uniformity.
5 B. Paste, powder or catalyzed paint mixes shall be mixed in strict accordance with manufacturer's
6 written instructions.
7 C. Where thinner is used, addition shall not exceed paint manufacturer's recommendations. Do not
8 use kerosene or any such organic solvents to thin water-based paints.
9 D. Thin paint for spraying according in strict accordance with paint manufacturer':s instructions. If
10 directions are not on container, obtain instructions in writing from manufacturer and provide copy
11 of instructions to Consultant.
12 2.05 FINISH AND COLORS
13 A. Unless otherwise specified herein, all painting work shall be in accordance with MPI "Custom"
14 Grade finish requirements.
15 B. Colors shall be as selected by the Architect from a manufacturer's full range o�f colors.
16 1. Provide a slip resistant additive to exterior and interior painted stair treads where noted on the
17 Finish Schedule or where required by authorities having jurisdiction. In addition, provide
18 tactile warning using a slip resistant additive on painted stair landings prc�viding access and
19 exit for persons with visual impairment where required by authorities having jurisdiction.
20 Painted tactile warning strips at the top of stairs shall be of a contrasting color to paint used
21 on treads and landings.
22 2.06 GLOSS AND SHEEN RATING
23 A. Paint gloss shall be defined as the sheen rating of applied paint, in accordanc��with the following
24 MPI values:
25
Gloss Level Description Units @ 60 degrees Units �? 85 degrees
G1 Matte or Flat finish 0 to 5 10 ma�;.
G2 Velvet finish 0 to 10 10 t0 35
G3 Eggshell finish 10 to 25 10 to 35
G4 Satin finish 20 to 35 35 min.
G5 Semi-Gloss finish 35 to 70
G6 Gloss finish 70 to85
G7 High-Gloss finish >85
26
27 B. Gloss level ratings of all painted surfaces shall be as specified herein.
28 2.07 ACCESSORY MATERIALS
29 A. Patching Material: Latex filler.
30 B. Fastener Head Cover Material: Latex filler.
31 PART 3 EXECUTION
32 3.01 EXAMINATION
33 A. Verify that surfaces are ready to receive Work as instructed by the product m��nufacturer.
34 B. Examine surfaces scheduled to be finished prior to commencement of work. Report any condition
35 that may potentially affect proper application.
36 1. Do not proceed with work until unsatisfactory conditions have been corre�cted in a manner
37 acceptable to Applicator.
38 C. Do not paint over dirt, rust, scale, grease, moisture, scuffed surfaces, or condiitions otherwise
39 detrimental to formation of a durable paint film.
40 D. Starting of painting work will be construed as Applicator's acceptance of surfaces and conditions
41 within any particular area.
2010-16/YCS Fueling Station Bid -09 9000 -6 PAINTS AND COATINGS-(NEW C�ONSTRUCTION)1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 E. Test shop-applied primer for compatibility with subsequent cover materials.
2 3.02 PREPARATION
3 A. Surface Appurtenances: Remove or mask electrical plates, hardware, light fixture trim,
4 escutcheons, and fittings prior to preparing surfaces or finishing.
5 1. Remove hardware, hardware accessories, machined surfaces, plates, lighting fixtures, and
6 similar items in place and not to be finish-painted, or provide surface-applied protection prior
7 to surface preparation and painting operations. Remove, if necessary,for complete painting
g of items and adjacent surfaces. Following completion of painting of each space or area,
g reinstall removed items.
10 B. Surfaces: Correct defects and clean surfaces which affect work of this section. Remove or repair
11 existing coatings that exhibit surface defects.
12 1. Remove oil and grease prior to mechanical cleaning. Program cleaning and painting so that
13 dust and other contaminants from cleaning process will not fall onto wet, newly-painted
14 surfaces.
15 C. Marks: Seal with shellac those which may bleed through surface finishes.
16 D. Impervious Surfaces: Remove mildew by scru6bing with solution of tetra-sodium phosphate and
17 bleach. Rinse with clean water and allow surface to dry.
18 E. Asphalt, Creosote, or Bituminous Surfaces to be Painted: Remove foreign particles to permit
19 adhesion of finishing materials. Apply latex based sealer or primer.
20 F. Galvanized Surfaces to be Painted: Remove surface contamination and oils and wash with
21 solvent.Apply coat of etching primer.
22 G. Uncoated Steel and Iron Surfaces to be Painted: Remove grease, mill scale, weld splatter, dirt,
23 and rust.Where heavy coatings of scale are evident, remove by hand wire brushing or
24 sandblasting; clean by washing with solvent. Apply a treatment of phosphoric acid solution,
25 ensuring weld joints, bolts, and nuts are similarly cleaned. Prime paint entire surface; spot prime
26 after repairs.
27 H. Shop-Primed Steel Surfaces to be Finish Painted: Sand and scrape to remove loose primer and
2g rust. Feather edges to make touch-up patches inconspicuous. Clean surfaces with solvent. Prime
29 bare steel surfaces. Re-prime entire shop-primed item.
30 3.03 APPLICATION
31 A. Apply products in accordance with manufacturer's instructions.
32 1. Priming and coats of paint specified are in addition to shop-priming and surface treatment
33 specified under other sections of work.
34 2. Omit first coat (primer) on metal surfaces which have been shop-primed and touch-up
35 painted, unless otherwise indicated.
36 3. Transition Coat:When a system is called for over a previous coating with which it is not
37 entirely compatible (by either its chemical type or condition), a special type of primer may be
38 required to assure good adhesion and "tying" the new system to the old.
39 4. Prime Coats:Apply prime coat to material which is required to be painted or finished, and
40 which has not been prime coated by others.
41 a. Recoat primed and sealed surfaces where there is evidence of suction spots or unsealed
42 areas in first coat,to assure a finish coat with no burn-through or other defects due to
43 insufficient sealing.
44 5. Spot Priming: Items that have been factory primed or shop primed and are damaged in
45 shipment or during the construction process may require spot priming where indicated in
46 paint schedule. Paint contractor shall verify that the spot primer specified is compatible with
47 the shop primer applied during the fabrication process.
48 6. Provide finish coats which are compatible with prime paints used.
49 7. Paint colors, surface treatments, and finishes are indicated in "schedules" of the contract
50 documents.
2010-16/YCS Fueling Station Bid -09 9000 - 7 PAINTS AND COATINGS-(NEW CONSTRUCTION)1-14-13
Support Operations Center- Fueling Station
Yelm Community Schoois No.2
Erickson McGovern Architects
1 8. Scheduling Painting:Apply first coat material to surfaces that have been cleaned, retreated or
2 otherwise prepared for painting as soon as practicable after preparation and before
3 subsequent surface deterioration.
4 a. Allow sufficient time between successive coatings to permit proper drying. Do not recoat
5 until paint has dried to where it feels firm, does not deform or feel sticky under moderate
6 thumb pressure, and application of another coat of paint does not cause lifting or loss of
7 adhesion of the undercoat.
g b. Minimum Coating Thickness:Apply materials at not less than manufacturer's
g recommended spreading rate,to establish a total dry film thickness �s indicated or, if not
10 indicated, as recommended by coating manufacturer.
11 c. Apply additional coats when undercoats, stains or other conditions show through final
12 coat of paint, until paint film is of uniform finish, color and appearance. Give special
13 attention to insure that surfaces, including edges, corners, crevices, welds, and exposed
14 fasteners receive a dry film thickness equivalent to that of flat surfaces.
15 d. Pigmented (Opaque) Finishes: Completely cover to provide an opaque, smooth surface
16 of uniform finish, color, appearance and coverage. Cloudiness, spotting, holidays, laps,
17 brush marks, runs, sags, ropiness or other surface imperfections will not be acceptable.
18 e. Vary color of successive paint and enamel coats to a distinguishabl�; difference but
1g similar to finish coat.
20 f. Sand lightly between each succeeding enamel or varnish coat.
21 g. Spray Paint Application: Surfaces coated by spraying method shall be backrolled
22 immediately after application to redistribute paint film for a more consistent and even
23 coverage. Leave no evidence of rolling, such as laps, irregularity in texture, skid marks,
24 or other surface imperfections.
25 h. For surfaces receiving 2 coats of stain, apply as follows: Initial application method at
26 contractor's discretion. However,the stain is then to be back brushed with flat iron
27 brushes to work stain well into the surface of the material. No substitute methods.
28 B. Two (2) Coat Finish: For applications that are specified to receive (2) two finish coats, apply as
29 follows
30 1. The first coat shall be applied at a 50% tinting of the color selected.
31 2. Architect or Owner shall be contacted between coats to verify and approve first application.
32 3. The second coat shall be applied at a 100% tinting of the color selected.
33 C. Where adjacent sealant is to be painted, do not apply finish coats until sealanl:is applied.
34 D. Do not apply finishes to surfaces that are not dry. Allow applied coats to dry before next coat is
35 applied.
36 E. Apply each coat to uniform appearance. Apply each coat of paint slightly darkar than preceding
37 coat unless otherwise approved.
38 F. Vacuum clean surfaces of loose particles. Use tack cloth to remove dust and ��articles just prior to
39 applying next coat.
40 G. Substrate defects shall be made good and sanded by others ready for paintin�3 particularly after
41 the first coat of paint. Start of finish painting of effective surfaces (e.g. gypsum board) shall indicate
42 acceptance of substrate and any costs of making good defects shall be borne by the painter
43 including re-painting of entire defective surface (no touch-up painting).
44 H. Sand, clean, dry, etch, neutralize and/or test all surfaces under adequate illurr�ination, ventilation
45 and temperature requirements.
46 I. Do not paint unless substrates are acceptable and/or until all environmental c�nditions (heating,
47 ventilation, lighting and completion of other subtrade work) are acceptable for applications of
48 products.
49 J. Apply paint or stain in accordance with MPI Painting Manual Premium Grade finish requirements.
50 K. Apply paint and decorating material in a workmanlike manner using skilled and trade qualified
51 applicators as noted under Duality Assurance.
2010-16/YCS Fueling Station Bid -09 9000 - 8 PAINTS AND COATINGS-(NEW CONSTRUCTION)1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 L. Apply paint and coatings within an appropriate time frame after cleaning when environmental
2 conditions encourage flash-rusting, rusting, contamination or the manufacturer's paint
3 specifications require earlier applications.
4 M. Painting coats specified are intended to cover surfaces satisfactorily when applied at proper
5 consistency and in accordance with manufacturer's recommendations.
6 N. Tint each coat of paint progressively lighter to enable confirmation of number of coats.
7 O. Unless otherwise approved by the painting inspection agency, apply a minimum of four coats of
g paint where deep or bright colors are used to achieve satisfactory results.
9 P. Sand and dust between each coat to provide an anchor for next coat and to remove defects visible
10 from a distance up to 1000 mm (39").
11 Q. Do not apply finishes on surfaces that are not sufficiently dry. Unless manufacturer's directions
12 state otherwise, each coat shall be sufficiently dry and hard before a following coat is applied.
13 R. Prime coat of stain or varnish finishes may be reduced in accordance with manufacturer's
14 directions.
15 S. Paint finish shall continue through behind all wall mounted items (e.g. chalk and tack boards).
16 3.04 FINISHING MECHANICAL AND ELECTRICAL EQUIPMENT
17 A. Unless otherwise specified or noted, paint all "unfinished" conduits, piping, hangers and electrical
1g equipment with color and texture to match adjacent surfaces, in the following areas:
19 1. Where exposed-to-view in all exterior and interior areas. (Unless noted otherwise).
2p B. Touch up scratches and marks on factory painted finishes and equipment with paint as supplied by
21 manufacturer of equipment.
22 C. Do not paint over nameplates.
23 D. Paint disconnect switches for fire alarm system and exit light systems in red enamel.
24 E. Paint [yellow] or band all natural gas piping in accordance with mechanical specification
25 requirements.
26 F. Reinstall electrical cover plates, hardware, light fixture trim, escutcheons, and fittings removed
27 prior to finishing.
28 3.05 FIELD QUALITY CONTROL
29 A. See Section 01 4000- Quality Requirements,for general requirements for field inspection.
30 B. All surfaces, preparation and paint applications shall be inspected.
31 C. Painted surfaces shall be considered to lack uniformity and soundness if any of the following
32 defects are apparent to the Painting Inspection Agency inspector:
33 1. Runs, sags, hiding or shadowing by inefficient application methods.
34 2. Evidence of poor coverage at rivet heads, plate edges, lap joints, crevices, pockets, corners
35 and re-entrant angles.
36 3. Damage due to touching before paint is sufficiently dry or any other contributory cause.
37 4. Damage due to application on moist surfaces or caused by inadequate protection from the
3g weather.
39 5. Damage and/or contamination of paint due to windblown contaminants (dust, sand blast
40 materials, salt spray, etc.).
41 D. Painted surfaces rejected by the inspector shall be made good at the expense of the Contractor.
42 Small affected areas may be touched up; large affected areas or areas without sufficient dry film
43 thickness of paint shall be repainted. Runs, sags of damaged paint s.hall be removed by scraper or
44 by sanding prior to application of paint.
45 E. Protection:
46 1. Protect all newly painted exterior surfaces from rain and snow, condensation, contamination,
47 dust, salt spray and freezing temperatures until paint coatings are completely dry. Curing
4g periods shall exceed the manufacturer's recommended minimum time requirements.
2010-16/YCS Fueling Station Bid -09 9000 -9 PAINTS AND COATINGS-(NEW CONSTRUCTION)1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 2. Erect barriers or screens and post signs to warn of or limit or direct traffic away or around
2 work area as required.
3 3.06 CLEANING
4 A. Collect waste material which may constitute a fire hazard, place in closed metal containers, and
5 remove daily from site.
6 B. Clean-Up:
7 1. Remove all paint where spilled, splashed, splattered or sprayed as work progresses using
8 means and materiais that are not detrimental to affected surfaces.
9 2. During progress of work, remove from site discarded paint materials, rub�ish, cans and rags
10 at end of each work day.
11 3. Upon completion of painting work, clean window glass and other paint sF�attered surfaces.
12 Remove spattered paint by proper methods of washing and scraping, using care not to
13 scratch or otherwise damage finished surfaces.
14 4. Keep work area free from an unnecessary accumulation of tools, equipment, surplus
15 materials and debris.
16 5. Remove combustible rubbish materials and empty paint cans each day a.nd safely dispose of
17 same in accordance with requirements of authorities having jurisdiction.
18 6. Clean equipment and dispose of wash water/solvents as well as all other cleaning and
19 protective materials (e.g. rags, drop cloths, masking papers, etc.), paints„thinners, paint
20 removers/strippers in accordance with the
21 7. Safety requirements of authorities having jurisdiction.
22 8. Repainting of Existing Finishes:
23 a. Refer to MPI Maintenance Repainting Manual and Section 09 9005 for repainting of
24 existing finishes.
25 b. Use finish coat of respective new surface paint system for minor repair of existing
26 finishes. Use system primer where existing finishes are damaged dc�wn to bare surface.
27 C. Protection: Protect work of other trades, whether to be painted or not, against damage by painting
28 and finishing work. Correct any damage by cleaning, repairing or replacing, and repainting, as
29 acceptable to Architect.
30 1. Provide "Wet Paint" signs as required to protect newly painted finishes. Fiemove temporary
31 protective wrappings provided by others for protection of their work, after completion of
32 painting operations.
33 2. At completion of work of other trades,touch-up and restore all damaged or defaced painted
34 surfaces.
35 3.07 SCHEDULE-SURFACES TO BE FINISHED
36 A. Do Not Paint or Finish the Following Items:
37 1. Items fully factory-finished unless specifically noted.
38 2. Fire rating labels, equipment serial number and capacity labels.
39 B. Paint the surfaces described below under Schedule- Paint Systems.
40 C. Mechanical and Electrical: Use paint systems defined for the substrates to be finished.
41 1. Paint all insulated and exposed pipes occurring in finished areas to match background
42 surfaces, unless otherwise indicated.
43 2. Paint shop-primed items occurring in finished areas.
44 3.08 SCHEDULE- PAINT SYSTEMS
45 A. Exterior Paint and Coating Systems:
46 1. Paint EXTERIOR surfaces in accordance with the following MPI Painting Manual
47 requirements:
48 a. Concrete Vertical Surfaces:
49 1) EXT 3.iC-Waterborne light industrial Coating.
50 (a) Coats
51 (1) Primer(finish system - DSD3) - Full prime coat. Product-#161
2010-16/YCS Fueling Station Bid -09 9000 - 10 PAINTS AND COATINGS-(NEW CONSTRUCTION)1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 (2) Exterior W.B. Light Industrial Coating/2 Coats/ Product-#163
2 b. Structural Steel and Metal Fabrications: (ferrous metals- includes traffic control gates,
3 metal decks, metal trusses, and joists)
q. 1) EXT 5.1A-Quick dry enamel finish.
5 (a) Coats
6 (1) Alkyd Metal Primer (Quick Dry) / 1 Coat/Product-#76
� (2) Alkyd Gloss Enamel Finish/2 Coats/Product-#94
g c. Galvanized Metal: (not chromate passivated) - For high contact/high traffic areas
g (bollards, lintels, ladders, railings, miscellaneous. steel, pipes, etc.) - For low contact/
10 low traffic areas (overhead decking, downspout brackets, ducts, gutters,flashing, etc.)
11 1) EXT 5.3B Alkyd finish.
12 (a) Coats:
13 (1) Latex Galvanized Primer/ 1 Coat/ Product-#26
14 (2) Alkyd Gloss Enamel - Finish Coat/2 Coats/Product-#94
15 d. Pre-Primed Metal: (flashing)
16 1) EXT 5.3B Alkyd finish.
17 (a) Coats:
18 (1) Spot Prime
19 (2) Cementitious Galvanized Metal Primer/1 Coat/Product-#26
20 (3) Alkyd Gloss Enamel - Finish Coat/2 Coats/Product-#94
21 3.09 PAINT RECORDS REQUIREMENTS
22 A. The painting contractor shall maintain, keep current and in good condition through the duration of
23 the job, all drawings and schedules indicating specified products and their locations of application.
24 These records shall be returned to the Owner,through the Architect, at the end of the job to
25 facilitate future building maintenance.
26 B. Because the painting contractor may prefer to use a different paint manufacturer (requiring the
27 Architect's approval) from the one specified, he is required to fill out the PAINT PRODUCTS
28 SCHEDULE to indicate the alternate manufacturer and product number. (See sample below.)
29 C. Also, when a scheduled color is to be used in more than one paint type, i.e. on wood, metal or
30 concrete,the requested information shall be filled in on the PAINT PRODUCTS SCHEDULE in the
31 spaces provided below the "scheduled color/material" listed. (See sample below.)
32 END OF SECTION
2010-16/YCS Fueling Station Bid -09 9000 - 1 1 PAINTS AND COATINGS-(NEW CONSTRUCTION)1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 SECTION 10 4400
2 FIRE PROTECTION SPECIALTIES
3 PART 1 GENERAL
4 1.01 SECTION INCLUDES:
5 A. Fire extinguishers.
6 B. Accessories.
7 1.02 RELATED REQUIREMENTS
8 A. Section 09 9000 - Painting and Coating: Fieid paint finish.
9 1.03 REFERENCE STANDARDS
10 A. NFPA 10 - Standard for Portable Fire Extinguishers; 2010.
11 B. UL (FPED) - Fire Protection Equipment Directory; Underwriters Laboratories Inc.; current edition.
12 1.04 PERFORMANCE REQUIREMENTS
13 A. Provide extinguishers classified and labeled by Underwriters Laboratories Inc.for the purpose
14 specified and indicated.
15 1.05 SUBMITTALS
16 A. See Section 01 3000-Administrative Requirements,for submittal procedures.
17 B. Shop Drawings: Indicate wall bracket mounted measurements and location.
18 C. Product Data: Provide extinguisher operational features and color and finish.
19 1. Submit brochure and product data.
20 D. Manufacturer's Installation Instructions: Indicate special criteria and wall opening coordination
21 requirements.
22 PART 2 PRODUCTS
23 2.01 MANUFACTURERS
24 A. Fire Extinguisher and Accessories:
25 1. JL Industries, Inc: www.jlindustries.com.
26 2. Larsen's Manufacturing Co: www.larsensmfg.com.
27 3. Substitutions: See Section 01 6000 - Product Requirements.
28 2.02 FIRE EXTINGUISHERS
29 A. Fire Extinguishers - General: Comply with product requirements of NFPA 10 and applicable codes,
30 whichever is more stringent.
31 1. Provide extinguishers labeled by UL for the purpose specified and indicated. See drawings
32 for type, size and location.
33 2.03 ACCESSORIES
34 A. Extinguisher Brackets: Formed steel, galvanized and enamel finished.
35 PART 3 EXECUTION
36 3.01 EXAMINATION '
37 A. Verify existing conditions before starting work.
38 B. Verify rough openings for cabinet are correctly sized and located.
39 3.02 INSTALLATION
40 A. Install in accordance with manufacturer's instructions.
41 B. Secure rigidly in place.
42 END OF SECTION
2010-16/YCS Fueling Station Bid - 10 4400 - 1 FIRE PROTECTION SPECIALTIES 1-15-13
Support Operations Center- Fueling Station
Yelm Community Schools No. 2
Erickson McGovern Architects
1 SECTION 23 1000
2 FUELING TANKS AND EQUIPMENT SYSTEM
3 PART 1 GENERAL
4 1.01 SECTION INCLUDES
5 A. The Owner under a se�arate contract shall supqlv the followina:
6 1. A complete fueling system to be installed by the contractor this includes: (see Products
7 section below for equipment requirements)
g a. 20,000 gallon (2 10,000 gailon cells regular and diesel) above ground storage tank
9 meeting UL-2085 and UL 142 requirements with attached ladder access.
10 b. Primary and Secondary vapor recovery systems.
11 c. Related piping,fittings and connections.
12 d. Remote fill system.
13 e. Tanks venting system.
14 f. Signage and decals as required per the IFC and NFPA.
15 g. Mechanical leak and level indicators.
16 h. Electronic tank monitoring system.
17 i. Piping transition sumps and accessories.
18 j. Submersible pumps and controllers.
19 k. Valves and hardware accessories.
20 I. Two New Commercial high volume fuel dispensers.
21 m. Dispensing accessories.
22 n. Emergency Stop Switch Kit.
23 B. The CONTRACTOR under this contract shall install and provide the followinq:
24 1. Install a complete fueling systems based upon materials and equipment supplied by the
25 Owner's vendor under a separate contract, as shown the drawings and specified herein.
26 2. Electrical as specified on the drawings: Electrical power, lighting, low voltage systems, and
27 connections required for fueling system. Contractor shall verify all electrical requirements with
28 Fuel Tank and Equipment System vender.
29 a. Install emergency shut-off push button switch more than 20' and less than 100'from
30 closest dispenser unit or as required by code or regulation.
31 3. Fueling station canopy and support.
32 4. All civil and site work shown on the drawings.
33 5. Any drainage system required for a complete fuel system.
34 6. Concrete slab, including engineering for tanks.
35 7. Concrete islands and vehicle surfacing at fuel station.
36 8. Trenching and backfill required for all conduit and piping.
37 9. Supplement piping, connections,fittings not supplied by the Owner's vendor.
38 1.02 ADMINISTRATIVE REQUIREMENTS
39 A. Coordination: Coordinate the installation of Fuel Tank and Equipment System with size, location
40 and installation of service utilities.
41 B. Preinstallation Meeting: Conduct a preinstallation meeting one week prior to the start of the work of
42 this section; require attendance by all affected installers.
43 C. Sequencing: Ensure that utility connections are achieved in an orderly and expeditious manner.
44 1.03 DELIVERY, STORAGE,AND HANDLING
45 A. General Contractor shall coordinate with Owner's separate Fuel Tank and Equipment System
46 vender/contractor for their delivery, storage, and handling of fueling system, installation materials
47 and tools.
48 1.04 SEQUENCING AND SCHEDULING
49 A. The General Contractor shall coordinate Fuel Tank and Equipment System installation with the
50 Owner's vender/contractor. The length of time required for Fuel Tank and Equipment System
2010-16/YCS Fueling Station Bid -23 1000 - 1 FUELING TANKS AND E�UIPMENT SYSTEM t-15-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McCovern Architects
1 installation as estimated by vender/contractor shall be included in the contrac.tor's CPM schedule.
2 Installation must be completed before the date of substantial completion. The General Contractor
3 shall allow access to the site during regular workday hours as required by thE Fuel Tank and
4 Equipment System vender contractor.
5 PART 2 PRODUCTS
6 2.01 OWNER-FURNISHED PRODUCTS
7 PART 3 EXECUTION
8 3.01 DESIGN
9 A. Obtain shop drawings from the Fuel Tank and Equipment System vender/con�tractor or the Owner
10 (Yelm Community Schools) as soon as possible.
11 B. Verify regulatory requirements, code and local jurisdiction.
12 C. Provide design for concrete pad for tanks. Include any engineering required C�y the City of Yelm.
13 D. Provide design and engineering for fuel island canopy and support structures, including all
14 footings.
15 E. Design all storm and other drainage systems require by code and local jurisdiction.
16 3.02 PREPARATION
17 A. Prepare all trenching and sitework required Fuel Tank and Equipment System.
18 B. Coordinate with Fuel Tank and Equipment System vendor/contractor as required for installation of
19 a complete fueling system and station.
20 3.03 INSTALLATION
21 A. Install all materials and structures specified above in paragraph DESIGN. Coordinate with all
22 equipment and installation of the Fuel Tank and Equipment System.
23 3.04 PROTECTION
24 A. Contractor shall protect all tanks and equipment from subsequent construction operations until
25 Substantial Completion.
26 END OF SECTION
2010-16 7 YCS Fueling Station Bid -23 1000 -2 FUELING TANKS AND EQUIF'MENT SYSTEM 1-14-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 SECTION 31 2215
2 SUBGRADE PREPARATION
3 PART 1 —GENERAL
4 1.01 DESCRIPTION
5 A. Work of this Section is bound by the Conditions of the Contract, Division 1 Specifications
6 sections, and City of Yelm Requirements, bound herein, in addition to this Specification and
7 accompanying Drawings.
8 1.02 WORK INCLUDED
9 A. All subgrade preparation as specified herein or otherwise required for installation of new work
10 shown or specified.
11 B. In general, work specified herein shall be included in the Bid. Work under this section includes
12 all labor, supervision, equipment,tools, materials, service and incidentals necessary for
13 subgrade preparation.
14 1.03 RELATED SECTIONS
15 A. Section 31 2220—Site Demolition and Clearing
16 B. Section 31 2300— Earthwork
17 C. Section 31 2315—.Trenching, Backfilling, and Compaction for Utilities
18 D. Section 31 2370—Erosion Control
19 E. Section 32 2740—Asphalt Concrete Pavement
20 F. Section 32 2765—Signs and Pavement Markings
21 G. Section 33 2721 —Catch Basins and Inlets
22 H. Section 33 2730—Sanitary Sewer System
23 1.04 QUALITY ASSURANCE
24 A. PERMITS & LICENSES
25 1. Obtain and pay for any required permits.
26 2. Contractor to be licensed for any work in the locality of the project.
27 B. STANDARD SPECIFICATIONS
28 1. The work under this Section shall be governed by the referenced sections of the 2010
29 edition of the "Standard Specifications for Road, Bridge and Municipal Construction," by the
30 Washington State Department of Transportation, except as herein modified.
31 2. All references in the Standard Specifications to measurement and payment shall be deleted
32 from consideration, and the terms agreed to in the Contract substituted therefore.
33 3. Installations that do not conform to the requirements contained herein shall be removed from
34 the project and replaced by the Contractor, and no additional payment will be allowed
35 therefore.
36 1.05 JOB CONDITIONS
37 A. CONDITION OF SITE PRIOR TO CONSTRUCTION
38 1. Accept premises on an "as-is" condition; Owner assumes no responsibility for site condition
39 now, at time of bidding, nor thereafter.
40 2. Assume all risks from damage or loss to premises by means of fire,theft, and all other
41 causes.
42 3. Damage or loss resulting from any cause to building, persons and/or property shall not
43 relieve Contractor from his obligation to complete all work under the contract.
44
2010-16/YCS Fueling Station Bld -31 2Z15 - 1 SUBGRADE PREPARATION 1-15-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 B. PROTECT�ON
2 1. General:
3 a. Conduct all operations in such a manner as to prevent damage to existing structures
4 and surfaces and adjacent property. Keep free of damage those partions of existing site
5 buildings and appurtenances that are to remain. Repair any damaGe incurred because
6 of the work of this section to the satisfaction of the Owner.
7 2. Utilities:
8 a. Where existing utilities exist at site, either overhead or underground,take care not to
9 cause damage thereto; keep building drains, street drains and sew�rs open,for free
10 drainage at all times.
11 b. The Contractor shall be responsible for, and shall immediately repair, all damage to
12 existing sewers, water mains, and building service connections to the same, operated by
13 the Owner, which is caused by the construction work; repair such damage at no cost to
14 Owner in manner approved by the applicable utility. Contractor shall contact the ,
15 underground utility locating service at 1-800-424-5555 a minimum of 48 hours prior to '
16 construction. 'i
17 3. Landscape plantings to remain: Save and protect trees as designated cm applicable
18 Architectural, Landscape and Civil Drawings or as designated in the fielc�.
19 4. Adjacent buildings: Provide protection required by the General Conditions. Such protection
20 includes occupants of said adjacent buildings, visitors, and passers-by fi�om damage, injury
21 and discomfort caused by dust. i
22 5. Street Blockage: Coordinate with the Owner should blockage of any streets by '
23 contemplated due to site prep work of this project; provide all necessary signs, lights and 'i
24 barricades required for any said blockage. j
25 7. Traffic control Plan: Contractor shall provide a traffic control plan fc�r any work that will �
26 interfere with the normal traffic flow. Contractor shall refer to WSC►OT Standard Plans ;
2� Section K for traffic control plans. ;
28 1.06 REFERENCE BENCHMARKS, MONUMENTS& PROPERTY CORNERS ;
29 A. Maintain bench marks, monuments, property corners, and all other reference points. If disturbed '
30 or destroyed, bench marks, monuments, and property corners shall be repla�ced by a registered j
31 Land Surveyor, in accordance with WAC 332-120, at the Contractor's sole expense. i
32 1.07 DEFINITIONS �
33 A. Optimum Moisture Content: '
34 1. Ratio, in percent, of as-compacted field dry density to laboratory maximum dry density, as i
35 determined in accordance with ASTM D 1557-91. �
36 2. Apply corrections for oversize material to either as-compacted field dry density or maximum I
37 dry density, as determined by the Engineer.
i
38 B. Prepared Ground Surface: Ground surface after completion of clearing and �3rubbing, scalping
39 of sod, stripping of topsoil, excavation to grade, and scarification and compac,tion of Subgrade. ;
40 C. Relative Compaction: As defined in Section 31 02315 Trenching, Backfilling, and Compaction �
41 for Utilities. '
42 D. Relative Density: As defined in Section 31 02315 Trenching, Backfilling, and Compaction for '
43 Utilities. j
44 E. Subgrade: Layer of existing soil after completion of clearing, grubbing, scalpiing of topsoil prior �
45 to placement of fill, roadway structure or base for floor slab. i
46 F. Proof-Rolling: Testing of Subgrade by compaction eifort to identify areas that will not support the �
47 future loading without excessive settlement. �
I
I
2010-16/YCS Fueling Station Bid -31 2215 -2 SUBGRADE F'REPARATION 1-15-13 I
�
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 G. Dry Subgrade: Subgrade for which the in-place moisture content is more than 5 percent below
2 the optimum moisture content
3 H. Wet Subgrade: Subgrade for which the in-place moisture content is more than 10 percent above
4 the optimum moisture content.
5 i. Unsuitable Material: Material which, in the judgment of the Owner's representative, is not
6 suitable to be used for the intended purpose.
7 1.08 COMPACTION
8 A. Notify Engineer when subgrade is ready for compaction or Proof-Rolling, or whenever
9 compaction of Proof-Rolling is resumed after a period of extended inactivity.
10 1.09 SUBMITTALS
11 A. Submittals shall be made for the materials specified in this section. The Contractor shall furnish
12 one (1) set of submittals to the Engineer for review.
13 PART 2—PRODUCTS (Not Used)
14 PART 3—EXECUTION
15 3.01 GENERAL
16 A. Keep Subgrade free of water, debris, and foreign matter during compaction or Proof-Rolling.
17 B. Bring Subgrade to proper grade and cross-section and uniformly compact surface.
18 1. Do not use sections of Prepared Ground Surface as haul roads. Protect prepared Subgrade
19 from traffic.
20 2. Maintained Prepared Ground Surface in finished condition until next course is placed.
21 3.02 COMPACTION
22 A. Under Earth fill: Compact the upper 6 inches to minimum of 90 percent Relative Compaction as
23 determined in accordance with ASTM D 1557-91.
24 B. Under Pavement Structure, Floor Slabs On Grade, or Granular Fill Under Structures: Compact
25 the upper 12 inches to minimum of 95 percent Relative Compaction as determined in
26 accordance with ASTM D 1557-91.
27 3.03 MOISTURE CONDITIONING
28 A. Dry Subgrade: Add water,then mix to make moisture content uniform throughout.
29 B. Wet Subgrade: Aerate material by blading, discing, harrowing, or other methods, to hasten
30 drying process.
31 3.04 CORRECTION
32 A. Soft or Loose Subgrade:
33 1. Adjust moisture content and recompact, or
34 2. Over-excavate and replace with suitable material from excavation, as specified in Section 31
35 02315, Trenching, Backfilling, and Compaction for Utilities.
36 END OF SECTION
2010-16lYCS Fueling Station Bid - 31 2215 -3 SUBGRADE PREPARATION 1-15-13
I
i
I
�
I
�
�
I
I
�
I
�
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 SECTION 31 2220
2 SITE DEMOLITION AND CLEARING
3 PART 1 —GENERAL
4 1.01 DESCRIPTION
5 A. Work of this Section is bound by the Conditions of the Contract, Division 1 Specifications
6 sections, and City of Yelm Requirements, bound herein, in addition to this Specification and
7 accompanying Drawings.
8 1.02 WORK INCLUDED
9 A. Work under this Section includes all labor, supervision, equipment,tools, materials, services and
10 incidentals necessary for the following:
11 1. Including, but not limited to, saw cutting, removing asphalt and concrete paving; abandoning,
12 plugging and removing existing utilities; landscaping; clearing and grubbing; removing trees;
13 and all other work required for site demolition, clearing, and preparation as shown on the
14 plans and required to complete all improvements identified on the plans.
15 B. Demolition: All onsite and offsite demolition and/or preparation as specified herein or otherwise
16 required for installation of new work shown or specified, excepting those items shown and noted
17 on Drawings as existing and to remain.
18 C. Site Clearing and Preparation: All site clearing and preparation work including clearing and
19 grubbing of vegetation, removal of trees from designated areas, removal and disposal of such
20 materials from below the ground surface, removal of existing asphalt and concrete, identify,
21 disconnect, cap and remove utilities; protect from harm any trees or other objects selected to
22 remain; protect from harm offsite trees and surrounding properties.
23 1.03 RELATED SECTIONS
24 A. Section 31 02215—Subgrade Preparation
25 B. Section 31 02300—Earthwork
26 C. Section 31 02315—Trenching, Backfilling, and Compaction for Utilities
27 D. Section 31 02370—Erosion Control
28 E. Section 32 02740—Asphalt Concrete Pavement
29 F. Section 32 02765—Signs and Pavement Markings
30 G. Section 33 02721 —Catch Basins and Inlets
31 H. Section 33 02730—Sanitary Sewer System
32 1.04 QUALITY ASSURANCE
33 A. PERMITS & LICENSES
34 1. Obtain and pay for any required permits.
35 2. Contractor shall be licensed for any work required under this item.
36 B. STANDARD SPECIFICATIONS
37 1. The work under this Section shall be governed by the referenced sections of the 2010
38 edition of the "Standard Specifications for Road, Bridge and Municipal Construction," by the
39 Washington State Department of Transportation, except as herein modified.
40 2. All references in the Standard Specifications to measurement and payment shall be deleted
41 from consideration, and the terms agreed to in the Contract substituted therefore.
42 3. Installations that do not conform to the requirements contained herein shall be removed from
43 the project and replaced by the Contractor, and no additional payment will be allowed
44 therefore.
45
2010-i6/YCS Fueling Station Bid -31 2220 - 1 SITE DEMOLITION AND CLEARING t-15-13
Support Operations Center�- Fueling Station
Yelm Commur�ity Schools No.2
Erickson Mc�overn Architects
1 1.05 JOB CONDITIONS
2 A. CONDITION OF SITE PRIOR TO CONSTRUCTION
3 1. Accept premises on an "as-is" condition; Owner assumes no responsibility for site condition
4 now, at time of bidding, nor thereafter.
5 2. Assume all risks from damage or loss to premises by means of firp, theft, and all other
6 causes.
7 3. Damage or loss resulting from any cause to buildings, persons and,/or property shall not
8 relieve Contractor from his obligation to complete all work under the contract.
9 B. PROTECTION
10 1. General: Conduct all operations in such a manner as to prevent damage to trees that are to
11 remain, surfaces, and adjacent property. Keep free of damage those portions of existing site
12 appurtenances that are to remain or to be removed for re-use by owner. Repair any damage
13 incurred because of the work of this section to the satisfaction of the Ovvner.
14
15 2. Utilities:
16 a. Where existing utilities are located at the site, either overhead or underground, take care
17 not to cause damage thereto; keep building drains, street drains ��nd sewers open, for
18 free drainage at all times.
19 b. The Contractor shall be responsible for, and shall immediately r�epair, all damage to
20 existing sewers, water mains, and building service connections to the same, operated by
21 the Owner, which is caused by the construction work; repair such �damage at no cost to
22 Owner in manner approved by the applicable utility. Contrac�or shall contact the
23 underground utility locating service at I-800-424-5555 a minimum of 48 hours prior to
24 construction.
25 3. Landscape plantings to remain: Save and protect trees as desi�nated on appficable
26 Architectural, Landscape and Civil Drawings or as designated in the fiel�d.
27 4. Adjacent buildings: Provide protection required by the General Conditi�ons. Such protection
28 includes occupants of said adjacent buildings, visitors, and passers-by from damage, injury
29 and discomfort caused by dust.
30 5. Street b�ockage: Coordinate with the Owner should blockage of any streets be
31 contemplated due to site prep work of this project; provide all necessary signs, lights and
32 barricades required for any such blockage.
33 6. Traffic control plan: Contractor shall provide a traffic control plan fc�r any work that will
34 interfere with the normal traffic flow. Contractor shall refer to WSDOT Standard Plans
35 Section K for traffic control plans.
36 1.06 REFERENCE BENCHMARKS, MONUMENTS&PROPERTY CORNERS
37 A. Maintain bench marks, monuments, property corners, and all other reference points. If disturbed
38 or destroyed, bench marks, monuments, and property corners shall be repPaced by a registered
39 Land Surveyor, in accordance with WAC 332-120, at the Contractor's sole expense.
40 1.07 SUBMITTALS
41 A. Submittals shall be made for the materials specified in this section. The Ccmtractor shall furnish
42 one (1) set of submittals to the Engineer for review.
43 PART 2— PRODUCTS (Not Used)
44 PART 3—EXECUTION
45 3.01 DEMOLITION
46 A. General: Breakup, remove, haul and dispose of all existing asphalt and concrete pavement, and
47 structures as indicated on the Contract Plans. Disconnect, cap and remove existing utilities.
2010-16/YCS Fueling Station Bid -31 2220 -2 SITE DEMOLITION,4ND CLEARING 1-15-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 B. Asphalt removal: Contractor shall saw cut the existing asphalt to a "neat line" prior to asphalt
2 removal. All asphalt shall be removed from the site and disposed of in an approved manner (i.e.
3 recycling plant, permitted landfill etc.).
4 C. Concrete removal: Contractor shall saw cut the existing cement concrete to a"neat line" prior to
5 concrete removal. All cement concrete shall be removed from the site and disposed of in an
6 approved manner (i.e. recycling plant, permitted landfill etc.).
7 3.02 SITE CLEARING AND PREPARATION
g A. Provide and conform to all permits, approvals and necessary agency requirements for site work
9 indicated on Drawings and specified herein.
10 B. Do all clearing and grubbing work required for the completion of new work shown on drawings
11 and/or specified.
12 C. Remove, haul and dispose of all debris and materials on site except those items directed to
13 remain.
14 D. As noted on the plans and details saw or cut materials and debris so that only those portions
15 noted are removed.
16 E. All debris as approved by the Engineer shall become the property of the Contractor and removed
17 from the site.
18 3.03 CLEARING &GRUBBING
19 A. General:
20 1. Clear and grub completely all materials indicated to be cleared, plus all grasses, shrubs,
21 trees, organic topsoil, asphalt and concrete pavement and other debris within areas required
22 for the new building construction and related structures, utilities, walk, parking areas,
23 planting areas, including areas of site to be improved or altered by cut and/or fill work and all
24 other improvements within the limits shown on drawings and to a depth of at least 12 inches.
25 2. Remove roots of removed trees and shrubs to 18 inches minimum below new work under
26 buildings and paved areas, to 6 inches minimum below finish grade in all other areas.
27 3. All materials cleared and grubbed under work of this Section shall be disposed of off-site at a
28 contractor provide site at no cost to the Owner.
29 B. Stripping Topsoil:
30 1. After clearing and grubbing is completed, strip all organic topsoil below the existing grade of
31 all areas to be cleared and grubbed for new building, paving, landscape, drainage, and site
32 utility work.
33 2. Keep topsoil reasonably free of subsoil, clay lumps, stones, weeds, roots and other foreign
34 materials. Strip topsoil to whatever depths encountered, to prevent mixing with underlying
35 subsoiL
36 C. Topsoil Stockpiling:
37 1. Stockpile existing topsoil in separate piles in designated onsite stockpile area(s) or as
38 otherwise directed by the Engineer,for re-use and re-spreading.
3g 2. Construct topsoil piles to allow free drainage of surface water. When required due to dry,
40 wet and windy weather conditions, cover topsoil to prevent blowing dust or erosion and
41 migration of sediments.
42 3.04 UTILITIES
43 A. Terminate and cap utilities as required for new work, conforming to local, state and servicing
44 utility companies' requirements.
45 B. Take care not to cause damage to any other existing utilities; keep all other utilities intact and in
46 continuous operation.
47
2010-16/YCS Fueling Station Bid -31 2220 -3 SITE DEMOLITION AND CLEARING 1-15-13
Support Operations Center�- Fueling Station
Yelm Commur�ity Schools No. 2
Erickson McGovern Architects
1 C. If damaged, repair such damage at no cost to Owner in manner approved by the applicable
2 utility, refer to subparagraph 1.05.B.2 above and conform to requirement therein.
3 3.05 DISPOSAL OF DEMOLISHED,CLEARED&GRUBBED MATERIAL
4 A. Remove all non-usable materials and debris from site, streets and walks as work proceeds,
5 excepting those material/items indicated on Drawings and/or otherwise selected by the Owner to
6 be retained by Owner or reused in the new work.
7 B. Remove from site all other cleared and grubbed material not selected to be retained by Owner.
8 Let no non-usable material accumulate at site, except where burning is permitted, burn same on
9 site; conform to all laws and ordinances relating to fires; obtain and pay fo�r fire and air pollution
10 permits and remove ash residue from site. Haul all said materials/debris t�� an approved off-site
11 disposal site as selected by Contractor, at Contractor's expense.
12 3.06 UNAUTHORIZED REMOVAL OF TIMBER
13 A. Contractor shall remove only timber that has been designated to be remoued. Timber removed
14 without the authorization of the Engineer shall be compensated at 300% of the marketable value
15 of the unauthorized removal. In addition, the Contractor shall plant three new trees of the same
16 type for every unauthorized removal of an existing tree at a location agreed upon by the Owner.
17 3.07 MAINTAIN TRAFFIC ACCESS
18 A. Contractor shall maintain access over and through the various work areas as identified on the
19 Contract Plans. Lane closures and traffic diversions shall be per the latest edition of the MUTCD
20 (Manual of Uniform Traffic Control Devices); Contract Plans shall be submitted to the engineer
21 for approval prior to any existing traffic modifications.
22 3.08 SURFACE RESTORATION
23 A. All disturbed areas that are seeded shall be leveled free of any surface rocks prior to application
24 of any grass seed. Disturbed areas shall be maintained/repaired by the cc�ntractor until grassed
25 areas are established to the satisfaction of the Owner or Engineer.
26 B. All disturbed areas that are paved shall be replaced with an acceptable pavement section as
27 identified on the plans or approved by the Engineer. Asphalt pavement res�toration shall conform
28 to Section 32 02740—Asphalt Concrete Pavement.
29 C. All disturbed areas that contain cement pavement, sidewalk, driveway, or c;urb sections shall be
30 replaced with an acceptable section as identified on the plans or approved t�y the Engineer.
31 3.09 DEMOLITION REQUIREMENTS
32 A. Conduct demolition to minimize interference with adjacent property owners ;and vehicular traffic.
33 B. Cease operations immediately if adjacent structures appear to be in dang��r. Notify owner and
34 do not resume operations until directed.
35 C. Conduct operations with the minimum interference to public and private accesses.
36 D. Maintain protected egress and access at all times.
37 E. Obtain written permission from adjacent property owners when demolition equipment will
38 traverse, infringe upon or limit access to their property.
39 F. Sprinkle work site with water to minimize dust. Provide hoses, water and connections for this
40 purpose.
41 3.10 DEMOLITION
42 A. Disconnect and remove utilities within demolition area.
43 B. Remove foundation walls and footings to a minimum of four feet below finished grade.
44 C. Break up concrete slabs on grade and remove to permit natural moisture dr��inage.
45 D. Remove tanks, components and piping from site located within demolition area.
46 E. Backfill areas excavated caused as result of demolition.
47 F. Rough grade and compact areas affected by demolition to maintain site grac�es and contours.
2010-16/YCS Fueling Station Bid -31 2220-4 SITE DEMOLITION AND CLEARING 1-15-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 G. Remove demolished materials from site.
2 H. Do not burn or bury any materials on site.
3 END OF SECTION
2010-16/YCS Fueling Station Bid -31 2220 -5 SITE DEMOLITION AND CLEARING 1-15-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 SECTION 31 2300
2 EARTHWORK
3 PART 1 —GENERAL
4 1.01 DESCRIPTION
5 A. Work of this Section is bound by the Conditions of the Contract, Division 1 Specifications
6 sections, and City of Yelm Requirements, bound herein, in addition to this Specification and
7 accompanying Drawings.
8 1.02 WORK INCLUDED
9 A. Work under this section includes all labor, supervision, equipment, tools, materials, service and
10 incidentals necessary for the completion of the following:
11 1. All excavation as specified herein or otherwise required for installation of new work shown or
12 specified.
13 2. General filling and contouring of site surfaces for paving, structures, lawn and landscaping.
14 3. Structural filling.
15 4. Rough and finish grading of cut and fill surfaces.
16 5. Preparation of excavated surfaces for paving, structures, lawn and landscaping.
17 6. Proof rolling and compaction of fill.
1g 7. Inspection and testing.
19 B. There is no guarantee the project site earthwork quantities will balance. The contractor will be
20 required to import or export as required to achieve the design grades as part the bid price
21 (unknown unsuitable soils not withstanding), based on the site survey attached soils report and
22 grading plans.
23 1.03 RELATED SECTIONS
24 A. Section 31 2215—Subgrade Preparation
25 B. Section 31 2220—Site Demolition and Clearing
26 C. Section 31 2315—Trenching, Backfilling, and Compaction for Utilities
27 D. Section 31 2370— Erosion Control
28 E. Section 32 2740—Asphalt Concrete Pavement
29 F. Section 32 2765—Signs and Pavement Markings
30 G. Section 33 2721 —Catch Basins and Inlets
31 H. Section 33 2730—Sanitary Sewer System
32 1.04 QUALITY ASSURANCE
33 A. PERMITS & LICENSES
34 1. Obtain and pay for any required permits.
35 2. Contractor shall be licensed for any work required under this item.
36 B. STANDARD SPECIFICATIONS
37 1. The work under this Section shall be governed by the referenced sections of the 2010
38 edition of the Standard Specifications for Road, Bridge and Municipal Construction," by the
39 Washington State Department of Transportation, except as herein modified.
40 2. All references in the Standard Specifications to measurement and payment shall be deleted
41 from consideration, and the terms agreed to in the Contract substituted therefore.
42 3. Installations that do not conform to the requirements contained herein shall be removed from
43 the project and replaced by the Contractor, and no additional payment will be allowed
44 therefore.
45
2010-16/YCS Fueling Station Bid -31 2300 - 1 EARTHWORK 1-15-13
Support Operations Cente�r- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 1.05 CONSTRUCTION STAKING
2 A. The Contractor shall supply all construction survey control and stakeout for the approval of the
3 Engineer prior to construction. The alignment of water mains, storm sewers and sanitary sewers
4 and locations of components to be installed shall be as indicated on the Contract Plans, All
5 survey control work shall be done by a registered Land Surveyor or Professional Engineer.
6
7 B. Should construction staking be lost as a result of the Contractor's opera�ions or as a result of
8 vandalism, the Contractor shall replace the staking at the Contractor's sole expense.
9 1.06 JOB CONDITIONS
10 A. CONDITION OF SITE PRIOR TO CONSTRUCTION
11 1. Accept premises on an "as-is" condition; Owner assumes no responsibility for site condition
12 now, at time of bidding, nor thereafter.
13 2. Assume all risks from damage or loss to premises by means of fira, theft, and all other
14 causes.
15 3. Damage or loss resulting from any cause to buildings, persons and/or property shall not
16 relieve Contractor from his obligation to complete all work under the co�ntract.
17 B. PROTECTION
18 1. General: Conduct all operations in such a manner as to prevent damage to trees that are to
19 remain, surfaces, and adjacent property. Keep free of damage those portions of existing site
20 appurtenances that are to remain or to be removed for re-use by owner. Repair any damage
21 incurred because of the work of this section to the satisfaction of the O�vner.
22 2. Utilities:
23 a. Where existing utilities are located at the site, either overhead or underground, take care
24 not to cause damage thereto; keep building drains, street drains and sewers open, for
25 free drainage at all times.
26 b. The Contractor shall be responsible for, and shall immediately repair, all damage to
27 existing sewers, water mains, and building service connections to tlhe same, operated by
28 the Owner, which is caused by the construction work; repair such damage at no cost to
29 Owner in manner approved by the applicable utility. Contractor shall contact the
30 underground utility locating service at I-800-424-5555 a minimum� of 48 hours prior to
31 construction.
32 3. Landscape plantings to remain: Save and protect trees as designated on applicable
33 Architectural, Landscape and Civil Drawings or as designated in the field.
34 4. Adjacent buildings: Provide protection required by the General Conditions. Such protection
35 includes occupants of said adjacent buildings, visitors, and passers-by� from damage, injury
36 and discomfort caused by dust.
37 5. Street blockage: Coordinate with the Owner should blockage of any streets be
38 contemplated due to site prep work of this project; provide all neces:�ary signs, lights and
39 barricades required for any such blockage.
40 6. Traffic control plan: Contractor shall provide a traffic control plan for any work that will
41 interfere with the normal traffic flow. Contractor shall refer to WSDOT Standard Plans
42 Section K for traffic control plans.
43 1.07 REFERENCE BENCHMARKS, MONUMENTS&PROPERTY CORNERS
44 A. Maintain bench marks, monuments, property corners, and all other reference points. If disturbed
45 or destroyed, bench marks, monuments, and properry corners shall be replaced by a registered
46 Land Surveyor, in accordance with WAC 332-120, at the Contractor's sole e�xpense.
47 1.08 SUBMITTALS
48 A. Submittals shall be made for the materials specified in this section. The Contractor shall furnish
49 one (1) set of submittals to the Engineer for review.
50 B. The Contractor shall submit an Excavation Plan detailing:
51 1. Methods and sequencing of excavation.
52 2. Proposed locations of stockpiled excavated material.
2010-161 YCS Fueling Station Bid -31 2300 -2 EARTHWORK 1-15-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 3. Proposed onsite and offsite spoil disposal sites.
2 1.09 WEATHER LIMITATIONS
3 A. Material excavated during inclement weather shall not be used as fill or backfill until after
4 material drains and dries sufficiently for proper compaction in accordance with the Standard
5 Specifications.
6 PART 2- PRODUCTS
7 2.01 GRAVEL BACKFILL FOR FOUNDATIONS—CLASS B
g A. Gravel Backfill for Foundations — Class B shall conform to Section 9-03.12(1) B of the Standard
9 Specifications and shall be used as structural fill beneath building slabs, and exterior stairways
10 when placed during the months between April 15 and October 15. Gravel backfill for foundations
11 placed during the period between October 16 and April 14 shall conform to Section 9-03.12(2)
12 Gravel Backfill for Walls.
13 2.02 BALLAST
14 A. Ballast shall conform to the requirements of Section 9-03.9(1) of the Standard Specifications.
15 2.03 CRUSHED SURFACE TOP COURSE
16 A. Crushed Surface Top Course shall conform to the requirement of Section 9-03.9(3) of the
17 Standard Specifications.
18 2.04 IMPORT AND ON-SITE SOILS FOR STRUCTURAL OR NATIVE FILL
19 A. Structural Excavation and Fill shall conform to the requirement of Section 2-09 of the Standard
20 Specifications. No extra payment for import or export of soils.
21 PART 3— EXECUTION
22 3.01 GENERAL
23 A. Excavate to lines, grades, and dimensions shown and as necessary to accomplish Work.
24 Excavate to within tolerance of plus or minus 0.1 foot except where dimensions or grades are
25 shown or specified as maximum or minimum. Allow for forms, working space, granular base,
26 topsoil, and similar items, wherever applicable. Trim to neat lines where concrete is to be
27 deposited against earth.
28 B. Do not over-excavate without written authorization of Engineer.
29 C. Remove or protect obstructions as shown.
30 3.02 STRUCTURE EXCAVATION
31 A. Structure Excavation: shall be defined in accordance with Section 2-09.3(2) of the Standard
32 Specifications.
33 3.03 EMBANKMENT AND CUT SLOPES
34 A. Shape, trim, and finish cut slopes to conform with lines, grades, and cross sections shown, with
35 proper allowance for topsoil or slope protection, where shown.
36 B. Remove stones and rock that exceed 3 inch in diameter and that are loose and may roll down
37 slope. Remove exposed roots from cut slopes.
38 C. Round tops of cut slopes in soil to not less than a 6-foot radius, provided such rounding does not
39 extend offsite or outside easements and right-of-ways, or adversely impacts existing facilities,
40 adjacent property, or completed work.
41 D. Embankment construction shall be performed in accordance with Section 2-03.3(14) or the
42 Standard Specifications.
43 3.04 SUBGRADE PREPARATION
44 A. All subgrade areas beneath structures, paving and walls shall be prepared in accordance with
45 Section 2-06 of the Standard Specifications, with the following modifications:
46 1. In paragraph 2-06.3(1)6 the wording "Compact subgrade to a depth of 6 inches." shall be
47 removed and replaced with "Compact subgrade to a depth of 12 inches."
2010-16/YCS Fueling Station Bid - 31 2300-3 EARTHWORK 1-15-13
Support Operations Center�- Fueling Station
Yelm Commur�ity Schools No.2
Erickson McGovern Architects
1 2. In paragraph 2-06.3(2) the wording "The Contractor shall compact the subgrade to a depth of
2 6 inches to 95 percent standard density" shall be removed and replaced with "The Contractor
3 shali compact the subgrade to a depth of 12 inches to 98 percent standard density."
4 3.05 STOCKPILING EXCAVATED MATERIAL
5 A. Stockpile excavated material that is suitable for use as fill or backfill until material is needed.
6 B. Post signs indicating proposed use of material stockpiled. Post signs that are readable from all
7 directions of approach to each stockpile. Signs should be clearly worc�ed and readable by
S equipment operators from their normal seated position.
9 C. Confine stockpiles to within easements, right-of-way, and approved work a�reas. Do not obstruct
10 roads or streets.
11 D. Do not stockpile excavated material adjacent to trenches and other excavations unless
12 excavation side slopes and excavation support systems are designe�d, constructed, and
13 maintained for stockpile loads.
14 E. Do not stockpile excavated materials near or over existing facilities, adjacent property, or
15 completed work, if weight of stockpiled material could induce excessive settlement.
16 3.06 DISPOSAL OF SPOIL
17 A. Dispose of excavated materials, which are unsuitable or exceed quantity needed for fill or
18 backfill, offsite.
19 B. Dispose of debris resulting from removal of organic matter,trash, refuse, arid junk as specified in
20 Section 31 02220 SITE DEMOLITION AND CLEARING,for clearing and grubbing debris.
21 3.07 EMBANKMENT AND FILL
22 A. Earth Embankment shall consist of fill place in lawn and landscape areas, shafl consist of native
23 material excavated onsite and shall be placed in accordance with Seci:ion 2-03.3(14)B and
24 compacted in accordance with Section 2-03.3(14)C—Method A of the Stanciard Specification.
25 B. Gravel Backfill for Walls shall be placed in accordance with Section 2-03.3(14) B and compacted
26 in accordance with Section 2-03.3(14) C— Method B of the Standard Speciflication.
27 C. Gravel Backfill for Foundations—Class B shall be placed in accordance witFi Section
28 2-03.3(14) C and compacted in accordance with Section 2-03.3(14) C — Method A of the
29 Standard Specification.
30 D. Ballast and Crushed Surface Top Course shall be placed and compacteci in accordance with
31 Section 4-04 of the Standard Specifications.
32 END OF SECTION
2010-16/YCS Fueling Station Bid -31 2300-4 EARTHWORK 1-15-13
� . �
i
�' � �
�
�����.��i�� ��������.. ���-��������'��
��� �������.. �d����.,��y' ������
���.� '�0�������� �'�����.� •
�' ������� ���� ������ ������
� ��� �������� ������ ����-�����
���149�j '�7'Y�e��1�3� 1�.di`�
i �
� � ��dAB';lil����r�� ��,
Yelm Communi�ty �chools
401 Coates Avenue Nor�hwest �
Yelrri, Washing�on 98�97
(
��b�i�fi�r� ��;
�
E3RA, I�c.
� PO �ox 4�840
� Tacorna, VVashington 98448
C
.. �'a?-�'-�- a� � T ' �
�> -�u� � < ��
.� ����4,��, �'��,�: ��
�� t������������ �r�r ,
r ��q�`iw�aa�y��, ss�;,, �� !
,������ ���'�`� �E;�����, � March 3, 2011
,..
�.�, r�-� �x� � ��,;,�' ;t�,Ic .
'���� �f3 ��,� �sra� `'.
�.., � 'Eti i � 2��7 �Y �:j .
�'�i s ��� k i��7 3
j;ei+� CV�II � i�l�t a5.��. f ' .
� - J ' �" � ���'�'' � Project No. T11008
, � , s�, �. r ti
Y `i °}. t
.F ��� ,N��� � � . �
�i� � ,:7# N, ,
( `' � �i.�= 5� r I y .
..., _, .-, ,t_;�+'�....' ". .. ..s.;..-yir..'�""TST',..t'r:r"�-.�� ' ' ' .
PO Box 44840
Tacoma,WA 98448
253-537-940D
253-537-9409 Fax �
��
March 3,2011
YeIm Community Schools •
40I Coates Ave NW
Yelm,Washington 98597
Attention: Desiree McConiioll
Subject: 12egulate�1Vlaterial Pre-I)emolition and Reffiodel�'acility Survey
Yelm Community Schools �
Support Operations Center
404 Railroad Avenue SE
Yelm,Washington
Dear Mrs.McConnoll:
The information provided herein documents a_regi.�lated materials survey conducted b:y E3RA, Inc.
(E3RA) in preparation for the proposed demolition of a pole structure (Building 1) and ,�. portion of a
large warehouse(Building 2)Iocated at the above referenced location.A third structure(Bizilding 3)will
-- be remodeled only. The survey, bullc sample collection and sample preparation was conducted on
February 16, 2011, by an Asbestos Hazard Emergency Response Act (AHERA) -Certified Building
Inspector. The survey was limited to an evaivation of the presence and appro�cimate quantity of asbestos-
containi.ng building material, polychlorinated bipl�enyl (PCB)-containuig electrical devi�ces, mercury-
containing fluorescent tubes and other mercury-containi.ng devices (i.e., therm.ostats and high intensity
discharge lamps) and lead-containing caatings (e.g. paint) potentially used in the conshuction of�the
above referenced facility. In addition, E3RA provided waste characterization testing of tlie auticipated
demolition debris stream in accordance with the Toxicity Characteristic Leaching Procedur�e (TCLP)for
lead(Pb).
E3RA trusts that the enclosed report provides Yelm Community Schools with the informati�on required at
this time. If you have questions about the information presented within this report; plea:�e contact the
undersigned.
Sincereiy,
E3Rd�►, Ine.
� _ �
Casey . owe,P.E. J es E.Brigham,P.E.
StaffEngineer rincipal Engineer
Yelm Community Schools—Support Center Buildings 1,2,and 3 E3RA,Inc
Regulated Material Pre-Demolition and Remodel Facility Survey March 3,2019
REGULATED MA'1'ERIAL P�-1)EMOLITIOlot AND REIVIODEI.�ACILI'TY SURVEY ��_
SUPPOlaT CENTER—BUILDIllTG 1,2,ANID 3
�ELM,V6'ASHI�TGTON
EXECIJTIVE SUlViM�,I2.�'
E3RA, Inc. (E3RA) understands that Yelm Community Schools (YCS} is proposing the demolition of '
Building 1 and a portion of Building 2. The remainder of Building 2 will be remodeled as well as
Building 3 located at the proposed support center in Ye1m, Washington. At the request of YCS, E3RA
performed a facility survey to identify the presence,location and quantity of regulated materials that may
be impacted by the proposed project. The regulated materials surveyed include �asbestos-containing
bui�lding material(ACBM},polychlorinated biphenyl(PCB)-containing electrical devices(i..e.,fluorescent
lighting ballasts and transformers), lead-containing coatings (e.g. paint), mercury (Hg)-containing
fluorescent tubes and other mercury-containing devices (i.e., thermostats and high intensity discharge
[HID] lamps). In addition, E3RA provided waste characterization testing of the anticipated demolition
debris stream in accordance with the Toxicity Characteristic Leaching Procedure (TCLP) for lead (Pb). �
E3RA's survey was perforrned in accordance with federal,state and local regulatory requirements.
Asbestos-Containiai�Materfals '
According to Washington Administrative Code (WAC) 296-62-07721, prior to the start of work, a
building owner must identify the presence of ACBM and/or presumed asbestos-containing material
(PACM) in the work area. This information must be comm.unicated to individuals performing work,
employees and tenants in or adjacent to the work area. The information provided in this survey report is t --
intended to meet this regulatory requirement.
�The following ACBM was identified:
Building 1
• Mastic(black}-Approaimately 3�L�eal Feet(LF)(exterior)
s
� �uilding 2
• Vinyl Tiie(brown)with 1!�lastic(black).—Approximately 500 square-feet(S�
s Window Glazing(gray)—Approximate�y 60 Total Windows
• Mastic(Black)-Approximately 30 LF SVV Corner(Exterior),1,000 sf on Roof�iround Vents;30 LF
on Metal Roof •
a Asphalt Roofmg(black)-Approaimately 800 5�'Room 8 Attic
� Built up Asphalt Itoo4'(w!silver paint)—50,000 SF
� Asphaltic Paper(black)-Approximately 800 SF Room S Attic
a
Building 3
a No ACBNd were identifaed
Lead-Containing Wastes
TCLP sampling and analy�tical testing for the purpose of demolition debris waste characterization was
conducted as part of this survey. Laboratory analytical results indicate that the leachable lead(Pb) from
Building 1 and Building 2 materials anticipated to be included in"the demolition debris stream was less
� .
Yelm Community Schools—Support Center Buildings 1,2,and 3 . E3RA, Inc
Regulated Material'Pre-.Demolition and Remodel Facility Survey March 3,2011
than 0.5 milligrams per liter (mg/L). The results are below the regulatory threshold spe��i�ied in WAC
173-303-090 of 5:0 mg/L of lead(Pb). The results of the demolition waste characterization.indicate that
post-regulated material abatement waste generated during demolition activities may be disposed of as
general constructibn debris provided the scope of demolition is consistent with assumptions specified in
this report.
�olychlorinated Biphenyls (PCB)Containing Lighting Eallasts
Building 1 - There were approxirnately 38 fluorescent light ballasts and 2 HID ballasts o�bserved in the
building. Three of the 38 fluorescent light ballasts were inspected and found to have manufacturer
installed"No PCB"labeling.
Building 2 -There were approximately 215 fluorescent light ballasts and 40 HID ballasts observed in the
building. Ten of the 215 fluorescent light ballasts were inspected and found to have manufacturer
� installed"No PCB"labeling.
Building 3 - There were approximately 49 fluorescent light ballasts and 5 HID ballasts observed in the
building. Three of the 49 fluorescent light ballasts were inspected and found to have manufacturer
installed"No PCB"labeling.
Should unlabeled fluorescent light ballasts be discovered during demolition, the disposal of assumed or
confirmed PCB-containing fluorescent light ballasts is regulated through the Code of Federal Regulations
(CFR) at 40 C�'R 761 .and Washington State Department of Ecology (Ecology) Dan.gerous.Waste
` - Regulations WAC 173-303-9904.
Lead-Containing Paints
A LCP survey was conducted of the interior and exterior painted surfaces of the areas to be�remodeled in
Building 2 and Building 3 within the scope of this survey. A total of six samples were collected to
represent the primary paint colors observed on the building surfaces, surveyed. The samp'les were
analyzed by Atomic Absorption Spectrophotometer for weight percent of lead according to EPA SW-846
Method 7420 (Flame Atomic Absorption). Laboratory analytical data indicates that 5 of the 6 samples
were below the United States Departrnent of Housing and Urban Development (HCJD) "lead=based"
classi�cation of 0.5 percent. However, five of�the six samples were detectable for lead and one lead
sample was found to be above the 0.5 percent and is considered "lead-based". This sample was taken
from the exterior stair railing and is yellow. All exterior yellow paint should be considered"lead-based".
I1�dercuay(Hg)-Contaaning I.aanps and Devices
Building 1 - Approximately 57 four-foot potentially mercury (Hg)-containing fluorescent tubes were
obsezved during the investigation and two mercury containing thermostat. No other potential mercury-
containing devices were observed during the sutvey.
Building 2 - Approximately 516 foux-foot potentially mercury (Hg)-containing fluorescent tubes were
observed during the investigation and six inercury containing thermostats. No other potentia2 mercury-
containing deviceswere observed during the survey.
ii
Yelm Community Schoois—Support Center Buildings 1,2,and 3 E3RA,Inc
Regulated AAaterial Pre-Demolition and Remodel Facility Survey March 3,2011
Building 3 - Approxirnately 172 four-foot potentially mercury (Hg)-containing fluorescent tubes were +
observed during the investigation. No other potential mercury-containing devices were observed during
the survey.
The disposal of inercury-containing devices, including mercury (Hg)-containing fluorescent tubes, is
regulated under the Washington S#ate Standards for Universal Waste Management(WAC I73-303-573). ,
PROJECT TITLE: Regulated Material Pre-Demolition and Remodel Facility Survey
LOCATION: Buildings l,2,and 3,YCS Support Center,Yelm,Washington
CLIENT: � Yelm Community Schools
E3RA JOB NUIVIBER: T11008
The following Asbestos H.azard Emergency Response Act (AHERA)-certified inspector performed the
survey:
Casey Lowe
Certification Number: 107768
Expiration date:July 21,2011
i--
,
iii
TAIi3LE�F CO1�1TE1�1�'S
Pa�e
�XECiJTIVE SUMMAR�'..:......................................................................:...............................................i
1.0 INTRODUCTION.................................................................................:.......................................:.1
1.1 Obj ective.............................................................................................................................l
1.2 Scope of Work.....................................................:..............................................................1
1.3 i,imitations of the Assessment............................................................................................2
2.0 SITE DESCRIPTION......................................................................................................................Z
3.0 METHODOLOGY..........................................................................................................................3
3.1 Asbestos Survey Methodology...........................................................................................3
3.1.1 Sampling and Sample Documetttation...................................................................3
3.1.2 Laboratory Analysis.............................................:.................................................4
3.2 Lead Waste Sampling Methodology...................................................................................:4
3.2.1 Sampling and Sample Documentation...................................................................4
3.2.2 I,aboratory Analysis...............................................................................................5
3.3 Lead Paint Survey Methodology.....................................................................�---...............5
33.1 Sampling and Sample Documentation...................................................................5
3.2.2 Laboratory Analysis............:..........................:.................:.....................................5
3.4 Lighting Ballast Survey Methodology.............................................. ...._...................5
.........
3.5 Mexcury-Containing Lamps and Devices Survey Methodology........................................5
4.0 RESULTS......................................:.................................................................................................6
4.1 Asbestos Investigation........................................................................................................6
4.2 Lead-Containing Waste Investigation..............................................................:..................7
4.3 Lighting Ballast Investigation..................
_ - ........................................................................7
4.4 Lead Based Paint Investigation...........................................................................................8
4.5 Mercury Containing Lamps and Devices Investigation......................................................9
5.0 CONCLUSIONS AND RECOMMENDATIONS...........................................................................9
5.1 Asbestos-Containing Materials...........................................................................................9
5.2 Lead-Containing Wastes................................:................................................,.................. 10
5.3 Lead-Containing Paint..................................................................................................:...10
5.4 Fluorescent Ballast.......................:....................................................................................10
5.5 Flourescent Lamps..................................................................:....................................:....10
5.6 High Intensity Discharge Lamps ......................................................................................10
TA.BIlE�
Table 1 —Bulk Asbestos Fiber Analysis...................................................................................................10
Table 2—Tabulated Summary of Fluorescent Light Ballasts and Lamps................................................ 12
Table3—Paint Coating Analysis....................................:.........................................................................13
FIGdJR�S
Figure 1 and 2—Asbestos Sample Locations
Figure 3and 4—Lead Pairit Sample Locations
�PENDICES
Appendix A—Site Photographs
Appendix B—Chain-of Custody Forms and Laboratory Analytical Reports
Appendix C—Inspector Certi�cation �
Appendix D—Laboratory Certifications
Yelm Community Schools—Support Center Buildings 9,2,and 3 E3RA,Inc
Regulated Material Pre-Demolition and Remodel Facility Survey March 3,2011
ItEG�JLATEID 1!'IA'd'ERIAL PRE-DEMOLI�'IOIoi A1�TIY�119'�ODEL FACII.I'TY SLTR�EY
SUPPORT CENTER—BUILDING 1,2,AND 3
�ELIVI,WASHINGTOleT
1.0 I1�T1'RODUCTIOI�T
E3RA, Ina (E3RA} was retained by Yelm Commuxiity Schools (YCS) is proposing the demolition of
Building 1 and a portion of Building 2. The remainder of Building 2 will be remodeled as well as
Building 3 located at the proposed Support Center in Yelm, Washington. At the request of YCS, E3RA
performed a facility survey to identify the presence, location anci quantity of regulated materials that may
be impacted by the proposed project. The regulated materials surveyed include asbestos-containing
building material(ACBMj,polychlorinated biphenyl(PCB)-containing electrical devices(i.e.,fluorescent
lighting ballasts and tra.nsformers), mercury (Hg)-containing fluorescent tubes, iead-containing coatings
(e.g. paint), and other mercury-containing devices (i.e., thermostats and high iritensity discharge [HID]
lamps): In addition, E3RA provided waste characterization testing of the anticipated demolition.debris
stream in accordance with the Toxicity Characteristic Leaching Procedure(TCLP)for lead(Pb). E3RA's
survey was performed in accordance with the E3RA.proposal(dated February 11,2011)and federal,state
and local xegulatory requirements.
1,1 Obiective
The objective of the survey was to identify,if present,the specified regulated materials within and on the
exterior of Buildings 1,2,and 3. The asbestos survey was conducted in accordance with the"Good Faith"
asbestos survey requirements in the Washington Administrative Code (WAC) 29.6-62-07721, i-
(Communication of Hazards to Employees)and as required by Puget Sound Clean Air Agency(PSCAA) '
for buildings that are to be renovated and/or demolished.
The demolition debris waste characterization was conducted to provide information to assist in complying
with Washington State�angerous Waste Regulations(WAC 173-303).
The iead-containing paint survey was conducted to provide information to assist in complying with WAC
296-155-176(Lead in Construction)and the WSDOE Dangerous Waste Regulations(WAC 173-303).
The PCB survey was conducted to provide information to assist in complying with the Code of Federal
Regulations(CFR)at 40 CFR 761 and.WAC 173-303-9904.
The mercury-containing fluorescent iubes and devices survey was conducted to provide information to
assist in complying with the Washington State Universal Waste Rule(WAC 173-303-573).
g.2 Scope of VVflrk
The scope of services for the.regulated materials assessment was limited to the following tasks:
� Perform a"Good Faith"asbestos survey to identify the presence,location and quantity of ACBM
and presumed asbestos-containing material (PACM) that may be impacted by the proposed
project. Materials identified as suspect asbestos-containing materials (ACM) were sampled or
presumed in accordance with the Asbestos Hazard Emergency Response Act(AHERA)sampling
requirements (40 CFR 763.86) and analyzed by a National Voluntary Laboratory Accreditation '
1
Yelm Community Schools—Support Center Buildings 1,2,and 3 E3RA,Inc
Regulated Ma#erial Pre-Demolition and Remodel Facility Survey March 3,2011
� Program(NVLAP)accredited laboratory for the presence and quantity of asbestos. Samples were
analyzed using polarized light microscopy (PLNn Environmental Protection .Agency (EPA)
Method 600/R-93/116.
� Waste characterization of the anticipated demolition debris strea.m was conducted using the
Toxicity Characteristic Leachate Procedure (TCLP) for lead (Pb) which determines the ieaching .
potential of lead in waste. The samples were collected in general accordance with Ecology
guidance document"Suggested Sampling Plans for Building Disposal"and the American Society
for Testing and Materials (ASTM} E 1908-97. The TCLP sample was analyzed in accordance
with WAC 173-303-090 using EPA SW-846 Method 1311 (TCLP)and Method 7420(Total Lead
—Atomic Absorption; Direct Aspiration). The percentages of building materials determined to
represent the building and the TCLF sample was based upon the assumption that the entire
structure will constitute the demolition waste stream.
a The quantification of potentially PCB-containing electrical devices (i.e., fluorescent lighting
ballasts and transformers), as well as, potential Hg-containing fluorescent laxnps and other
devices(i.e.,thermostats and HID lamps).
� Perform a survey io identify LCP on the interior and exterior of the survey areas that may be
impacted during the proposed renovation. Samples of suspect LCP were ar.ialyzed by an
American Industrial Hygiene Association (AIHA) accredited laboratory in accordance with EPA
SW846 Method 7420,Lead by Flame Atomic Absorption Spectrophotometry(FAA.S).
� Incorporation of the results of the survey into a written report that includes a description of survey
� methodology; materiai descriptions; sample location drawings; results of sample: analysis; and
material quantities as applicable.
1.3 Limitations of the Assessment
The conclusions within this report are professional opinions based solely upon visual sit�e observations .
and interpretations of analytical data as described in this report. Typical construction tecluuques can
render portions of the building inaccessible.As a result,additional ACBM may be present:in inaccessible
areas(e..g.,within wall and ceiling cavities).In addition,E3RA's assessment did not include areas beyond
the `foot print' of the building. Suspect ACBM and other regulated materials within inac;cessible areas
should be presumed to contain asbestos until characterized.
The opinions presented herein apply to the site conditions existing at the time of the investigation.and
interpretation of cunent regulations pertaining to asbestos, lead, mercury and PCBs. Opinions and
recommendations provided herein may not apply to future conditions that may exist at the site.
Regulatory requirements in effect at the time of the work should be verified prior to any work that
impacts regulated materials. This report represents the findings of this survey only and is n.ot intended to
establish scope or contractual terms to regulated materiai abatement.
2.0 SITE DESCRIPTI�N
Buildings 1, 2, and 3 are iocated at the proposed Yelm School Support Center, 404 Rail�oad Ave NE,
Yelm, Washington. Building 1 is a one story large pole structure that was one room. The building.was
empty at the time of the survey. The building is constructed of a variety of materials inclucling poured in
. 2
Yelm Communiiy Schools—Support Center Buildings 1,2,and 3 E3RA, Inc
Regulated Material Pre-Demolition and Remode(Facility Survey March 3,2011
r'
place concrete,wood framing, and metal as roof and siding. Building 2 is a primarily one story building `�
that was used as offices and a large warehouse. There is a small basement area located in the central
portion of the structure as well as a small upstairs area. The building was empty at the time of the survey.
The building is constructed of a variety of materials including poured in place concrete, wood paneling,
wood framing, wood fiber paneling, concrete, and gypsum wall board interior walls and has a built-up
asphalt roof..Vertical finish surfaces include concrete, gypsum, aud wood. Horizontal finish surfaces
include wood, carpet, and vinyl. Building 3 is a one story building that was used as offices and a large
warehouse. The building was empty at the time of the survey. The building is constructed of a variety of
materials including poured in place concrete, wood paneling, wood framing, wood fiber paneling and
gypsum wall board interior.walls and has a built-up asphalt roof.Vertical finish surfaces include gypsum,
and wood.Horizonta.l finish surfaces include wood,catpet,concrete,and vinyl.
3.0 METI-IODOL�GY
Information concerning the subject property was obtained during a site inspection conducted by E3RA .
representative Mr. Casey Lowe on February 16,2011. This section describes the sampling methodology.
Supporting documentation provided within the survey report includes material summary tables and the
appendices that .include laboratory analytical reports, chain-of-custodies and staff/laboratory
certifications.
3.1 Asbestos Survev MethodoIoEv
A `walk-through' inspection of accessible areas was conducted to identify suspect ACBM and PACM.
The asbestos survey was performed by an AHERA-certi�ed building inspector in accordance with a �
sampling protocol appropriate for the demolition of existing structures. The inspector's AHERA
certification is provided in Appendix C. The sampling protocol was modeled after 40 CFR 763.86 and
Washington State Department of Lalior and Industries (WSDLI) Regulation WAC 296-62-07721. The
approximate quantity of materials was obtained from field measurements.
3.1.1 Sampling and 3ample Documentation
Suspect ACBM was grouped into homogeneous sampling areas (HSA) and categorized as thermal
systems insulation(TSI), surfacing material or miscellaneous material. The sampling plan included, at a
minimum,the collection and analysis of samples as follows:
Thermal Svstem Insulation
• In a distributive manner, a minimum of three samples of each HSA that was not presumed to
contain asbestos.
a At least one bulk sample from.each homogenous area of patched TSI if the patch was less than 6
square feet.
Surfacing Material
• In a distributive manner,a minimum of three samples collected from each homogenous area that was
1,000 square feet or less.
• A minimum of frve samples collected from each homogenous area that was greater than 1,000 square .
feet but less than or equal to 5,000 square feet. �.
3
Yelm Community Schools—Support Center Buildings 9,2,and 3 E3RA,inc
Regulated Material P:re-Demolition and Remodel Facility Survey March 3,2011
a A miniYnum of seven samples collected froen each homogenous area that was greater tha�►5,000
square 4'eet.
Miscellaneous Material
a In a d'astributive manner as deemed sufficient by the AHERA Building Inspector. At Ileast one
sample was collected of each suspect miscellaneous ynaterial not PACM. '
� �Non-Suspect Materials
• According to 40 C�'I2 763-86(4),sa�tnpling of the following materials are not required where the
accredited inspector has deemed the material to be fiberglass,foam glass,rubber or ol:her�ecognized
non-AC�lbi.
Samples were collected by carefully removing small portions of the suspect ACM with a sharp knife or
other hand tool suitable to the material being sampled. Each sample was placed in a labeled plastic
container immediately after collection. Saxnple containers were then placed in a large re-sealable plastic
bag for transportation to the laboratory. The sampling insfrument was wiped with a clean moist cloth to
decontaminate the tool and minimize the potential release of asbestos fibers or coxitamination of
subsequent samples. Data pertinent to each sample (e.g., date, sample number, material clescription and
material category)was recorded on a field data sheet.A floor plan showing sainple location�is provided in
Figure 1 and 2. Photographs of selected ACBM, identified during the survey, are provided in Appendix
A. . .
3.1.2 Laboratory Anatysis
Asbestos bulk samples and chain-of-custody submittal sheets were delivered to Seattle ,�sbestos Test,
LLC (SAT)in Lynnwood, Washington for asbestos analysis. SAT participates in the NVLAP for quality
control procedures. As specified in 40 CFR Chapter i (1-1-87 edition)Part 763, Subpart F, Appendix A,
each sample was analyzed using PLM/dispersion staining techniques, in accordance with EPA Method
600/R-93/116. The detection limit for this type of analysis is approximately one percent (by volume).
Materials containing more than one percent asbestos are considered to be ACBM. �iAT performs
reanalysis of ten percent of'bulk samples for the purpose of intemal quality control.Laboratory analytical
data reports and chain-of-custody forms are provided in Appendix B. Laboratory certifications are
provided in Appendix D.
3.2 Leatl�Vaste 5amnling 1Vlethodolasv �
3.2.1 Sampling and Saffiple Documentation
Waste characterization of the anticipated demolition debris stream was assessed using the'CCLP for lead
which deternunes the leaching potentiai of iead. One sample representing the anticipat�d demoliti.on
debris stream was collected from.the interior.and exterior of the building. The building materials collected
and the relative percentages used to calculate the final TCLP results were based upon the assumption that
the entire structure would.constitute the demolition waste stream.
4
Yelm Community Schools—Support Center Buildings 1,2,and 3 E3RA, Inc
Regulated Material Pre-Demolition and Remodel Facility Survey Ma�ch 3,2011
l
3.2.2 Labo�atory Analysis
The TCLP sample was sent to NVL Laboratories,Inc. (NVL)in Seattle,Washington for analysis.NVL is
accredited by Ecology for lead analysis. The sample was leached according to U.S.EPA SW-846 method
1311. The leachate was analyzed for lead by FAAS according to EPA SW-846 method 7000B.
Laboratory analytical results are included in Appendix B. of ttus report. Laboratory certifications are
provided in Appendias D.
3.3 Lead Paint Survev Methodologv .
3.3.i Sampling and Sample Documentation
In an effort to evaivate the possible presence of LCP that may be impacted by the project, interior and
exterior painted surfaces with a distinct painting history were identified and sampTe locations were
selected to be representative of the primary paint color combinations observed on the majority of
structures surveyed.Paint color, condition,evidence of layering,type of substrate,and location of painted
areas were factors when selecting the sample locations. The samples were. coliected by carefully
removing a smail portion of the suspect LCP material with a sharp knife or similar hand tool suitable to
the material being sampled. The sample was plaeed in a pre-labeled plastic container immediately after
collection. Data pertinent to the sample such as date, sample number, paint description, and material
location was recorded.A floor.plan showing sample locations is included in Figure 3 and 4.
3.3.2 Laboratory Analysis
�----
The paint chip samples were delivered to NVL under chain-of-custody protocols. NVL is an AIHA - t
Environmental Lead Laboratory Accreditation Program (ELLA.P) certified laboratory. Laboratory
certifications are provided in Appendix D. The samples were analyzed for total lead content using FAAS
in accordarice with EPA SW-846 Method 7420. The limit of detection for this method varies by volume
of the.sample,but in general is approximately 0.01 percent by weight. Laboratory analytical data reports
and chain-of-custody forms are provided in Appendix B.
3.4 I,ightin�13allast Survev Methodolo�y
Verifying the presence or absence of PCBs in fluorescent lighting and HID ballasts, either visually or by
laboratory analysis, was beyond the scope of this survey. For the purposes of quanrifying potentially
PCB-containing lighting ballasts for this report, it was assumed that all of the ballasts potentially contain
PCBs. However, E3RA inspected several representative ballasts within the buildings for "No PCB" or
"electronic"labeling.
3.5 Mercurv Containins Lamns and Devices Survev 1V.[ethodolosv
Verifying the presence or absence of inercury in suspect mercury-containing lamps and devices, either
visually or by laboratory analysis,was beyond the scope of this survey. For the purposes of quantifying
potentially mercury-containing lamps and devices, it was assumed that all suspect lamps and devices .
contain mercury. Suspect mercury-eontaining lamps and devices surveyed included, but were not
necessarily limited to,fluorescent lamps,HID lamps,thermostats,switches and thermometers.
5
Yelm Community Schools—Support Center Buildings 1,2,and 3 E3RA,Inc
Regulated Material Pre-Demolition and Remodel Facility Survey March 3,2011
4.0 I2ES�J�,TS
The following details the results of the asbestos,lead,PCB,mercury assessment survey.
4.� A§besto§Investigation
A total of 62 bulk asbestos samples were collected as part of the survey. Of these sarnples, 11 were '
identified through laboratory analysis as regulated ACBM(greater than 1%asbestos). A s�ummary of the
asbestos samples collected and analytical results is presented in Table 1 after the�main report section.
Table 1 includes the sample number,material description, location, estimated quantity anci the analytical
results ' �
The following ACBM was identified:
Building 1
a 1�Iastic(black)—App�oximately 30 Lineal�'eet(exterior)
�
• �uilding 2
• i�inyl Tile(b.rown)with Mastic(black)—Approximately 500 square-feet
� Window Glazing(gray)—Approximately 60 Total Windows
� Mastic(Black)-Approzimately 30 Lineal Feet S6�'Corner{Exterior),1,000 sf on RoojFAround
Vents,30 Lineal Feet on 1VIeta1 Roof .
. a Asphalt_Roofing(I�lack)-Approximately 800 square-feet Room�Attic
_ p Built up Asphalt Roof(w/silver paint)—50,000 square-feet
• Asphaltic Paper(black)-Approaiimately 800 square-feet Room 8 Attic
Commonly"suspect"materials that were sampled and identified as non-ACBM during the: E3RA survey
for buildings include:
Building 2
� Vinyl Cove Base(beige 4")with Mastic{clear)
� Vinyl Sheet Flooring(square pattern)with liRastic(yellow)
� Ceiling(white concealed spline wfith worm pabtern)
• Window Caulk(white)
r Gypsum Board Wall System(gypsum board,tap�,joint compound)
� Carpet Mastic(tan)
� Asphalt Paper(black/under structure)
a Paper Backing of Fiberglass Bat Insulation(brown)
a �nsulation(black) �
� Fiber Insulation(brown)with Tape(black)
• Asphalt Paper(black)on Wood Studs
s Concrete Surfacing{gray)
, 7Ci�e(red)with Mortar(gray)
a Ndastic(black)on Wood Studs
• Ceiling Tile(white)with Glue(brown) � .
• Vinyl Tile(12"X 12",brown/gray and speckled pattern)with Mastic(yellow)
� C'himney Brick(gray)with Mortar.(gray) �
A Vapor Barrier Paper(black/under wood siding)
� Rolled Roofing(black)with Calking(brown)
6
Yelm Community Schools—Su:pport Center Buildings 1,2,and 3 E3RA, Inc .
Regulated Matecial Pre-Deinolition and Remodel Facility Survey March 3,2011
f.
�
• Fiber Board{brown) '
• Sheet�'inyl(white,square pattern)with 1dlasric(yellow)
Building 3
• Gypsum Board Wall System(gypsum board,tape,joint compounrl) .
a �eiling(white concealed spline with worm pattern)
• Vinyl Sheet Flooring(brown)with Mastic{yellow)
a Vinyl Sheet Flooring(square pattern with stripes)with 11QIIastic(white}
� Vinyi Cove Base(beige 4")with Mastic(white)
� Ceiling Tile(white with hole pattern)with Glue(brown)
+ V�indow Glazing(gray)
It should be noted that other suspect ACBM that was not sampled during this survey might be present
within or on the outside of the subject building. If suspect ACBM not identified in this report are found
during construction activities, it is recommended that such materials be characterized prior to being
disturbed.
4.2 Lead-Containin�Waste Investigation
Laboratory analytical results indicate that the leachable lead from building materials anticipated to be
included in the demolition debris stream was less than 0.5 milligrams per liter(mg/L)for Buildings 1 and
2.The results are below the regulatory tlireshold specified in WAC 173-303-090 of 5.0 mg/L of lead(Pb).
4.3 Li�hting Ballast Investigation f�
,
Building 1 - There were approximately 38 fluorescent light ballasts and 2 HID ballasts observed in the
building. Three of the 38 fluorescent light ballasts were inspected and found to have manufacturer
installed"No PCB"labeling.
Building 2 -There were approximately 215 fluorescent light ballasts and 40 HID ballasts observed�in the
building.Only 6 of the 40 HID ballast will be removed to our understanding. Ten of the 215 fluorescent
light ballasts were inspected and found to have manufacturer installed"No PCB"labeling.
Building 3 - There were approximately 49 fluorescent light ballasts and 5 HID ballasts observed in the
building. Three of the 49 fluorescent light ballasts were inspected a.ud found to have manufacturer
installed"No PCB"labeling.
A tabulated summary of fluorescent light ballast and lamps to be removed is presented in Table 2 after the
main report section.
4.4 Lead Based Paint.Investi�ation
A total of six samples were collected to represent the primary paint colors observed on the building
surfaces of Buildings 2 and 3 surveyed and submitted to NVL for analysis. Laboratory analytical data
indicates that none of the paint samples were above the United States Department of Housing and Urban
Development(HCTD)lead=based classification of 0.5 percent for Building 2 and 1 sample was over the 0.5
percent on Building 3. Five of the 6 samples were reported to be above the laboratories method detection
limit. �, ,
�
Yelm Community Schoois-Support Center Buildings 1,2,and 3 E3RA, Inc
Regulated Material Pre-Demolition and Remodel Facility Survey March 3,2011
A sunvnary of the paint coating sample results is presented in Table 3 after the main report section.Table
3 ineiudes the sample number, material description, material location, condition, and the analytical �
results.
4.5 Mercurv Containin$Lamps and Devices Investi�ation
Building. 1 - Approximately 57 four-foot potentially mercury {Hg)-containing ftuorescent tubes were
observed during the investigation and two mercury containing thermostat. No other pote;ntial mercury-
containing devices were observed during the survey.
Building.2 - Approximately 516 four-foot potentially mercury (Hg)-containing fluorescf�nt tubes were
observed during the investigation and six mercury containing therrnostats. No other potential mercury-
containing devices were observed during the survey.
Building 3 - Approximately 172 four-foot potentially mercury (Hg)-containing fluoresce;nt tubes were
obs.erved during the investigation. No other potential mercury-containing devices were observed during
the survey.
`� No other potential mercury-containing devices were observed during the survey.
5.0 CONCI.USIONS Al�1D RECOMMENDATIONS
- - A copy of this report should be provided to contractors bidding on work and each contractor must have a
copy of this report during any scheduled eonstruction activities at the site that may impact suspect or
confirmed regulated building materials.
5.1 Asbestos-Containins iVlaterials
Current federal, state, and local regulations require that a licensed asbestos-abatement c;ontractor and
trained workers remove ACBM. Prior to abatement of ACBM, current regulations.require tliat a"Notice
of Intent"form be filed with the L&I Division of Occupational Safety and Health(DOSH)�uid PSCAA at
least 10 days prior to commencement of the removal project. The DOSH requires pre-abatement air
monitoring and clearance air sampling upon completion of the asbestos abatemerit projeci:. An asbestos
removal project is not complete until the analytical results from clearance samples indicate that the
residuaI fiber levels in the ambient air are within acceptable limits. Following removai of the ACBIVI,
asbestos-eontaining debris must be disposed of at a landfill that accepts asbestos waste in accordance with
the current federal,state,and local regulations.
As previously nofed, there is a possibility that other suspect ACBM may be present withni the building
that was not sampled during this survey.Contractors should use caution when performing wark within the
project areas even after the.completion of asbestos abatement. Should work activities disaover addirional
concealed suspect ACBM not already sampled,workers should avoid damaging those materials until they
have been properly sampled, analyzed and abated in accordance with local, state, and feder�al regulations.
However, based on the proposed scope of work, it is not anticipated that the discovery of additional
ACBM will significantly impact the work or add additional costs to this project.
g .
Yslm Community Schools—Support Center Buiidings 1,2,and 3 E3RA, Inc
�Regulated Matecial Pre-Demolition and Remodel Facility Survey March 3,2011
5.2 Lead-Containins Was4es �.
Laboratory analytical results indicate that the leachable lead from building materials anticipated to be
included in the demolition debris stream was less than 0.5 mg/L for'buildings 1 and 2. The results are
below the regulatory threshold specified in WAC173-303-090 of 5.0 mg/L of lead(Pb).The results of the
demolition waste characterization indicate that waste generated during demolition acfivities may be
disposed of as general construction debris provided the scope of demolition is consistent with �
assumptions specified in this report.
5.3 Lead-Containing�aint
The summary of LCP samples analyzed at the subject site was prepared so that it may be used by
construction workers to identify the location and quantity of lead in surface coatings that may impact their
work. The provided analytical results xnay be used in conjunction with other applicable data (e.g., air
monitoring) to evaluate �e potential for elevated occupation iead exposures during demolition and .
construction activities: Analytical data indicates that paint applied to the interior and exterior of the
building does not contain quantities of Iead that exceed the WSDLI Construcrion Standards for lead.
There were detectable levels of lead found in five of the samples and one of the LCP samples is classified
as "lead-based", four of the LCP samples contain enough lead that may wan-ant special handling during
certain construction activities. Contractors performing construction work should lie aware of the lead
construction standard and provide proper worker protection.
5.4 Fluorescent Ballast
If ballasts are magnetic (i.e., contain dielectric fluid) and do not carry a "No PCBs" label, it should be �
assumed that the ballast is PCB-containing unless determined otherv✓ise by laboratory analytical testing.
The EPA through.the Toxic Substance Control Act (TSCA) PCB Regulations 40 CFR 761 governs the
handling and transportation of PCBs. Special precaution shouid be applied to prevent skin contact if
leaking PCB ballasts are encountered. Leaky ballasts and light fixtures affected by PCB-containing oils
must be .handled in accordance with EPA's PCB Regulations 40 CFR 761. Workers with 40-hour
hazardous waste training may be required for removal or handling of Ieaking PCB ballasts. .
'�'he disposal of assumed or confirmed PCB-containing ballasts is regulated under the Dangerous Waste
Regulations as a dangerous waste source (WAC 173-303-9904). However, ballasts are sometimes
excluded from these regulations when regulated by TSCA. These exclusions are identified in WAC 173-
303-071(3)(k).In addition,used,non-leaking ballast may be.recycled whether or not they contain PCBs.
5.5 Fluorescent�.amus �
Some fluorescent lamps contain 20 milligrams (mg} to 50 mg of inercury, depending on lamp size.
Mercuzy vapor from a broken tube can contaminate the immediate area. Ecology recommends that
fluorescent la�nps be recycled or disposed of fluorescent lamps as "Universal Waste"aecording to WAC
173-303-573(Standards for Universal Waste Management).
5.b 13igh Yntensity Discharge Lamps
There are three major types of HID lamps. They are mercury vapor, high pressure sodium and metal
halide. Mercury vapor HID lamps contain an all quartz arc tube filled with mercury arc metal and argon ,
9
Yelm Community Schools—Support Center Buildings 1,2,and 3 E3RA, Inc
Regulated Material Pre-Demolition and Remodel Facility Survey March 3,2011
as a starting gas. Metal Halide HID lamps contain fused quartz arc tubes filled with a starting gas and a
mixture of inercury and halide'salts known as an amalgam. Typical halide salts include sodiutn iodide,
scandium iodide,thallium iodide, and indium iodide. The amount of inercury present in HID lamps range
from 20 to 250 rng,however,metal halide lamps and high pressure sodium lamps contain less mercury.
The lamps should be placed in a box with some kind of packaging to protect them frorn breaking a.nd
delivered to a recycler prepared to handle HID lamps. In addition, HID ballasts and batteries may also �
contain PCB's and battery acid respectively that should also be handled properly and disposed of.
. TASLE 1� ;
BULK.ASBESTQS FIBERANAL'Y�IS
`Sample ` . . _ Locah4n/. Percent
Description TYpe' I
Number Estimated Quanhty _. Asbestos
,�. :. .. , •
, . _: _
,.$UII.DING 1 .
C-Ol-1 Mastic(black) Misc. Exterior Northwest side/30 LF 4%Chrysotile
- , .
BuiLnnu��
CB-02-1 Vinyl Cove Base(beige 4")w/ Misc. Room 29,27,25,2b,and 24/NA �
Adhesive(clear) (all layers)
I-02-1 Wall and Ceiling Insulation Misa Throughout/N/A ND
_ ND
_ (l2"X 12"tile)
Vinyl Tile(12"X 12", ND
brown/gray,speckled pattern) (}�ellow mastic)
VT-02-1 �th Mastic(yellow)over Vinyl �isc. Room 33 and 35/500 SF 3%Chrysotile
Tile(brown)with Masiic(black) (brown tile)
• 4%Chrysotile
lblack mastic
GWB-02-1 Gypsum Board Wall System
to (gypsum board,tape,joint Misc./ Throughout/NA ND
GWB-02-7 compound) � Surf, (alllayers)
I-02-2 Fiber(brown)with Tape(black) Misc. Room 16/NA ND
(all layers).
CT-02-1 Ceiling Tile(white w/worm Misc. Room 29 25 26 and 24/NA ND
pattem) ' ' ' (alllayers)
P-02-i,
P-02-3, Asphaltic Paper(black) Misc. �oughout/Studs,Beneath Portions �
P-42-4 � of Buiiding,Basernend N/A
Fiberglass Batt Insularion w/ ND
P-02-2 Misc. Throughout/N/A
Paper Backing (all layers)
S-02-1
to Concrete Surfacing(gray) Surf. Throughout Interior/NA ND
S-02-8
10
Yelm Community Schools—Support Center Buildings 1,2,and 3 E3RA, Inc
Regulated Matenial Pre-Demolition and Remodel Facility Survey March 3,2011
. _ ,, . ; ; .
�
TABr:E � , ,
';BUL3�AS�ESTOS FIBER A1�TALYSIS,
Sample � - Locatxon/ Percent
De'"scriptton Type " .
;Number ' . . : ;: ,:`. : .. Esttmated Quantityl , Asbe�tos .
Ceramic Tile(red)with Mortar ND
T-02-1 ��ay� Misc Room 29/NA (all layers)
G-02-1 Ceiling Tile(white,symmetric Misc: Room 33,34,and.35/NA �
hole pattern)with Glue(brown) (all layers)
V�,-o2-1� Throughout Area to be
W-02-4 Glazing(gray) Misc. Demolished and Remodeled 4%Chrysotile
/Around Windows 60'�otal /
W-02-5 Caulk(white) Misc. Around window panes/NA ND
ND
(silver paint)
�'I2-02-1 All Roof Area to be IDemolished/ ND
Built up r�sphalt Roof(black Misc./ {black asphalt
tO with silver paint) Surf. 45,000 sf and Portion of Roof Area fibrous material)
FR-02-7 to be Remodeled/5,000 sf 3-5%Chrysotile
(black mulri layer
as halt material
M-02-1 Mastic(black) Misc. Beams-Throughout/NA ND
G-OZ-1 Carpet Mastic(brown) Misc. Room 29,26,24,25,and 32 ND
' Chimney Brick(gray)with Mortar i
FB-02-1 �W�te� Misc. Room 7/NA ND
SP-02-1 Vapor Barrier(black) Misc. Beneath Wood Siding/NA ND
� Portions of Metal Roof/Around All 4%Chaysotile
R-02-1 Mastic (black) Misc. Vents!Southwest Corner Egterior/
1,000 SF
R-02-2 Roiled Sheet Roof(black)with Misc. Around Pipe Stem Vents/NA ND
Caullc rown
Sheet Vinyl(white,square
V-02-1 attern witti Mastic ellow Misc. Rooin 32/NA ND
M-02-3 Asphalt,Paper(black) Misc. Attic Itoom S!1,000 SF 7%Chrysotile
M-02-4 Asphalt Roo�ing(black) Misc. Attic Room 8/1,000 SF 42%Chrysotile
P-02-10 Paper(black) Misc. Attio Room 8 Wall/NA ND
Sheet Vinyl(white,square
SV-02-1 attern with Mastic ellow Misc: Room 28/NA ND
FB-02-1 : Fiber Board(brown) Misc. Room 21/NA ND
$UILDIi�TG 3. ,
�
., . ,. ... .
GWB-03-1 Gypsum Board Wall System
to (.gypsum board,tape,joint . Misc./ Throughout O�ce Area/NA �
GWB-03-5 compound) Surf. falllayers)
G-03-.1 Ceiling Tile(white,symmetric Misc. Throughout Office Area/NA �
'hole pattern)with Glue{brown) {all layers)
CB-03-1 Cove Base(beige,4")with Mastic Misc. Throughout Office Area/NA �
(wlute) (all layer)
�
11
Yelm Community Schools—Support Center�uildings 1,2,and 3 E3RA,lnc.
Regulated Material Pre-Demolition and Remodel Facility Survey March 3,2011
. TABLE 1 � - . '
BULK A5BE5TOS FIBER'ANALYSIS :•
>"Sample Location'/, Percent �
Descripfion Type 1
Number , ,. . . Eshmated Quantity . . . ;:: Asbestos .. .
CT-03-1 Ceiling Tile(white w/worm �ysc. Throughout Office Area/NA �
pattem) (all layers)
V-03-1 Sheet Vinyl(brown)with Mastic Misc. Room 13/NA �
(all layers)
Sheet Vinyl(white,square with �
V-03-2 stripes pattem)with Mastic Misc. Room 6/NA (all iayers)
white
W-02-3 Window Glazing(gray) Misc. High Windows Throughout ND
W-02-4 Window Glazing(gray) Misc. Large Windows Front Office _ ND
,Quanhty eshmated for as6esfos-contavi�ng mateiials only: � -
Misc=1Vliscellaneous 1vlaterial
Surf Siufacing'Material '
LF=Linear Feef `
SF.=.Squaie Feet
1VD—None Detected
NA'=Nof Appl�cable`
Bold--Denotes samples containing greater than,vr equal.to;.l%,asbestos.
TABLE 2. .
., .
,.: ,...... . ::.
. : , TABULATED SUMIVIARY
FI,OURESCENT LIGHTBALLASTS.:AND LAMPS .
Est�mated Estimated Estimated. ;Estunated
Number of =; Number of 4.:foot Nunnber of 8 foot,
-Lqcallon Number.of �'nlabeled `
Ball.asts • Fluorescent F'luorescent
_
,': ` B.allastsl
� lamps lamps
Building 1 : 38 0 � 57 0
Building 2 215 � 488 28
Building 3 4g 0 175 0
Estimated Totals 302 0 6S3 28
':Based on the sample uispected arid consfstency assumptions,
�2
Yelm Community Schools—Support Center Buildings 1,2,and 3 E3�� �n�
Regulated Material Pre-Demolition and Remodel Facility Survey March 3,2011
. . . , _ . ..:
. , ; ,
,
. TABLE 3
. . PAINT COAT:ING ANALYSIS� ;
` �ample Color/Subst'rate, , Sample Lacahon.�_ � %Lead Content : � .
:::; Nu.mber �... ,,:._ .. :
PB-03-1 Beige/Gypsum Wall Board I Build'vng 3—Interior Offices <0.0043
. PB-03-2 Lt.Gray/Metal Building 3—Exterior Walls O.U770
PB-03-3 White/Wood Buiiding 3—Interior Offices 0.0220
P�-03-4 Yellow/Metal and Concrete Building 3—Exterior Railing p,5600
and Dock
PB-02-5 Cream/Metal Building 2—Exterior Walls 0.0100
PB-02-6 White/Concrete Building 2—Interior Walls 0.0860
1Based ori:the sainple inspected.and consistency asspmption's
13
�'IGU1tES
AS�ESTOS�1➢LEA�PAI1�T�SAMPLE LOCA�'IONS
�
E3RA
rn
�^ N �
' � �
O O
y 0 O O �
i j�, U
tJ � c ;� �- ^ �' t
N p N � iu W
�
t� � NM MMMM';� �� E c 'p U t9 �
O p �,r�000pp�� a� r�n � -' �' `i u-
co ap �m a`..av a0 1��� 3 —M .o� o�, :
(� (� �C� U� C�U U�� � E °'� J � '_
� � o
vr �m U U,� N
�
N
� � m n �
W
U � zzY "-
� � (9 3 U ,y'
N � _ �. � _ ¢
o. v� O � U �
� � X
M U '� o�• � �
o C7 � vi a V
� � O � 3° ° �
� o. o� �.
�1- �/ `.°� ��� �
°° N� � � m o � �
� �
� � o� p�� �
R�I.J N �I-N N
— — — — — �
(�
_ _ _ _ = Z
�
J W
� � �
= _ _ _ = m W
J
� �
W
_ _ _ _ _ �..
�
�
�
C
'c
•�
� Of
o.�
U,c
o `+r°
� o
� �c�
• 2 � y C
<C+p O
. �� o
. Z u� �
� o � � a
�
m �` o �
� � Q, :� H
_ • c�
� Ny � U
W ;�a o L
d
. V z�.�I—� c �•� 2 �C ',
�
� �� o o =
� Z� � �
m
3
�
W � o 0
� � i�- N F
O
0
� ,
Q� E 00 V C7 �
�N � � � LL LL
O fp y CV
C4 �'r..OD� �. N m� �-v�i.e '
N�i N(vNN�1NrNr � E �� J .J �p �
t�Ntn�'f�NNCO O� 00� p, O� O� pCi N�� �!�- Qm ',U'U � N:
p m mLl.mLLl � 41.pm � �ci.
00000� � O U� �C7�U� U� O.�_C�d J m N
� � � � i m m � F- R,>- p .o
�Q'fn U)U)LL C7 V) U ' }- Z Z Y:u-
C�
. � T !W �.2 Q �
a � O L1 U 0
U � � �.
c :,.; °� o �
■ � Qoo �
� � � � � �
, M c°oo �at� tici
rd' EC�1M N
� � N O � �
� = U M M
� Nfnl^ NN �
. O d'
r �
� n =
00 � r �
� T �
� 2 � N
�- U'
o� o N Z
9 � �
J
M �
C� m
� r �
t� _ �
r
r
O M
M �
f •
T �
N C
N N O 'C
� N
2 c
O
U �
,
o•5
o �p
!d ON��rre-LpNU')t"' r�N�"� M Lt�NN�M(`7 � Q�
� �- � t. � t i � i r � � � � � i � � � � � � � �- .
�1 i NNNNNNNNNN NNNN N NNNNNN � C �
p NOOOOOOOOpO o000 o OooOOO .c ?+ � VJ
� p � i � � � � � i i � i � � � i i � � � � �
� �-C'�C.)U��'���� �U m� � � ��(9N � � ��
� .� � ��
' ' !/� tq
i
N' p O � O �
� ~ � O O N Q-y
. � V � � �¢
� �-
O � � � Z � J � � y
� � � N W � � N ��
Sc � W O � �y�l � 0 � N 4
�„� � � .�- �W Y � 2 �C •v 1�CI
� 'a t�,C
Q
W f/� •
� a m • ■ � � �
� 2 � 00
w
�'Z�0
z—�I—��
�
rn
o a
»= ao ad
W V O O
N �j O �H; P') F- ,
�
� p Q. � w w
Q� p m Q .= W
. . �� � O N� Il tli
n C�
.�� � �
� � �.� J J �
' d'� �� � � m � . .
�� mm UU � `�
} N
F J � m Q �.
U i.—~.. Z Z Y "-
M r- N� � C, c� 3 W F'
00 00 a � ooUo
ap Of] m m
�� 0-�- ti N � � �
. � N Qp ,_ O '.
U
} � � � �
o.o� �
IS. `^'a' O� � �
� O� �� �
W NNF--NN
0
\
3 —M
N
rn
N
a
'O O O'
� O. O
' � � i v H
a
� ; o a
> ° °' z � � ili
• Q � m �� V U' �:
'o� tn -� v� u_ �
CO LC) O � C N
� NN ��� a c
mm �m �� � � W p
d 0., �r} �m U U -� N
� �
� w W mQ �.
W F' Z Z Y u.
� � � U li.l
a � o � v o
d�
� rr� � �
5 � � E
cn �( o°o �
, �.,� � 'S a�i w �
� C�O o cIS f� 1� c)
. •r�- � C'� C'7 �
� .— � UC'7M
� O 3 IC.l[) LI')
CV fAI-- NN
O �
� �
n .
n
� � �
o r
n � N/�
T tJ
� 9 N Z
a �. 0
J
� �
ti � ' m
� � r
� �
co
r
O cr1
M �
T
T
� N
N N O
� {� N
N
A
�
�
�
� .
O
�
d
�
W Z �
ca
� �
J YI Q
W
. a m
_ �
W
Z--�--I-�
�
I
APPEI�TDI�t�
�ITE PHO'�'OGItAPIIS
. E3RA
SI�'� PHO`l"+�GRAPHS
Yelm Gomrr�unity 5chool� f
Supporf.�enfier—Pole Structure �Building 17
Regu�ated �l�teria) 5�arvey
g��`.��s� . �,-'�`,isTl-,=� ^z�i-�'1 � �r��'Ts,'r" sls--�"��1,�a
�i s'-�` .� � Ta�`s�'°S'� .�'��{.�-'iL��`S �.. �aFY oY •
S ' ' "�S�,�}��g`9�+S1���g,c ii"`5 l' Sy� 3���.4�W��L��cFdf +:.
�4,' � T EX�X.j:y'0��� }TF �d��n.�F ti='M�S� �a y..�ZA,2 Yi,i� '-s"de.�� i
� i .
�r'� � s��' �"4. �a�� �c �•4g�V�r�� 5,y���y.��� � y
ts' ' � �'���'� ���� ����`< �:�t x�" �� � _� �
� s �r;r�,���Ss�, �*�..��'�},� n�.`�tG".���f-�� ,��,��'��c� ,�. ;�
,. s �,��c,�,r,�� � �,�,, + t.�-�+.1,� �z�,¢ �
s� �}s�.'r�.�,- r�s�: tir�3s�'R���� ����I��iF,�.+���.r1��j.�^��.. t�a'�'?��'�!`� +
�2 r.9 f�j i� 1S 1 iT 1 e u
i; � �r,7'�� ,� e� �' r,r�'"if�'�°s�'�'x�`4.���x������S`K�,�����'f�� � ��`�t.
` -�� �����w��4�a���� 4.Zi.r� L-3�� ��.� �r�'r��'t.. ti� L i.
��.. ��� ��. � 1+�.}-r �fi Y 9q ry�,S.Prr:�.zz,g��+3�a�i 5 e�Y.��.� ��r '��', �
F t1�@��3'�'�-:� �Y ra�.. �YI�-R��7 2,� �'C. r � c�� `���i��6,�� ,�Y�r�� vs, • .
�v '4�''+'� ���_'��''y�+ti� -�Sk s�i K y�z�� � 0,�.�p�,t���7r�-'S.� � ,s .r •s
`�..'�+�''r.4�'��-.� V�L�'4�'cY,u'`"�1. �i F Y�� ��it��r��'��-�v�4.�..�W"�r"i''��ri�i+�'rC,���.?}i .
�, `+� � x �� ��� � 1� s °� -+?i�� z`����"`'�1'��'r -� s
F�'j}���� Q's`,��.o-�.'i{�r��nT,hf-Aj�a. �'.flrir.,f.,�f S +s. �r Q�� �
r i�ag`�'f �'f .� ;�37 y�oa{�r S��r� r« �a �i5�y�'�''� �' �e'���.�,,' .
� iS t� E?'l� �`� ar di'.:i * �'�.�
�.'}�'���r�V�� ��{1� ��j 1 _.�22�qFs''y d
:,��"a'"` :�$,.r' �}'�-h.t,�'�;[. �'�
�3 .�s��" i�,.c; r �� �'
l���� � � 7�� ���.
j +� i�.
C�1'�i��.�Y�.��:_' r�ta,�i � i1*��y�..
. �Fi_2�5��,ZR'e.�- ��t ay,�',ive:�� �
�'�c��"�t - ��9�3�'l!' '
'R:_� :"�...�`�'� � .
�`i��i4ii
S�.ffip121`do.C-�f1-i,Black 1Vlastic on l�Ietal(Northwest Side of Structure) �
I
���
S1�'E I'Ht��'OG�PH�
Yelm Comm��ni#y Sch��ls
�upport Cenfer—Lar�e C�ntr�f Structure (Building 2)
F��g����f�� I�aterial �«rv��
. .s_S'�f t' � L i .` F 5 � . i'��.; � . .
� .� � S 1F,sf r�3�I � , I 1�' �:rl t' .;Ir.!
- � I, 1 ��,6:,1
�i�_•i,Tf; _ ,�I , �' lrk t _ .
t y �
�. �-' ; �� � '.�i / i � t :�.1 . . .
. . . �Yl.;'1 + ,,',5 , i 1: �/
�,.`�lt� { r t- � .I '
l � �
\A'� i '
�"�� � �y y , � I I
�{}4 �r k � �. I , .
� "�'�µ„�q-r'F'4 ��f �:}h f 3 1 � � � �.
t.�
.�.,.:: ��:1 � i—�._'-
�`rSt J����t r � . .
`�d i� � r
��i�t���'����r'I ti A�" A i r� � i;�. . .
� �,'
:i '
. � � t� �•���i��5�� i�.3 � ' !
. I� ��i .��� u.. � 7 .,,.` , e �,} L . i ,
rLtir.-. � i��r � x I ' t � if i ,i i� � .�
� 1 > i� a � � . . � _
��� �p c�: �i J W �+ � , � t ,
- � �6��>� t �6f����s�L�t��t���f,''�i�-�f�,�d �' �-.a �/�'wv.,r. ; . .
, � N � � {b� r{4iK:
� � fj �� r� i ri i�7 � . ����" - �
!1i�j��yq � ��� 5rL'1� P�1 7� SL''I} � � �}`rJI'�
� XI�,r��P��`i� 4:4� � � ,l ti�� {r i�. 1 � . _ i�l�r�� .
A �i�'+��,�� r��'��s 2FraJt�ti � f ���r������.[S}, � �il . . . .
. ',1.�'it�':'d !J t;��. l �+. �Y Vr a t�5, �3
y ��
� �'f �` �,�.#7 'S�.i' I ..,i , .,� .
[�Y��}�ti }e1�L i I .. 1����• �;-a.��fl � �-,.
�}�p�"d�� 'FC.. i �',1 . it� ,�'�.�� {+� l
v�!' � t r � i F k.
1 a��4y�i5�".��. �`4 ��A,�II I .. 1 ! �•T`�j Itt'.R ����b; .
�� 5 ���
r •��;ti, y s_;rt i ,. ' .� 1 :, F �5
r',1.� • . �tcl a:. 1�,� r.>�, `S .. . , .• ��y�.
Saffip�e 1'+To.'V�'=02-1,�V-O�-�I,Gray Window Glazin�Throu�hout �
r
� .�� ��.;
!;����' �`�:�1;�_���#_.s'� f,'
•?f�'t'y.,`� `¢•:'��y,'�- �
. �� r�'G��'-�}'� i. '�� . SCI:
��.'�g"����j� v� ����
i� .v
y+�
'E
- $ _
S�m�}ile N'o.VT fl2'=�,Brow.n Tile with.Black Mastic beneath Gray Vinyl Tile�vith
Yeilow Ivlastic in Room 33 and 35
���
r * � . A �
• � �-�e
•�• ` •� � R •� •
LA .
a 2- _ ^�s-�:��`�r 1:-�Ya'i�' -�,a`�� �„:"' k ='' r = �;v��.
t : ' '
- - =:F� ? �_.�. I""t- � -
- r c - _
- I
_ _ _ - >'�_.l ' - ; _ '_ �_
_ , __ ' l s .F� - ' -- � - -_�
_ l }:`,r _ _ -_
__ ' _ ' `, '
_ L^i: _ I _ -_
'��._ . - _ > L _ _
.1C^ �. '_ - _ -_ ��
.'J�* 1 ., � _ -�!�.
_ - _ ..J�£� / � - _
O � j - -
, _
, �
_ - . . _ . .i�. � _ " _
�� � -
1 �� f
�
` ��,°rY+r�� a . �.:
'- -y�� s. 1 ' .-
. �, , - _
r�,.. �,.��y ::
>
" L csY ..t�� ���f� �' K- _ _
��"r--�4^.�`_'',�� �� �:- i
-�� '� ` _
_ -_ �,�4 -.. _
- � f� ` Y1� _ � _
- _ ��a� . y�� _
_ _ �J''. 1 b '_''��
t',_ _ - a
- i�. �e:i
- S�y
.d1�M � i q � i� � � -� BA ' � lQ� 0 . OI � �.0� � 1�.
''C_.� 4'L-�"' 9•'f� 1 � 4 � - � �- •1
t � -� ��b ch - � -. � ``. .'e � -�!' ��� 3 4 f ���4
.. �" i�y ; .: t ._ �_ ,
i, t� -_� {-. t�Y S � _; `f ;.,-:. s I ._2� s } ,` ."'�
� � .-.,� - L� � � _ ��'7 R a _ �_.s .,�
�: �i '� � * +� = t;
.c 3
'C f�.` 4e..:.y� r ��� t5 ,y�..i + �S.�;t� �,�j
r t LL 5� � �'�rtY�- ir.._' ra ;�Yc {i _5 `�`�_ r{ .� _'^� y- '
t� t� - r= i5 ���k����St �'Y1^`rt�"'�t_ }�c r.`'�?r- ' �.,k ; ' r _
k C -- a ?,_.._ {3��.� 'i7 �`r r�C L��'� h'�ir�� a� Jtq ''� �.. �-
y
-° �.,.�.'� .-r*,,.. !..X On�'� ���i.e.x 1 _ 'a '�`l-�� 7� .;%+ C._7
��2 .:�r �h�i y.. � e,:. �n�_� �ea �� , rU�t1� -- - _ � .
� !4�� � 4 s:.
� ` 'r' ,� �z�`� � i�a't '-� ��r�f u '.�� '3�`rt �� �-�
� '� �� � r�' �- - s��.�s�j�°,F �-T" r�a�,, a�i S ` �. -i
�Sr--)t � '. -t� �� � �.A � �S 4r, C h ' �
•� �,.� ,r���,-��-- . :i`S�t i-FM1 ts.��¢'�.;}j ,� :r r � . ( ..
r s}�i"° i' �� � .4 i�.- i t 13�f �s'L 2 :� 3� � ;
'� d � s �v �I "�-'F�-�k-r � � --z - J r �y!
����s�>�iy,{.���,� i__ t '��*��3 r� 'k �n ti�1��� .� �+ p
th- .fi k�at 1,� f��`�-rt.W�4�2k .�1 t p��_ .�S F tL � i
j�-:' ;��c�'�y'���, f'� �'�,s.? �3�f v�, .i� Fss v`�" ��. �` 4 L = �
.r�- y + Y✓-Y ]�"`{�_ �C i � � t : � �
y�y'��� ������ 4� F+'�i�.��v a� �,��� N�''s�°Y'a �' i u t n.a s �
-�' �� S✓X� 1 �~����� � '� T t_� Y � .
r , � �i� u '�'
'/�{���a <7 ��'�'ro�� } �w '�'d � °+ ° �� �.r [ r 4 ' '
����p �°����; Y��` � ���������`�`E''� r � j���}� ` 4 ��ut �' ' -� ��`i'� ° �r
..µ�ti-(7^F y L Y '?'�' � I� ��? -•� ��} R["��`.. � ,� r � ��- '(� ?
J 5 '�pt & 3S � ���� ������ `T��'' J J N�4'��h�� C �� S��} L 1 4y,� Y � (;� l 1 -;�
r
,i �i, � 'a�t i' Y �G" ^" L 1 �, �,. _ �- l '` { S
�„�r�` y 4S}�j Y -�3 i` fi_iL.�J�! _ ..' s�'. ,`��`"��j i}'� '� +:e ..-, r
� tw'J.. i H,Z�,. , � �� �',S IL y � C r �.
����?,� 5 y�`�`�')��'L�1�'�� !' �, �`�� . �'1�' S>�y � � °-l� �' 4 S
�
�`�.r��.;n¢ � 4.�P r'�-,P��t�� 7'�'�°`�� t-' a��,'�-� ��, � -��,rr' .
tt�-t a- r '�� �;ai L$t.�'� � Yi fc�p 7 �j V � 4 s-a;� 7. 1
r c t i:-ti � n-s �r 7 � 5 . �,� t : �'.
��` Y,t'���'�g�t ts�� �z}����j i `��� ,�F,,� ��q� �#t " '� t 1'� � �a r ti :-
�� } �.:1 '�,�k���S-�+rf�' R'i �,�*�}f :$s��f�, .: y��.rr,� �. d �r E�.i � � .-,.
�.i.,,Y'£-_�ji '1'• r}r"�';?-�t`��sf-�>`��c�'�n� a�^� � �?,�:a .�_��-3yvcv,z�,1�,�� r � 1� _�,s
i � • � • 1 r ' 1 : � ',_�a. ^ • �� i .-_ �., �
� ;q
�ITE PH�TC3�R.�PH.�
Yelm Comrraunity�cfi���l�
Suppor� Cen�er— La��ge Cen��r��Struct�re (Buildit�c�2}
Rec�Lala�ed 1+��#erial Surv'ey
, ,S�^A����;� -
- h �.:a"'�'=,� } •
'* 4i.
`3�♦
�,'y i
Y, �� tl:i'l.ji'�"',����� .:��.
I �M� �� 4
L :°4 k •
. t�i �S.7f�� p Y�i. � -.
� � � , 4��� ���
, , �, �
� �.� ,
\y, � ��
. . r .,� � �?�
. l . c..��F.. t
' li'��.� -';'7. . `�1..
�'�l';:�!C: 'Sf�' .
r++.-+.,�,,,
':7t.' .i�
.���.r����1' �.
� 3;• �r;. _ .
� _ ..,�;�.:, -.trx+�•� .
..��..4:k..
,`.''.?�;''�����.yiY'��..
"-:i�'���s -
' Sa�m�pie l�To.P✓✓{-02-3,Aspha4t Roofin�on Tongue and Groove Flooring in Attic Space
� of Ro.om 8.
,� ��t��.��
. }3��.��;^7
y,���.j;�3��L s
: ��`;!'r�r>�,w�.
-�,!��;U:YA�:��;°r:�,^�
,� q r,�l'.:��
'' e �i�x ;'i F .�-�; ;.�. '
- y :��fi�!1�'.. 'i ' � r .��a1
.�� s � '
{ �E y.:y�'`�
• �r �:����t .�.:�
a. ,�:, . �� �,��li��� 1�� . � ,�
, � �!�. 'M1..r-^� a�.:��EV y 4 . � r
��,.�x'_ �;� ,y�,
, I �F �.�
. iSi .�. y.. � � 'i � . i5yt� a �'�.>
,�-�!F �� ! I ' 1 '.•I q� � -��
I�� J
i��7��}�irjl . �,u�.y.a�;��j . ��� � t{-.+ .
F e:. � yy��.-�f i,�� ,� ;a
u-���f�,se� a , • ,,,`
..:5 a��.,.�_�..� r��� . . � ,�:i�
Saii��ile�Io,i'�%I-02-�,Asphaltic Paper Tongue and.Groove Flooring in Attic Space
of Room.8.
���
1
1
�PENDIX B
CI-�IIlV-OF-CgJSTODY FOIt1Vi�
Alo1D
LABORA'I'ORY Al�TAIC,�TICAL 1tEPOIB'TS
E3RA
� '.l
. ��-� � � � i� � ,.'
SEA7TLE ASB�STOS TEST,i.L� ��'��,�� �"
�HA�h1 Q�' �USTQDY
� Bulk Asbestas(FLIvI� {� Point Count
C.`lient 1�Tame E3RA Inc. �
AddCe�9 9802 Z9fh Ave.�+V, Suite Bld2_ _ -_--- — Ctty Everett gT 'WA �p g$204- --
Phone: Fax: 253-537-9401 EmaiL'cloweQe3ra.com .
pm,Ject�O,Catian; Yelm Svpport Center project Mattager. Casey Lowe
'i'nrt�Around Tim:e 24 hr Number of Samples 5�,_Client Job#.Ti 1008
SE . CLIENT SAMPLE# �AM�'LE DESC�tIPTIUN I.AB ID
1 P-q3-1 to GP-03-5 Gypsum wall board�ompasite analysis
� G-03=1
3 V-�3-1
,¢ CB-�3-1 .
� c�-a�-1
� V 03-2
7 GP-02-1 TD GB-�2-7 Gypsum wall baard composite analysis
g G-Ol-i
9 P-02-1
10 P=42-2 .
1� I-02-1 (
12 I-a2-2 �
13. F-02-3
�4 'S-b2-1 to S-02-7
15 W-02-1 '
ib cT-a2-t
17 C$=02-i •
18 T-02-1 .
19 G-02-1 -
2o v-QZ-�
IM�Hame Namt llaie Time
� � � 1
Reli 1J
Qa Gazey Lflwe E3RA Inc 2/17/1 t
�tsoehred t � "'t 2 i t 2
`�4� T 211 tf . �t
Reparting Metho.ds: ❑ Phoz�e � Eax � Email
SeaWc Asbestos Tes�warcaqts the test resulb#o be of e precisiod ncnmal�or the type and methodnlogy empioyod for each sample
submitted aad dis�aims ar►y ather wacranfs,�or isnp�iod,inelnding war�ty of fitness fOr a particularpurpase and�varraot�
ofsnercbantabilit?:Seattle�lsbesbos Test aecsPts no legat respo?�ibilitY for the purpose for wluch t�e e�i�nt ases thc tcst tesuits.
�Y�8�8�tiois farm!he cliems agcee ta i+eIieve Seaide Asbesbos?'est of auy liability that may m�L9e$�um the tost resul#s.
�'
Pag�'1 of�
5EA'(TLE ASBESTC3S TE�'�, �L.� �vtaP Aoa�a��+-e�i�►u$.2aoe�s;LynnVrood;2p0768
Lynnwoad Iaboratory::19711 Scriber Lake Rd,Surie,D,Lynnwood,WA 98036;�'el:425,G73.9850,Fax:425.673.9810
HeltevuC[;abolaEo�y;12'127 Northup WsY,Suite 1,$ellewe,WA 98005;Tet:4Z5.86I.1111,F�c 425-861.1 I�8
�lebsite:httQlJ�v.seattteasli�sWstest.wm, FrmaiI:adminC�eattieasbestostestc¢m
�AMALYTICAL l:ABORAT+UR�'REPOltT
PLM by Method EPN60q/R-93/�96
�lttn.:Mr.CaSey Lowe Client Job#:T110D8
Ciierti�E3RA L�bO�torY 68#Ct�#:2011�9741 �
Address:9802 28th Aven�e West,Suite 8102 Date Received:2/2412$11
Ev�fett,WA 9$2q4 Samples Received:9 .
Date Analyzed:212412011
Sampfes Analyzed:9
Pr�sj�ctYelm
Ciier�t Sample A�6estos` Non-Fibnous % Non-�s�
f.ah ID op �.ayer Descrip'�ara 96 Fibers . Coro nent� flbers
I�ck aspha�ic
9 M-02-3 � mafierial 7 f�rysat3le phaitlbinder 9 Ilulose
Z , FB-02-9 � g���brous Nor�e Filler 85 elluloss
material et$cted
� P-0�_�p .� Biack�sphalfic 'Nqne ��iler,AspFiait,8inder 67 eliufose
� pfiuus mateiial eteC#s�
4 W�3-3 � ray brittte materia9 None R�int, FilEer,8inder 2 eltulose
�th int etected
� w� � ray btittte material Qn� aint,Fiiler,Binder 2 ell�lose
'tl� aint e�ected
G SV-Q2-1 1 Beige sheet vinyi °08�� inyl�binder None detecked
. 2 hite fibrous one inderlfiller, 71 Iul4se
ateria#with n�astic etgcted asticJbind�r
;
8lacic asphaffic
7 M-02-4 7 42 ,hr�rs�tile Fiiter,�4sphai�,Binder 3B C�i(ulase
brous material
hi#e chalky None Bi�deNfiltsr,l�aint,
8 G6-02-8 1 ateriaf uvith papar etected sumlbinder �fl ellulpse
nd �int - -
� �2� ,� ray`sandylbritkle a�n� ands, Filler 3 eliutose
aterial etected
������
Analyzed by:He�ther Mummey Report reviewed by:Steve{Fanyav}Zhang, Presiclent
SEATI"LE ASB�STOS TEST, LL.0 NVLAPAccreditation
19711 Scriber Lake Road,Snite D,Lynnwood,WA 98036 ���e•.�+���«-�� Lab Code:200768�0
Tel:425.673.9850,Fax:425.673-9810 (•
www.seattleasbestostest.cam,admi.n@seattleasbestostast.com ��� �� ����
�'�': ------ -- - - - -._---_._... Date Analyzed:2/17/2011
Client Job#:T1 J 008 .
Mr. Casey Lowe Laboratoxy Satch#:201109622
�3� Samples Received:53
9a02 29th Avenue West,Suite B102
Everett,WA 98204
Enclosed please find the test results for�ie bulk.samples suliinitted to our Iaboratory for
asbestos analysis.Analysis was performed r,ising polarized light mi�roscopy(PLIVn in
accordance with Test Method US EPA/600/R.-93/116.
Since vari�tion in data increases as the quaxttity of asbestos decreases t�ward the limit of
detection,the EPA recoxnmends point counting for saniples containing between<1%and
10%asbestos(NE�HAP,40 CFR�art 61). StatistiEally,poin#counting is a more accurate
method.If you feel a point count might be beneficial,please feel free to call a.nd request
one.
The test results refer only to the samples or items subrim.itted and tested.The accuracy with ,
which these samples represent.the achial materials is totally dependent on t�e acuity of the �,
persoii who took the samples.This report must not be used by tlie client to claim product
certification,approval,or endorsement by Seattle Asbestos Test,LLC,NVLAP,I�]I�T,or
any agency o�the Fedexal government.
This report is lughly confidential and will not be xeleased without your consent.. Sa�nples
are archived for two weeks after the a.nalysis,anct disposed of as haza�rdous waste
thereai�er.
Thank you for using-our service and.let us know if we cau further assist you.
Sincerely
v��...
,-`� ��
Steve(Fan ao)Z�a�g
President
Page 1 of 4
SEATTLE ASBES70S TEST,LLC NVLAP Accredited-Bellevue:20a876;Lynnwood:200768
Lynnwood Laboratory:19711 Scriber Lalce Rd,Suite D,Lynnwood,WA 98036;Tel:425.673.9850,Fax:425.673.9810
Bellevue Laborntory:12727 Nortiwp Way,Suite i,Believue,WA 98005;Tel:425.861.1111,Pax:425.861.I118
Website:htlp:/lwww.seattleasbestostest.com, E-mait:adminQseattleashestostes�com "
ANALY7iCAL LA80RA70RY REPORT
PLM by Method EPA/6D0/R-93/116
Attn.:iNr.Casey Lowe GGent Job#:T11008
Client:E3RA Laboratory Batch#:201109622
Address:9802 29th Avenue West,Suite 6102 Date Received:211 7120 7 1
Everett,WA 98204 Samples Received:53 �
Date Analyzed:2/1712011
Samples Analyzed:53 •
proJect:Yelm Support Cenfer
l.ab ID CIieM Sa►n le iD La er Descri Uon % Asbestos�ibers Plon-Fibrous Com onents % Non-asbestos Fi6ers
1 GP-03-7 � Trace white powdery :None detected Bindertfilfer 2 Csfiulose
material
2 hite chaiky material wi[h None defected Binderl�iler Gypsumlbinder 25 Ceilulose
a er
race white powdery Cellulose,Glass
2 GP-03-2 9 aterial with fibnrous None detected Binderlfiller 31 bers
material
2 hite chalky material with �one detected BinderlfiBer Gypsum/binder 18 Cetlulose
a r
3 GP-03-3 � �ite powdery material with None detected BinderMller,Paint 4 Celiulose
ainF
2 fte chalky material with None defected Binder�ller Gypsum/binder 26 Celiulose �
a r
4 GP-03-4 1 ��e powdery material with None detected'Binder�ller,Paint 5 Cellulose
aint
2 ite chalky matedal with ryone detected Binder�ller Gypsum/binder 23 Cellulose
a er
ite powdery material with
5 GP-03-5 1 oven fibrous:material and None detected Binder/filler,Paint,Fillsr 29 Cellulose
aint
� 2 White chalky material with None detec#ed Binder/filier Gypsumlbinder 22 eilulose
a r
6 G-03-1 7 erown fibrous material ;None detected Filler 91 .Celfulose
2 Brown mastic ,None detected Mastic/binder 5 Cei{ulose
7 V 03-1 1 Gra sheet vin i None detected Vin Gbinder None detecfed
2 Gray fiibrous material wilh yone detected Bindedfdler,iNasticlbinder 70 Cell�lose
mastic
8 CB-03-1 1 Brown rubbe material None detected Rubber(binder 2 Cellulose
- 2 White mastic None detected Mastic/binder 4 Cel[ulose
3 race white p�wdery ►�one detected Binder/fiiler 3 Cellulose '
`material
9 CT 03-1 � ��Y fibrous malerial with None detected,Paint,Filler,Perfite 65 ellulose
ainf
10 V 03-2 7 Gra sheet vfnyl None detected.�n Ubinder one detected
2 Gray fibrous material with �one detected Binderlfilier,Masticlbinder 68 Ilulose.
masbc
hite pawdery maEerial with '
1'1 GP-U2-1 1 oven fibrous material and. None detected'Binder�ller,Paint,Fiiler 32 eilulose
int
2 a ite chalky material with None defected Bindedfiller Gypsumibinder 99;Ceilulose
12 GP-Q2-2 1 hite de material None detected eindedfitler 6 Cellu{ose
2 ite chalky material wlth �one defected Bindetlfiller Gypsumlbinder 25 Cellulose
� a r
ite powdery materiai with
93 GP-02-3 7 oven fibrous material and None detecfed inderlfi�er,Paint,Filler 3D Celiulose
ainf
/
// f:
.� .
Analvzed bv:Heather Mummev Repor•t'reviewed by:Steve(F�nyao)Zhang, President
Page 2 of 4
SEATTLE ASgES70S 1"E9T,LLC NVLAP Accredited-Bellevue:200876;Lynnwood:200768
Lynnwood Lnboratory:l9?11 Scriber Lake Rd,5uite D,Lynnwood,WA 9803G;Tel:425.673.9850,Fax:425.673.9810
Bellevue Laboratory:12727 Northup Way,Suite 1,Bellevue,WA 98005;Tel:425.861.1111,Fax:425.861.1118 !'
Website:http:!/www.seatt[easbestostest.cmn, �-mail:admin@seattteasbestosfest.com ` .
AtdALYI'ICAL 4ABORATOI�Y REPQRT
PLM by Nlethod EPA1600/R-93/9'16
Attn.:Mr.Casey Lowe Client Job#:T11008
Client;E3RA Laboratory Batch#;201109622
Address:9BD2 29th Avenue West,Suite 8102 Date Recefved;?J17120i 1
Everett,WA 982Q4 Samples Recsived:53
Date Analyzed:2/1712011
Samples Analyzed:53
Project:Yelm Support Center
lab ID Client Sam te ID La er Descri n % As6estos Fibers P1on-Fibrous Gom nents % Non-asbestos Fibers
2 Whlte chalky material with �one defected Bindedfilier Gypsumlbinder 24 Celiulose
14 GB-U2-4 � White powdery' material with p�one detected Binder�ller,Paint 3 Ceflulose
aint
2 Whiee chalky materiaf with �one detected Binder/filier Gypsumfbinder 22 Cellutose
15 G&02-5 � hite powdery material wifh �yone deteCted Binder�ller,Paint 5 CelEulose
aint
2 hite chafky material with �;None detected Binder�lier Gypsumlbinder 20 Cellulase,Glass
a er bers
16 GB-02-6 � ite powdery materiat with �yone detected:Bindedfiller,Paint 6 Csllulose
aint
hife chalky material with Cellulose,Glass
. 2 �, None detected Binderlfiller Gypsumlbinder 25 �b�
97 GB-02-7 1 fnte powdery material wifh None detected Binder/fdler,Paint 4 ellulose
ite chalky materiai with Cellulose,Glass `
2 r None detected•Bfnder�ller Gypsumlbinder 23 ���
98 G09-1 1 Black as ha1Gc material 4 Ch sotile phalt/binder,Sand 5 Cellulose
99 P-02-'1 � B1ack asphaltic f+brous �one detected:Filler,Asphalt,Binder 67 Cellulose
material
20 P-02-2 1 Tan, a er with black mastic None detecfsd Filer,As hafdbinder. 69 Cellulose
2 Pink fibrous material None detected Fller,Glass beads 93 Glass fibers
21 i-02-1 1 Gra foam material None detected:S thetic foam None defected
22 �_�2_Z � Biack asphalUc fibrous p�one detecEed �iller,Asphait,Binder 72 'Cellulose
material
2 BrownPolack fibrous materiai �lone detected Filler 93 S nfhetic fibers
23 P-02-3- � Bjack asphaltic fibrous . �p�one dete�Eed Fiile,Asphalt,6inder � 65 Celiulose
aterial
24 5-02-1 1 ra sandy/brittie material None detected Sands,Fuler 5 Cet(ufose
25 S-02-2 1 ra sand lbritUe maferial None detected ands;F(Iler 4 Ceflulose
26 S-02-3 1 Gra sand lbriftle materia! None detecEed Sands,Filler 6 ellufose
27 S-02-4. 1 Gr sand/brittlematerial Nonedetected+Sands,Filfer 2 Cellulase
2$ S-a2_5 � ray sandylbrittle materiai Hone detected:Sands,Filier,Paint 3 Cellulose
ith aint
29 S-02-6 1 G sand/brittle material None detecfed�Sands,Fiter 4 Cellulose
30 S-02-7. 1 sand/britNe material None detected:Sands,�ifler 5 Ceiluiose
31 W 02-1 � ray brittle material with 3 hrysotile Paint,Filler,8inder 2 Cellulose
aint
32 CT-02-9 1 Gray fibrous material with None detected' ainf,Filler,Perlite 58 Cellulose
aint
33 CB-02-1 1 Bei e.rub material None deteeted,Rubber/binder 2 Cellulose
2 Ciear mastic with ainf None detected Mastic/binder,Paint 3 Gellulose
34 T-02-1 1 'Red ceramfc None detected.Ceramic/binder None detected
2 Gra britflelsand materiai None detected•einder,Sands 2 Cellulose
35 G-02-1 1 Brown masUc with aint None defected MasUcibinder,Filler,Paint 6 Cellulose (
��, f��,�
Analvzed bv: Heather Mwmtr�ev Repo�t re'viewed by: Steve(Fanyao)Zhang, President
� Page 3 of 4
SfATTLE A56ES703 TEST,LLC� NVLAP Accredited-Bellevue:20(1876;Lynnwood:200768
Lynnwood LaborAtory:19711 Scri6er Lalce Rd,Suite D,Lynnwood,WA 98036;Tel:425.b73.9850,P:uc:425.673.9810
Bellevue Laboratory:12727 Nortf�up Way,Suite'1,Bellevue,WA 98005;Tel:425:861.1111,Pnx:425.861.1118 . .
Website:Uttp://www.seattleesbestostest.com, E-m1il:ndminQseattleashestostest.com
AtdALYT'ICAL LAHORA7'�RY R�P4RT
� PLM by Method EPA/640/R-931116
Attn.;Mr.Casey Lowe Ciient,lob#:T91008
Client;E3RA Laboratory Batch#:201709622
Add�ess:9802 29th Avenue Wesf,Suite 8102 Date Received;2I17I2011
Everett,WA 98204 Sampies Received:53
•Daie Analyzed:2I17l2071
Samples AnaWyzed:53
ProJect:Yelm Support Center
�Lab ID Clierd Sam le ID La er Descri 'on % Asbestos Fibers Non-Fihrous Com nents °/o Non•asbestos Fibers
36 V-02-1 1 Bei e sheet vinyl None detected �n Ilbinder None defected
Gray fibrous material wifh
2 masUc Mone defiectQd•Binder�ller,Mastic/binder 71 Cellulose
3 'Gra sand /brifile material None detected Sands,Filler 3 Celiulose
37 M-02-1 1 Brown soft/elastic material None detected Binder,Filler 4 Cellulose
38 G-02-2 1 erown mastic None detected asticlbinder,Filler 6 Cellulose
39 VT-02-1 1 Gra tile None detecE�d in ilbinder,Mineral rains 2 . ellulose
2 ellow mastic None detected'Mas6c/binder 4 Cellu(ose
3 Brown tile 3 Ch otile �n 1/6inder,Mineral rains 3 Celiulose
4 B(ack masric 4 Ch otite Mastic(binder 5 Cellulose
40 FB-D2-1 � Gray sandylbrittle material None detected Sands,�Fiiler,Paint 3 Cellulose
ith aint
41 SP-02-9 � Biack asphalticfibrous None deEected Fillec,Asphalt,Binder 67 Cellulose
materiai
42 R-02-1 1 Biack asphaltic material 4 Ch sofile sphaft/binder 4 Cellulose
43 R-02-2 9 ,Black as haltic materiai Plone detected haltlbinder 22 S nthelic fibers
� �_02� ,� 6ray brittle maferial with 3 Chrysotile Paint,Fil(er,'Binder 8 Cellulose,7alc
aint
45 W 02-5 1 Gray bri�1e material with (�one defected Paint,Filler,Bittder 2 Cellulose
aint
46 FR-02-1 1 Black asphaitic material wiih None detQCted sphalt/binder 34 G(ass fibers
oven flbrous material
2 Black asphaltic fi6rous . A Chrysotile sphalt/binder 22 Glass fibers
material material
47 FR-D2-2 1 ilver. aint None detected Paint,Filler 4 Cellulose
2 81ack asphal6c material with 3 Chrysotile sphaltlbinder 33 Glassfbers
oven fibcous material
- 3 Multi-fayered black asphaltic None detected sphalNbinder • 26 Glass fibers
material with sand •
48 FR-02-3 1 Silver paint None detected Paint,Filler 5 elfu{ose
2 Black asphaltic material with � Chrysotile sphaltlbinder 35 Glass ftbers
oven fibrous material
49 FR 02-4 1 ilver aint None detected Paint,Filler 4 Ceiluiose
2 Biadc asphaltic material with 3 Chrysotile sphaltlbinder 27 Glass fibers
� oven fibrous material
50 FR-02-5 1 Silv.er aint None detected Paint,Fifler 6 Cellulose
2 Black aspfialtic material with 4 Chrysotile sphaltlbinder 33 Giass fibers
� oven fibrous material
51 FR 02-6 7 Sifver aint None detected Paint,Flller 4 epulose
2 Black asphal6c materiai with �, Chrysotite sphalUbinder 36 Glass fibers
oven flbrous material
52 FR-02-7 1 8{ack as haltic t�ateria) None detected;Ffller,As halt,Binder 5U Cellulose
2 Black asphafficfibrous None defected Fiiler,Asphalt,BindeT 74 eilulose
material
3 Black asphaltic material one detected Filfer,As halt,Binder 48 Cellulose
��`r-��'
. ' ��/��
Analvzed bv:Heather Mummev Reofit reviewed bv:Steve(Fanvao)Zh�na. Presldent
Page 4 of 4
SF�4TTLE ASBEST05 TIEST,LLC NVIAP Accredited-Belfevue:200876;Lynnwood:200768
Lynnwood_Laboratory:'19711 Scriber Lnke Rd,Suite D,Lynnwood,WA 98036;Tel:425.673.9850,Fax:425.673.9810
Betlevue Luborutory:12727 NorUiup Way,Suite 1,Beliewe,WA 98005;TeL•425.861.!111,Fax:425.861.1118 {
Website:l�itp:1/www.seattleasbestostest.com, E-mail:adminQseatileasbestostesCcom
ANALYTICA!l.A60RATORY REPORT
' PLM by Method Ef'A/600/R-93M 16
Atfn.:Mr.Casey Lowe Client Job�:711008
Clienf;E3RA Laboratory Batch#:201109622.
Address:9802 29th Avenue Wesf,Suite 8102 Date Recelved:2l171201'i
Everett,WA 98204 Samples Received:53
Date Analyzed;2117/2017
Semples Analyzed:53
Projecf,Yeim Support Center
La6 ID Cltent Sam le ID La er Descri tion % Ashestos PiAers Non•Fibrous Com onents °/a Non-ashestos Fi6ers
53 P_02.� � Black aspfialfic flbrous (�one dete�ted Filler,Asphalt,Binder 71 Ceilulose
materia[
( ,
;
�-�/��
AnaivzPd bv: Heather Mummev Repo ret�i wed bv:Steve(Fanvao)Zhanq, President
S�ATTLE/�SBESTOS TEST', LLC NVt.APAccreditation
19711 Scriber La1ce Roac1,Snite D,Lynnwood,WA 98036 ��,�`�;.,��'a.I�,:�'.:; • Lab Code:200768-0
Tel:425.673.9850,T'ax:425.673-9810
wwwseattleflsbestostest.com,admin@seattleasbestostest.com �qR p 3 101�!
� ,,T,-. �
i 5� - -----•._.._
�-��� Date Analyz:ed:2/24/2Q 11 �
Client Job#:T11oo8
IVIr. Casey Lowe Laboratory Batcll#:201109741
E�g� Samples Receiv�ecl:9
9$02 29th Avenue West,Siaite 13102
�vere�t,WA 98204
�nclosed please�ua.d the test results for the bulk samples submitted to our laboratoiy for
asbestos analysis.Analysis was performed using polarized light microscopy(PLM)in
accordance with Test Method US EPA/500/IZ-93/116.
Percentages for this report are done by visual estimate. Since variation in data increases.�s
the quantity of asbestos decreases toward the limit of detection,the EPA recommends
point cotmting for samples contairiing between<l%and 10%asbestos(NESHAP,40
CFR Part 61). Statis�ically,point counting is a more accurate method.If you feel a point
count might be berieficial,please feel free to call and request one.
The test results refer only to the samples or items submitted and tested.The accuracy wi�h
which these samples represent the actual materials is totally dependent,on the acuity of t�he
person who took the samples.This report inust riot be used by the client to claim product
certification,approval,ox endorsernent by Se�itle Asbestos Test,I,LC,NVLA.P,IVIST,c��
any agency of the Federal government.
This re�ort is highly confidential and will not be released without your consent.Sample.�
axe arcluveci f�r two weeks after the a.nalysis,aaid disposed c�f as hazardous waste
thereafter.
Thank you for using our service and let us l�now if we cau furthex assist yoii.
5incerely � � �
���`
�� �
Stave(Fai�y�o)Zha�ig
President
Page 1 of 1
����'°�'������$`��� �°�$`�°, ��.� NVLAP Accredited-Bellevue200876;Lynnwood:200766
Lynnwood Laboratory:19711 Scriber Lake Rd,Suite D,Lynnwood,WA 98036;Tel:425.G73.9850,Fax:425.673.9$10 ,`—�-�,� ,�.q
Bellewe Laborntory:12727 Northup Way,Suite 1,Bellevue,WA 98005;Tel:425.861.1111,Fax:425.861.1118 .�. '�'-��+�j`T�'�
Website:http://www.sesttleasbestosfest.com, E-maii:adminQa seattleas6estostest.com (!
MAR 0 3 2011 !
. . A�]�LYi'IC�L Il.����T��Y R�P��T I
PLM by Method EPA/600/R-93/196
Attn.:Mr.Casey Lowe Client Job#�:T11008
Client:E3RA Labora#ory Batch#:20'I 109741
Address:98�2 29th Avenue West,Suite 8102 Date Received:2/24/2011
Everett,WA 98204 Samples Received:9
Date Analyzed:2/24L2011
Sampies Analyzed:9
Project:Yelm
L.a��D G9ien�Sample ��yer Descrop�ion % ��bes�ass �1on-�ibrous �d�n»asbestos.
Ip �ibers �C�m onen�.s ��O I�ibers
9 M-U2-3 -� �lack asphaltic � C�+�yso�iie sphal�/binder 9 Cellulose
material
2 FS-02-1 � B��n fibrous [done Filler 85 Cellulose
material de�tec�eci
8(ack asphaltic Idone
3 P-02-10 � ibrous material detected �ilier,Asphalt,Binder 67 Cellufose
Gray brittle materiai idone
4 W-03-3 � �th aint etect�d Paint, Filter, Binder 2 Cellulose
5 W-U3-4 � Gray brittle material Won� paint, Filler, Binder 2 Cellufose
'th aint degect�d
6 SV-02-1 1 Beige sheet vinyl None inyUbinder None detecfed
detec�ed
2 hite fibrous tdone Binder/filler, 71 Ce[lulose � .
matecial with mastic detected Mastic/binder
Biack asphaltic
7 M-02-4 '� ibrous material `�� Chrysot�le l Filler,Asphalt, 8inder 36 Cellulose
hi#e chaiky p�o�ne Binderlfiller Paint,
8 GB-02-8 1 material with paper detec�ed Gypsum/binder 30 Cellutose
. and paint
9 S-U2-S -� ;Gray sandy/brittle None Sands, Filler 3 Cellulose
material d�tec�ee7
�'�,
�
� ��
Anafyzed by: Heather Mummey e'� Rep6r.t✓reviewed by:5teve(Fanyao)Zhang, President
HA2ANDOUS MAYERIAtS
. .1PJ.At;6'11i:`i' •'li':�H!Nf:.1�11 SEItI'Id::S
February 18,2Q11
1.,��:.,��f:,�
M;�}:
Casey Lowe �����L,�,,,
E3RA Inc. � '�
9802 29th Ave W. Ste.B102 �' A � S
Everett,WA 9$204 r, a z A s p o u s
� M A T E p l A L S
' S E R Y 1 +G E 5
RE: Metals Anatysis; NVL Batch#3102375.00 ,
Dear Mr. Lowe,
Enclosed please find the test results for samples submitted to our laboratory for'analysis.
Preparation of these samples was conducted following prota,col outlined in EP,A Method
SW 846-3051 unless stated o#herwise. Analysis of these .samples was performed using
analytical instruments in accordance with U:S. EPA, NICISH, �SHA and oth�er ASTM
methods.
��� For matrix materials submitted as paint, dust wipe, soil or TCLP samples, analy:sis for the
#902063'�T' presence of total metals is conducted using published U.S. EPA Methods. Pairit and soif
resulfs are usually expressed in mg/Kg which is eguivalent to parts per milli��n {ppm}.
Lead (Pb} in paint is usually expressed in mg/Kg {ppm) , Percent (%) ar mglcm�Z by acea.
� Dust wipe sample results are usually expressed in ug/wipe and ug/ft2. TCLP sai�nples are
,,,�°��+„� reported in mg/L {ppm). For air filter samples, analyses are conducted using NIQSH and
ACCREDITED OSHA Methods. Results are expressed in ug/filfer and uglm3. Other matrix maf.erials are
LASORATOElY analyzed accordingiy using published rnethods or specified by client. The rep�orted test
#ioAes," results pertain only to items tested. Lead test results are not blank corrected.
For recent regulation updafes pertaining to current regwlatory levels ar pE�rmissible
exposure levels, please call your lacal regufafary agencies far more details.
This report is considered highly canfidential and will not be released without your approval.
Samples are archived for two weeks following analysis. Samples that are not rei':rieved by
the client are discarded after two weeks.�
Thank you for using our laboratory services. if you need further assistance please:fieel free
to call us at 206-547-0100 or 1-888-NVLLABS.
Sincerely,
NYL LABORATORIES,tNC
.sr��a AURORA avs N �iek Ly, Technicai Director
SEATTL F..4'L'A 98109.fi$16 ��e,
wwiv„nvllabs.com '<
T�L 206.S47.O1G0 , �
tAK ZU6 �34 �yy� Ef1CIOSUf2: 1.BSB.INVL.LA65(e85.5227)
abs(:�nvllabs.co�n
NVL Laboratories, in�. ��
47Q8 Aurora Ave.N.,Seatkle,WA 98103 AI.H{,
7e1:206:547,0100, Fax:206.634.1936 AIHA -IH#901861 .��.a.
■ ACONr!lIT6.D
www.nvllabs.com ���' .��� �e o.� WA-DOE#C1765 �,�R fljq��p�
�
Toxicity Characteris#ic L�aching Procedur� -Le�d (Pb)
Client: E3RA Inc. 61tCh #:3'102375.00
Address: 9802 29th Ave W, Ste.B102 � Matrix: Bulk
Everett,WA 98204 Me#hod: EPA 131177000B
Client Project#:T91008 .
Attention: �Ir.Casey Lowe Dafe Received:02/97/2091
Project Location: Yeim Samples Received:2
. � Samples Analyzed: 2
RL Resuits Results in
_Lab ID �iienf Sam� mgl L in tnq/L ppm
31013227 Buiidinq 1 0.5 <0.5 < 0.5
31013228 Buildinq.2 0,5 <0.5 < 0.5
� � �
Sampled by: Client
Analyzed by: Yasuyuki Hida Date Analyzed: 02/1812011
Reviewed by: Nick Ly Date Issued: U2/18/2011 ,
mg/L=Milligrams per!i#er RL=Reporting Limit (
�pm=parts per million '<' �Below the reporting Limit
Note: Me#hod QC cesults.are acceptable unless stated otherwise.
Unfess t�therwise indicated the condition of all samples was acceptable at time of receipt
Bench Run No: 31=p217-08 Page 1 of 9
,+""�'"�'�,
A. NVL Laboratories. Incv ��qON o�CIJS'TODI� B��TCH ID
�4708 Aurora Ave N,Seattte,�1UA 98'103 �
Tei:.2os.�47:0_10o Emerg.Pager.206.344.187s �AMPL� Lt)G �� �'���7'�a o�
Fax:206.634.1936 1:888.NVL.LABS (685:5227)
Client. ��(Z...�c �L. . MVL Batch Number
Street q��Z��,.! 2�°f� �Z Ciient Job Number.��.
— Tota!Samples Z„-
Pro ect Mana er Turn As6und Time C�1-Hr �'24-Nrs O 4 Days
J 9 ii'1•r12+ ❑2-HI's O 2 Days p 5 Days
Project Location ��c`� O 4-Hrs �3 Days f7 6 to 70 Days
^�� � Please call for TAT less than 24 Hrs '.
3 2Z� �3ZU �°��Ot Email address—�.g,,,�E;`�(}�Ps, ��..,
Phone:� . Fax: �3
��Asbestos Alr�p P_CM(NIOSH�T4�0) p TEM(NIOSH 7402) ❑TEM(AHERA) L7 7EM (EPA Level IIj p Other ' �
�Asbestos Bulk ❑PLM(ERAl6001R-93/116} ❑PLM(EPA Point Count)�p PLM(EPA Gravimetry)_f.7�TEM Bulk �
L�MokUFungus ❑Mold Air []Mold Bulk p Rotometer Calibration
MEtALS lns4.7Det Limi Matrix �� RCRA Metals ❑ II 8 er e ais
f�7otal Meials p Fqq{ppm� �Air Filter D Paint Chips in cm .p Arsenic;(As) O Mercury{Hg) ���
�TCLP p��p�ppm� �Drinking water ❑Waste Water ❑Barium{Ba) ❑Selen�um(Sa) ��oppe�(Cu)
C�GFAA(ppb} 0 aust/wipe{Area) ❑Other p Cadmium(Cd) ❑SiEver(Ag) ❑Nickel(Ni}
❑Soil p Chromium(Cr) ❑Zinc{Zn)
❑Paint Chips in% �t:e.ad (Pb)
(�Qi�her Types p F�berglass ❑Nuisance Dust L]Other(Specify)
of Anafysis ❑ Silica C1 Respirab{e'DWSf
� �.. ... _ ._ � -- �
Condition of Package:L7 Good ❑Damaged(no spillage} p Severe damage(spillage)
Sey.# Lab ID Client Sample Number omme»ts(e.g Sa.mple area,Sampie Volume,etc)i A!R
� _ ._ _ � ' - . .. -- -- - -
2 __ �__ . _. ,_ .
3 0
4 - • - -- -- -
_ • - --
5 _ _. � . _ _
6
� �"'
.._ 7 _ _ T.._ --� '� .. -_ ___`_.—. ._
8
- -�_.._ . _. _.�. -- - _.. _ . �._.
9
10 - - - ._ - - - --�--. -
. _ _. ._ _._.. _ . _ . �. _.... .
11
12 . _.. . _ _ —---
.13 _ . . . .. . _..----- —
14 �-- . - - - .. —. . .. _ . ,. .._
15 _ - - - - --- --..—
., . Print Below _ SiUn Below . CompanL, Date_. _Time
� Sampled by (�a�SQ�„► �....h,,,�Q . � ��r'i—._ �_r���—...—
�
�Relinqu�shed by ��—� ��� �
�Received-by '� � l� � � L �� - � (��
- - ,�� . ��\,�..�— �.
r Mal : ed by ,�� L: �� ���:� r�1- � ���i-^ «' t !I:.�;.�
--� . _ �--— - •— �,
ttesul#s CaNed by •1 � � — � _. __� �' P l . L; °
Results Faxed'by -
�_... — � ..
SpeCial InstruCti011s: UnlesS requested in writing,all sampies wili be disposed af two(2)weeks after,analysis. �
��� �:5+`�4�� r:.2S `,� "�V LJ 1i(tl�..5 �. � �,J � �0�.
_ _ �. v .— .____�— _—..
BAZAROOUS NATERI0.[S .
h1A1.f.t.kNl•\i .71!CiN�nG.LAP 56NYIld�
FebruaN 18,2011
,,,unsHl�,�-T� �
`��
Casey Lowe ����II.;"..N
E3RA Inc.
980229th Ave W. Ste.B102 �" '� � �
Evereft,UVA 98ZO4 H A 2 A R � O U 9
M A T E R t A l. 5
� � S@ R V 1 C E 5
12E: Me#als Analysis,NVL Batch#31023T�.00
Dear Mr. Lowe,
Enclosed please find the test results for sampies submitted to our laboratory for analysis.
Preparation o€these samples was conducted following protocol autlined in EPA Method
SW 846-3051 unless stated otherwise. Analysis of these samples was performed using
analytical instruments in accardance with U.S. EPA, NIOSN, OSHA and other ASTM
mefhods.
(��[�(1 For matr+x materials submitted as paint, dust wipe, soil or TGLP samples, analysis for the
#102063�, presence of total metals is conducted using pubiished U.S. EPA Methods_ Paint and soii
results are usualiy expressed in mglKg which is equivalent to parts per miffion (ppm).
� Lead (.Pb) in paint is usualiy expressed in mg/Kg (ppm) , Percent (%) or mg/cm2 by area.
AIHA Dust wipe sample results are usually expressed in ug/wipe and ug/ft2. TCLP samples are
�,,,'�',,,���,,, reported in mg/L {ppm). For air fifter samples, analyses are oonducted using NIOSH and �
AQ'�I�ED17.E� OSHA Methods. Results are expressed in ug/filter and ug/m3. Other matrix materials are
�Ag��T�� analyzed accordingly using published methods or specified by client. The reported test •
#io ae" results pertain only to items tested. Lead test results are not blank corrected.
For recent regulation updates pertaining to current regulatory levels ar permissible
exposure levels, please call your local regulatory agencies for more details.
This report is considered highly confidential and will not be released without your approval.
Samples are arcMived for two wee.ks follawing ana(ysis. Samples that are not retrieved by
the client are discarded after two weeks.
Thank you for using our laboratory services. if yau need further assistance please feel free
ta call us.at 206-547-0100 or 1-888-NVLLABS.
Sincerely,
1�YLLABORATOR16S.tNC � �
d708 kURQRA AVE M Nick Ly,Technical Director :�:,�:.
ti�hTTLE.lNA yA1 Cl�.fy1G '"9-�'�;
� .
T£f. 20&.547.0100 www.nvlia6s.com `.
ECIC�OSflPB: 1.886.NVL.LpBS(685.SZZ�1.
'LOti.Fi34.1936 ,
nvllabs!�nvllabs.co�ri
�IVL Laboratories, Inc. ��
�3708 Aurora Ave.N.,Seattle,WA 98103 " AIHA
T�l;206.'547.0100, Fax:206.634.1936 AI.HA -IH#10186�1 �'��`T'"'
www.nvllabs.com .AC�REDI. ;�D
��al $�$ �,��(�� WA-DOE#C176� LAgOEU►"�ORY
70ta1 Lead (Pb�
Cfient: E3RA:(nc. �attth#: 31Q2374.00
Address: 9802 29th Ave W. Ste.B102 Matrix: Paint Chips
Everett, WA 982Q4 Mefhod: EPA 700pB
Client Praject#:T11Q0$ .
Attention: Iylr.Casey Lowe Date Received:02/17/2011
Project Lacation: Yelm �>amples Received:6
�>amples Analyzed:B
Sampfe I�L in Result> Results in
Lab ID C6ient Sample� Weight(g) � mg/Kg in mg/Kg percent
31�93227 PB-3-1 0.2046 43:0 <43.0 <0,0043
31093222 PB-3-2 0.1904 47.fl 770.0 0.0770
31093223 PB-3-3 0.1930 46.0 220.0 0.0220
310'l3224 PB-3-4 0.1983 45.0 5600.0 0.5600
39013225 PB-2-5 0.1984 45.0 100.0 0.0140
31093226 PB-2-6 0.1930 46.0 860.0 0.0860
.
Sampled by: Client �
��
Analyzed by: Yasuyuki Hida Date Analyzed: 02/9$/2011
Reviewed by: Nick Ly Date Issued: 0 211 8/2 0 1 1
ing/Kg=Mllligrams per kilogram RL=Reporting Limit
Percent=Milligrams per kilogram/90000 '<' =Below the reporting limit
Note: Me#h�d QC re�ults are acceptable unless stated otherwise,
Unless othen�iiise indicate�,the conditiort of all samples was acceptable at time of receipt.
Bench Run No: 31-0218-02 Page 1 of 1
NVL Laboratories, in�. �► "■•� �o�
�HAIN of CUST�DY
4708 Aurora Ave N,Seattle,WA 9810� BA?CH IQ
Tel: 206.5d7:0100 Emerg,Pager:206.344.1878 SAMPLE Lf)�
Fax:206.f>34.1936 1.888.NVL.LABS (685:5227) �� o,����.�� �
Glient ��{�-�C' �:t1G, __, NVL Batch Number�
Sfree4 �'�Z Z'i�—" � �L�,.� �- Ciient Job Number T��ClQ� ^
�
- Total Samptes—_ ., � _
Projec#Manager ( �,� i'um Around Time ❑1-Hr ❑24Hrs �4 Days
_lll/� �ti,1�__ ❑2-Hrs ❑2 Days 5 Days
P'roject Location ❑4-Hrs C]3 Daqs O 6 to 10 Days
Please call for TAT less than 24 Hrs �
�mail address����.�� �:n n.�
Phone:"�'3`li2°���?� Fax: Z�� �'3�' ��U 1
�Asbestos Air U F�CM(N:IOSH 7400) L7 TEM tNIOSH 7402} ❑TEM(AHERA) ❑TEM(EPA Level II) ❑Other_ �
�Asbestos Bulk �PLM(EPA1600_ /R-�176) O PLM(EPA Point Count) C�PLM{EPA Gravimetry) p TEM Bulk _ _�
❑Mo1dlFungus C1 Mold Air p Mold Bulk O Rotometer Calibra�ion �
METALS Inst.fDef Limi Matrix RCFiA 1Vletals f-1 Ali 8 �—�ther e a s
p Toial Metals ��p,p, O Air Filter. �Paint Chips in cm [�p,rsenic As p Mercu H
(PPm} ( ) ry( 9)
C".]7CLP ❑iCP(ppmj O�Drinking water p Waste Water O Barium;{Ba) ❑Selenium(Se) 0 Copper(Cu)
O GFAA(ppb} �DusUwipe(Area) O(?fher ❑Cadmium(Cd) p Silver(Ag} C7 Nickel(Ni) .
L�5oil 0 Cf►rom'ium(Cr) ❑Zinc(Zn)
�Paint Chips in% ❑Lead(Pb)
�n Other Types ❑Fiberglass CJ Nupsance Dust ❑Other.(Specify) _ `- —1
ofi Analysis p Silica L]Rsspirable DuSt I
Condfion of Package:L7 Good ❑Damaged(no spillage) �Severe damage(spillage) -
Seq.# Cab ID Client Sample Number omments(e.g Sample area,Sample Vatume,etc} A1R
�-- '_s��.. - --- __ _ - .- _ --
3 ��=^3 . _ _._ _. __ _ _ _
. _ _ _ l
4 r� .
g P� � __�' . .. _ _ __ -.. ..
L�=
6 ,�'Z,-` �
7_ ._ _ _ _ ._ - - - --
$ - - -- . - -- - • -- . _ _ ..
-- -- -._ _ . _. ._
9 - - -- - -
-- -- - - -... - --.. _._
10 _... .--- -- - -
,:�_ . .. ..— __. ._ .. __ ___ _- - ----
�12 - _ . ,- - -�--
13 -. . . _ _ _ _- - -
?4_ _._._ . _ _ _... _ . . . _. .
15 _. .. -- - - -- -
Print Below SI ncL Below Com an Date Time
� Sampled by � --�--_ . .._�,���,.�_.... �� �
— ,n�l _ 2��
Rellnqwished by y �^ �� _
62eceived by � .b u\ ° � —__�� ._ t�-{6 �
_Analyzed by �,+�_�� i�F;�' � . _. �'��.. .t' p : 3�
�� - �
� Results Called by,
! Results�a�ed by . -���� �- �� �•. � 3+'y
��__.._.... �� -�t� m �1, fi�.
SpecSal.lnstructions: Unless requested in writing,all samples wili be disposed of two r2)weeks after analysis. '
e�-�.�.. �,.�� �� �1� � �✓ L c�� G� o��3�-t� . �Q� �
APPE10iDIX C
INSPECTOR CERTIFICATIONS �
-
E3RA
��At, �np w .�� a . f .
", •l�I�����u�� ��� �i`. . ._i.�, ��.��i�
� �r� . � y...� l � :� Y 'l��+-F���� 'Y
�"'� r,�,]£ q����- ��^i`i�����, �.�,�i ',�,� . ��y�i�,y�` +���1 �il%`� �r��t N1rT,�=
` ����� n�i+1' a /y a'�.'� Y J"` �.�wR"r �, '�h'�`4 /� w'�fY�'u°""r
��� 'MG77"R^ if YCi'i'S+ , � . a?5'4[' i � , ' /'�;C-�' >'4".� —� ..�A
µ �� ,�y� {,��' ��`�3 � \ ' ` �
���°':-(���1�`-��-�:�� �� .��� 1���, : 1� l � �`�'����� ����,r �� � ,�
�� �I I� ��a � � �"°t .b� 3�����` � ��� ,�,
�I �€��� � F� p � � �= �' � � � N � '� � �1��� � ``�G _
c�`�,:� ���;�
���-� '{�;'�
; � , ;
�.�:f:i,i:> ''_
`��`5 -��_z�� �
%��3;� '���'r,a
1 - ��'s � i' ° �
_ ��=`��1`�I � • ,�� .j-"'� _
��i.�l� _ ����/ti��
't" � � �� .,
, ;[��-%i��� � �• �(.'_ .
I� �=,}�`:=
���c�"�t'' — � • �G�.`�.
�' .:/-
:�� s � � � ',�:\:;�
(.: : 3 ��...,�.
€� ='� � . >:
��<:�,,;;:;� . . :,<,,;r;s; _
__ 's,.. .�,� � :-`l_;=.
';.-`:=`;:�` '"�,-.
r; - z � � :;���i, :�
��- �a ��. � �.
i ���" � � ' s � _"' z-
,� _1 �;� � �'�'
. . =
r'?-, . .
� l
` � • .• a� � a"�
\ E����1�"� _ . � �
`;;e�,�,.�tel� � . . '._ ��-�v
•
`r< _ � �:., . ,�� • �\ (
�_� �� � � .��1�,
�y `1 i�i� , . �� � . -
`.�v�= � �1 � �.. -� �.
'
_ � _ � . . �_ •• �1 F� '
� t rT�
�\?LLE� � � . � J ���. _
�
3�-:. �' �� • :
� '�F�l� +� �`-
�f. �. / � •
:-.,a, � � �: .. � � ' � ia ,d.'.
i .•
�._�,��-� ����- � ' � ' � • � S-�.
/<-.,;;„�a r � �,,,;-, -
_;:,�;„�,�, � _��`-; '.
'1�� , � , ;`S
(��� • i � 1���., _
i ;��� • ' � . � • I�.a /_�:' :-
4 f: � � • ,� �� —
��J� — � � Js
,. �
- � � . � s�„�e ..
�. r , � � � '
.�'��� - . '�� GL�h �.
i-" 3`'. - 1 -
�l� � i
� � � � � �� _
��
�_ -
�r -; :
c��' '- ` � • ����;r i
_��
� r` f� r � y
__i {�� • � �� �� � � �
� �, •• �� ��
��, • � ..� ,
p ,.�...` �'+ii" .. ! . I /
T `_��J ..�� \ � � t��� :
� � � � /3\ -
}�� A''J � ��� ♦ �,�"y'�• �t
� \ Jt
�_,�i� �``�� U/ _ -
� �� � \, � 1 J�_�
N �-: ..I�. �
\ �
f,� �� ` _ , .`��V�,�
�1����'�� \ ` "
8 � � J
_ __r� !� � J� � � ��:��_i=Y
: _�=-�,�I � , . ���_;, _
-=�G � �_ ='
__ ,\,�� . :����'
� �a,"� e s ..�:,
�
� s,�'�' � �_ _
L� r%,.���3 ( 1�
���r�(._,;,. - ., s ... � �-�-.,,�°�e- - '7�'-°�FF�'7"rt°'��1�'�.r �
�.� �.�. ���. �S`'�v���- �� "'�� � � ������"�. y_� � ���F.;�r ���rf �.�� ��� � `�"�4r� ����1���''' '� '
' � ',*� ,`� � �/ \�4, �`-� � f/ \'�t � �fl� --''f/\`# ��� �,f/1� ��� , ��. ��/lA � , , .,
� : II
,� �� , r , �� ��, , � �.` � � �� , , - �� r '.V-
�y� � i .�` u `k' .�.'s..0 i��`.-,.L� J:C � t � � ir �l �i .(��1�. �
- �J-. G � 1 7 -4 � :1�f 1 .�` n.:•
�j_ �`,� ''��^,��j,��. � ±�� (�.
(
APPEI�iDI7�D
LA�OItt�TOlaY CERTIFICATIONS
� E3RA
�!t.�.b. �y„/ IA _„`.` y--c��> '",.'WN .�.,...�� ,�,y�'� ,��� . ....w �''�p,,,,. .
1�
,:t _� � .. '��,, � . '''CF` n /4 "Y '7�' �, � �
(•. � �sg,ti�t �„y�z �� �,x�aiy-^���. ��y�w 3�,��1,- € ` y„s�'r t�'' u ,y � '���"'�'�i,��w+'ya'c+�t fj�,�F,.�.�'
`t�!�f i �` r. S't �'` �s ti�°� "�1 ��,,�; +..: b �,c�u' M:� ry�4
�f �1 - $' � il 7 s ��1•
� . . � : . �, � � ,
( � - . ' l � C a j . .� . . J ���.�c�.
�Q... .P]f�'�+ry.7LL'{J2�1"�•',W.,A'-+VYiYdHf+t'1�llfKy�t,ryq\^.to14�l..SAiNI.'!��'}T219174'�!i^MA.-.S�::eP.Y'Jd f 1 t^'�'',.P"�7)Y CJ ��1`.l�� .:F_r•FtJ�tny.t(FF'.(!9?h�. '^� • �Cb�
,' �.�.�..�� �
. S. . - . .�- '•-� . . . . . —..-�r �...�....... �� �
'` �j�� �Y� , � ' �''e1���4�., '
;� �� � �,�:�,w.
� �: �. �
� ,*,*��,,{*{*�L p � �� k
+,� ;��� 'C3 . y N � lu�i%�� r;�
,�. � '�4,..'��.�� � ,Y�, � �.: N ��'+�� t
�1 • � j_ � 'as 'o � Q t������
,�J'�"-�. z. �J S • � � Ct � � �c �
�� .,�J, �� Q O � . ,� O ,� 3 ��������:
�'' '�� � �a � o� � � ��-,�, `,,;�''
�. �� � .�r "� � �--� �-• � �a a � � ,
'.i� r; w o > o 0 0 o u °" O �'� '�
�`'`��= � � `� �-`� � � � � ti a j;;��.�r ��
,� ;:. �. �+ � :a ai C7 O C? 't7 p � �^ ' t'�r�t�y��,
t i��l S� �U.D O O O � �..wr U � ���'* �t
� �
�1 �.,y�s i � ^� 'i�. � �ri v� t� � `a � �.` t^� ��x,
•� v w �, V �.. �
�<r�F 'f�I +� �' � � a� n� � ¢1' a o.a u � �,�2�'t'•t;
� c`l'1'[ t. � '+'x yr .,.� •�"�' .,.y .r'..7' > G N „^. t 5j 3' �T i,
. .,`2� �t`�( �� .. �,.� C�,. A. � ��y�. � � � � _ ��'E� ,f
��a � C) a' w � W W L:� f� e° w � �� c� s +�;
� 4� � � CY h '� � s� s� � ^ � e� � 0 � k`^�'' �
� �3 s�rP<'� C I.� M v O O O q • O..c� A �,. §n ' ' `.
' ,��,`,�s�, r/� o '�o � � '� '� '� � � ° � rn .� i }���: t�► .
'` �+ � c, �- .� v� � W � � � r�''���
� �-s i � . o ..+ �. ..„ � „ , �.
s.; � C�ray � R ��.+ tJS �ri �cs ^r3 zi 3 �.�o w �, t ��.. ,.,x
� � � � �ry �-0 j O. � s�. �v-. ��..' s" T7 .��.e � y '� �'� ���'�"'t 'i�
•5' .�.t `" �O � V � �'� r� t �`. ,��r+�'
.(���r i � � � �.-1 � di O � � U U V U r+ V � O � 4 �k.}i r l��s
�-�y
����,'ti i I �,,,_� ��--s_ s+� ,-� � Q y 'Q �` Q� � R' � � y � 4. � Y�ti,y�;.�a �.
,�'� ' 3,� •C�.F � �� � C� � �. � �'+ o�'C °r v �` :;a..;x'''
1 . �,'z� .v '-. [y t'�.� . � U► � O � 7'i.,� .~„�,, � .�
s.� > �/ � � '�t,�
4 r��7� � . Q�,f � ,,�� �f�y � � �7 +��.. •.,.�".+ Q i�! �r � _�.�� O . � Pi�h"'��^r� .
, , ,� � �' o �, � a � o a a � � � ��,��;� �� .
�' -� a���� d �` ~�° 't�� "� `� �.e.� z O � � � y I��.._ F_��.
y "
a�. � CCf � O �4 ;v � € �-:��� ,
\ r'��'f�- �� } ►�"� 4) � � � U .: � Q � Q cs o�i r��«k�•` �
� S•
' ,�t. � . � � � q��j � d.� � Q � � � ¢ � 9 � t�,�i� �.
} h ��h
�+ '� t� � � 0 c, ^G� .. x E°'� �' W h��l{ � '� A � 1`,. ,;ri, t��
� ` •FN.t '� C � � ^� � 4: O `Y� � {7� a �i U 'V ,`�„ y � �.�". �E
�,�°3 c..
Q �a O `�,
� ,.A�.�T1 i v I� ^a a ,n ."s'L `'� js� � � � � � � � i 4„''�i; "�"'.
` ,��,'�' r. -�"a � ° a e .� � '�'' L°+ H �+—��.. � w � � �f'��t ��
� � o � � � ' � '� i� ": `��"�'' `�j4•`'
�. �i ,i,�(� � � r�►"' � . 4 C� � W �„�„� � W � w � `° � ! � ;'�:��f��
� s`.'�+ � F � �, av � z�� Q� �; � ,�s� � o, y �3 0 , � '
""'� C� t-' ' 'tJ Rl I ' � .�
,� �'1�¢y`{ ' i—t (� y b a � ��.. O ��� � ... I t�' k !
`,,4,�'�:' 4) d� � � ,� �'.A,, Q Q � � �' a� o ( �i+���.���
^.� -.� . � �1-1 �/l �i. � ' S �5-�'K[
E `� � .� ° � � ':' � � o s � � ¢ � � � �i�.
�� +r v.a�i � ��5
,' �' ;�'i � � � � � W W w W � � ¢ � �'�'��'r� '�,
�
'� � y�,�' .,.
% ��F � 6t � � � � � C f �r+
it ..� �"� L� 'a °� O � � � ❑ .� b a�x � � ,.
\ '� ° �' 6' ".S_, y �O "` �. 'G i � �` �f
4�m��,�,, ��,, ' � a� a�, � � ,� '1
�a,�.:f 4 � � +r1 O E-i q.,� ,,,,-� �'ra i�(-'s. r
'��h"��,�, c � N � d �'d y C I t�Fif��l_F�'`�+�
� �
�.�� �a y vi a� u�i rQn � p � ���
�� I= ^, cv ;D .,4.. �. -• i �1
w ° � a3 ° �, �
' ` : � ,� ?; a y �-i�` � ! ,��,r�,
��4� ?. � � y � �Y � � e . I r�,�:�'����.
� � ° !� 3:�; � C. � � ��.�
tK r� � $ � � y �: � 4� ' �
"�'. _ "+ f/�� r3 � p �- 'a���'
� �� „y����l H ° . � 4��;��t�'��''
� '� ' � f� �
�$ �i:
� y o
t i ;e�'T�+'��- . �tfir��ry�'r.
� t.i . ,
r r ;�,��i, � � �ff'fh�fR' �1
Y I i�r+{f� ���h,�.i
� � . ;` � '� , r� � .
�,t'li.NO'Yr 'fY)1L9,vID'�;541'.CJA%Ck'.Q" Fv'"1C+LtCYt.!{Y�Y+` A/.L'�.�.S1L 1YG1'ls�AP..�i� - 1��Y•..dd'f .l K�.ik �(llAV+ it 1 J�UIYGVY51ff3c111^t':J.^.`i 'Ks�.4
:7- .i' . �,�_ . f 7 � � ^ :
t M ` .. ' .. � � _ . " � '
y , � '� '� �
t ' �,� - � . P � �� f f � �+k:n J� t..�• �'i.
1 �� �- �.�+g� rv .� ��;'t�.,,� � ��.��c,pr -� •,;,�.y�i q.,�.�,�+i?�� �`����.,v� 1rj�-({1 c - r
.
�'.i.��.�1`�^,.! � ..i� �.,,' e.d1`:�J,,,,'....i L." _ �. _4�k�-. _���:� ,�,•/� _ . �{�..��..�1'.�""''
... �.� �y�_.. a�j� ��1•J• "��'Y. �V f.
�.-,.
GEi.E$.
< �'�I AIH�4
, , -
I�rth llr� , . i ; � : , YGUr�S$211P%OI COfJA@Ct%Ol?:�dVQliC1f1 C�GCU�QI%DllUl
�3:1111� 9
��ak''�!�"`��". LABORA'fUt�Y.tiUktJ't'I( +anof fnviron�enia!Heolth ancf SaCety GlobaJly
ASSURANGE PRpGRAMS 270�Prosperity Ave.,Suite�50.fair�ox,VA 22033 U,S.A.
�q�4-s�b4 (7Q3)849-8888:�ax C7Q3}2D7'-3561:www:aiho:org
� AII-II�, Labc�ratory (�ualit� Assurance Pro�rar�is .
SCDPE O�ACCItEI�I'I`ATIQN
1\fi�L,i.abaratories,Inc. Laboratary ID: �.��.5�1
4�p8 Aurora Avenue N.,Seatlle,WA 981�3 Issiae llate:dl2/Q1120[l9
The laboratory is appro�ed for thase specific faeld(sj.of testinglmethods listed iei.the 3able below. Glients ar��urged to verify
the taboiatory's current accreditation status for the particulaz f eld(s)af testingJMethods,since these can chan�e due to
prntic�ency status,suspensian and/pr revocat�on. A complete listxng of currentty accredifed Industrial Hygi�ne labc�;atories is
av�ilable on the AIHA website at:litp;//w�cvw:�►ih��.c�r�ICcmte��i/L(�AP/accred/Accrediicdl,atis.htm
The EPA recc�gr�i�,es the.AIHA ELLAPprogram as meeting ihe reguiremez�ts of fhe Natianal Ixad T.abcrratory Accreditation
Pr�grarn(NLi.AT'}established undEr 3'itle X of the Residential Lead:Based Paint Hazard Reduction Act of 1f 992 and includes
p�int,soi.!and dust wipe analysis.Air analysis is not incicided as part af the NLLAP.
Environmental Lead Laborat�ry t�.cereditat�on�og3ram(ELLAP}
initiax Accr+�ditativn�Date: 02/Q7f1997 '
Methvd Descriptiion
Field of Testing(Fo'T) Method �'or Trrtenru!methods nr�ly)
f�.irborne l�ust I�IIOSH 7()82
T'aint EPA.SW=846 3051
EPA SW=846 7d00B
Settlecl I3ust By Wipe �A SW-84b 3Q51
EPA SW-846�OOOB
EPA SW=846 3051
Sail
EPA SW-84fi 70QOB .
The iabotatory pariicipairs in the foflo�virng �t� testing
programs:
�P�aint
�Soii
✓ SctUed lpust by Wipc
� '✓Airbornc Dust
E�fective: Pe.bruary 28,2006
SCdpe_ELLAP_R3
,�ut�c�r: Kris Heinbaugh
Page i of 1
f� / ~
�t � �
y�+�l��$�+, ..._�ti Y..�.� 5�{ya���f�����'�'`� �- ���`+f�'l��y!��l�.
A
�
{ �" ����.� � ' � w�
� r's��� .^,- c.G�1��`�c�ri}� �F�"'.y!'��,��.r�i'4� �� �'�.Y�i���� �.yi ' S.� �''tiYk�~
�,�1�;��1 � . . � .. . , ' �. . . .. .. - ' � �i�� �/ .
dy`��'���5� � ��e��� .
9 6� 4�� � ("!'� �.
�„ � , ����p��
�!q �'�rN�. �.t r�Ai,N,j�� �
\. !{;;?SY� ?y � , .�.1';��„ .
�. i!,��. i t �; j
A�i'L'�-J,� '� .�1 . � �f-'�1���
������,i��} ,� 5 ,� f'�.�'`��.
.� t '�3 � '� , � y�' ,
� �' th� � ' �p 4 a� � ��
'� ��`] N �..t� � � 't ;+�`.v`"
� �' °3 �y ..� -�;�i':�, �
�i3 t�E�. � � ■ .� � A TN �f.Yt e.,a
�}I }'. .. � � � �rq -I"', O I;i+ �_(��
s .
1�` Zt� G N �
� ''v T�fia�.� � •� � ¢ � � � �nE��!+��
� �, „� .� e�1r p�� M � tir 7�
,� �.f� 1 �,.
,�,�'a"���s: . �. �'i � r► �:j N �R+ 3�����,
��'��i;�f� t7 � � :��g w ��J����"��
�
�I�^� . w o � � �N t�,�i�
� }/�'�t�,�f�(!j �+ .,� 7�1 8�111� �,�O� tyrf��f��••
f �� r�� � � �/M� Q 4 M ' � ,����y.�rs'"
'� .t�.� � �Al � 1y/ -�u�V t'3. ��/�++wrw�� > �'.+�.�";�"
� �IP'J�L:1.}'�4_ Vf �� � N��'� A. � t S�'�Y�
� V�I �.� M' � ��
�J t�;� . ; � �.{ ��- :�U � 0 �. � �..`�`!�,t
r � {�..( y.. f
� �I ±tR�. }� �w/ ��".� Q} '.0 . �. � i1j����J� �i .
;p L
�f" �'7 -� [�, ��n (�/) �� QQl� � . f�/J >� ���: 'Y�+�.
�'������a��� y�"� ~rr�'-1/�Cy�� � C�� � p,.� � ���1�`^(�
r�
� '�r ��i�;:. �`+ �. Q- `',;� �?�,f
� � �� .
� w.. ��
� °�`• �'�' � � V � � `"'�,`!�,�
�;. ;�+ i
l � !"� 4 } � ��5,'}
�.�� e;3y'� �; � � G, ��e+7;� � ,�..t,• �x4�,+����
(,J� f � � U � � .S`� t !��m�,�
"'�. . ^ r� \.
s �, ��.7,,� � � � ��. '� ��"...��
2 uJ�'S j.c� �� ti..C"7� t� K" .rc,�� v � .
j �"�, r �
�1��,'','; � 4"� � N C� C'" � ,� (��
� �'C[� �� � r (�. .
'4 � �,ti�'��51�.�Z,� r^ i� ' � �_ �Qj �r��' �,�
�y V.�
�i,M�{[�'��� i �.{ v�.m � p '�`K:/
�'�."y.eT� ,� �L �O � ��.��A��
�9� f S..i Z !1'� �J
a'�N�'��t:.. ,�,.> U �lc .
f
. )� :.."�� � (Cj ��t.�,1 '
' �M� �i�� �i
��� tl�±',^� vy �, �9�.l .
.y�v . f �
������i� � � ���ti.�
�t'`a',�;�;'r' � !p;�,.,�,'' ;
�����'��, �>�'�� J
�14 �� F�Pi '��, '( y�-'35 !�� �Ll r h1 '� ��S�'/�1 q'y�fl .s+�.�. Yh 3�^' '
� {t �5�-� ,9�,���
� w�+�' �+�•n,����}�,O�A�� �� �� J �—f11�'�,^�� ! �I � . .
,,+�,k; ��.y�v�-���r��l's ..-y�' 1a � �.��'V '\.7'� � d �� � �4 .
x�F'd7��f�F.t .�`{��`'�ti_�V4`�����L�,�'!at,b��,S�T f�'"�''��s;�ar1�.� 'A4�`�itt;,�y.`��'�'
..� t� ..,,�Yl ^+.� �T«�� �`�..1' ..
"`. � _
�,
• . N
0
O o
� fi �
� �
�. � � .
� � .� t�
� O � � a
. . � �, � � g
� N � � z
� �
C� � css
� U
� V��,` �a
�,,, w �a �
�, �;" � p�c°v �
� � , v�
� �g � �- � � � 'n�
� � � � � � a� � �
� � � `� � ro Qb •� .
N � � � � ."� � �
� � � � � �s�� �
� ~ � a ° a � om � ,s°�.
C�9 C � 00 4� � � �
� � � o � � _ � o�
�• t� � p +, co � � �E
� � � ,}�d '� `4�} � � a�i � m �U
� i.. '` ` ' � f,�j U � ,N�� '� ��
,�y � � A � *tj � 'q � 4 b� ��
� � - � o
� p '�'`'� c� `°U K w
'i' � ■� � i�/� d � � � '�v�.��1 *�' �
O Q ,fi ~ '� r'
�� � � y".� . � � f J � C �� �d�4 � t1N�0
�i/� r1 � "� -�..
� � ��"� a "� ►-� �'� � � �.,c
vi ,� � c � . °� �•O
. � 7 � .� � ,��, � � U�
� � • � � � Q� � ro N
" � � L � � � •� O'U� . -
� � � C � U��`�.
Qf �. � Q � •C;�? N
� ' �
N a.+
�. � � �,4i rq' ny
� � '�r '� � �y C O
� i
� � � ,Q U � � C} .
S� ' UO �
.-.
� � y � �, � �
.�,a � ,� .�:
� � � �� ��n � �
l� n . °� � o a�
�rV� v � cp � �
V �! �4'� ..r �
�� c1.n � � W
�i}s y �s p
i.� � t� "�'
� � � �
� E". N :
�
�
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 SECTION 31 2315
2 TRENCHING, BACKFILLING, AND COMPACTION FOR UTILITIES
3 PART 1 —GENERAL
4 1.01 DESCRIPTION
5 A. Work of this Section is bound by the Conditions of the Contract, Division 1 Specifications
6 sections, and City of Yelm Requirements, bound herein, in addition to this Specification and
7 accompanying Drawings.
8 1.02 WORK INCLUDED
9 A. Work under this Section includes all labor, supervision, equipment, tools materials, services and
10 incidentals necessary for trenching, bedding, backfilling, compaction and dewatering for utilities,
11 retaining walls, and the associated appurtenances.
12 1.03 RELATED SECTIONS
13 A. Section 31 2215—Subgrade Preparation
14 B. Section 31 2220—Site Demolition and Clearing
15 C. Section 31 2300— Earthwork
16 D. Section 31 2370— Erosion Control
17 E. Section 32 2740—Asphalt Concrete Pavement
18 F. Section 32 2765—Signs and Pavement Markings
19 G. Section 33 2721 —Catch Basins and Inlets
20 H. Section 33 2730—Sanitary Sewer System
21 1.04 QUALITY ASSURANCE
22 A. PERMITS &LICENSES
23 1. Obtain and pay for any required permits.
24 2. Contractor shall be licensed for any work required under this item.
25 B. STANDARD SPECIFICATIONS
26 1. The work under this Section shall be governed by the referenced sections of the 2010
27 edition of the "Standard Specifications for Road, Bridge and Municipal Construction," by the
28 Washington State Department of Transportation, except as herein modified.
29 2. All references in the Standard Specifications to measurement and payment shall be deleted
30 from consideration, and the terms agreed to in the Contract substituted therefore.
31 3. Installations that do not conform to the requirements contained herein shall be removed from
32 the project and replaced by the Contractor, and no additional payment will be allowed
33 therefore.
34 1.05 CONSTRUCTION STAKING
35 A. The Contractor shall supply all construction survey control and stakeout for the approval of the
36 Engineer prior to construction. The alignment of water mains, storm sewers and sanitary sewers
37 and locations of components to be installed shall be as indicated on the Contract Plans. All
38 survey control work shall be done by a registered Land Surveyor or Professional Engineer.
39 B. Should construction staking be lost as a result of the Contractor's operations or as a result of
40 vandalism,the Contractor shall replace the staking at the Contractor's sole expense.
41 1.06 REFERENCE BENCHMARKS, MONUMENTS&PROPERTY CORNERS
42 A. Maintain bench marks, monuments, property corners, and all other reference points. If disturbed
43 or destroyed, bench marks, monuments, and property corners shall be replaced by a registered
44 Land Surveyor, in accordance with WAC 332-120, at the Contractor's sole expense.
45
2010-16/YCS Fueling Station Bid -31 2315 - 1 TRENCHING AND BACKFILLING 1-15-13
Support Operations Center•• Fueling Station
Yelm Community Schools No.2
Erickson McGr�vern Architects
1 1.07 SUBMITTALS
2 A. Submittals shali be made for the materials specified in this section. The Contractor shali
3 furnish one (1) set of submittals to the Engineer for review.
4 PART 2- PRODUCTS
5 2.01 BEDDING MATERIAL FOR RIGID AND FLEXIBLE PIPE
f, A. General
7 1. In general, determination of the source material for bedding shall be the responsibility of the
g Contractor, but use of the materials shall be subject to the approval of the Engineer.
9 2. Unless otherwise approved by the engineer, all native material shall be removed from the
10 site and disposed of at a Contractor provided waste site. Most native soils are considered
11 unsuitable for bedding material, but select native material may be used for any or all of the
12 material classifications, provided the materials are suitable, conform to the specified
13 requirements, and are approved by the Engineer.
14 3. Otherwise, approved imported material shall be used for all material classifications, when
15 directed by the Engineer.
16 B. Bedding Material
17 1. "Select native material" shall be defined as that portion of native m�aterial, one hundred
18 percent (100%) of which can pass a 3/4-inch U.S. Standard sieve.
19 2. Imported bedding material" shall consist of clean, well graded granular material, meeting the
2p requirements for Bedding Material for Pipe in Section 9-03.12(3) of the Standard
21 Specifications, except that 100% must pass 1" square.
22 2.02 BACKFILL MATERIAL
23 A. General Backfill Material
24 1. Unless otherwise approved by the engineer, all native material shall Ibe removed from the
25 site and disposed of at a Contractor provided waste site. Most native soils are considered
26 unsuitable for backfill material, but select native material may be useci for any or all of the
27 material classifications, provided the materials are suitable, confc�rm to the specified
2g requirements, and are approved by the Engineer.
29 2. The material shall be substantially free from peat, wood, roots, bark or other extraneous
30 material.
31 3. The material size of stones within this material shall not exceed 6 inches in the largest
32 dimension or as approved by the Engineer.
33 B. Select Granular Backfill: Select granular backfill material shall be clean crushed, partially
34 crushed, or naturally occurring granular material, meeting the following requirements for
35 gradation and quality
36 Sieve Size Percent Passing
37 3" square 100
38 1/4",square 25 minimum
39 U.S. No. 40 Sieve 40 maximum
40 U.S. No. 200 Sieve 7.5 maximum
41 Sand equivalent 35 minimum
42 PART 3—EXECUTION
43 3.01 TRENCHING, BACKFILLING &COMPACTION FOR PIPE
2010-16/YCS Fueling Station Bid -31 2315 -2 TRENCHING AND BACKFILLING 1-15-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 A. Trench Excavation
2 1. Clearing and Grubbing: The area to be excavated shall be cleared and grubbed by the
3 Contractor. This work shall consist of the removal and disposal of all logs, stumps, roots,
4 brush, and all other refuse within the area to be excavated. All such material shall be
5 disposed of offsite at a Contractor provided waste site unless otherwise directed by the
6 Engineer.
7 2. Removal of Existing Improvements: With certain exceptions the Contractor shall remove
g and replace all culverts, fences, pavements, sidewalks, and other obstructions that lie within
9 the area to be excavated, except items specifically marked for demolition. The exceptions
10 are utility improvements and any other items the Engineer may direct the Contractor to leave
11 intact. All materials described above shall be disposed of offsite at a Contractor provided
12 waste site. In removing pavement, sidewalks, and curbs, the Contractor shall make a
13 vertical saw cut between any existing pavement, sidewalk, culvert, or curb that is to remain
14 and the portion to be removed. The Contractor shall replace any existing pavement,
15 sidewalk or other improvement designated to remain that is damaged during the Contractor's
16 operations. The costs of all such replacement shall be borne by the Contractor.
17 3. Existing Utilities: Existing utilities of record (electrical power lines indicated on the plans are
18 estimations provided by the owner) are shown on the plans. These are shown for
19 convenience only, and the Engineer assumes no responsibility for improper locations or
20 failure to show utility locations on the Plans. The Contractor shall be responsible for
21 protecting all existing public and private utilities including, but not limited to telephone,
22 power, gas, and water lines. Call I-800-424-5555 for utility location. Any utility owner may
23 enter the job site to repair, rearrange, alter or connect their equipment. The Contractor shall
24 cooperate with such efforts and shall avoid creating delays or hindrances to those doing the
25 work. As needed, the Contractor shall arrange to coordinate work schedules. To ease or
26 streamline the work, the Contractor may desire to ask utility owners to move, remove, or
27 alter their equipment in ways other than those listed in the Plans. The Contractor shall make
28 the arrangements and pay all costs that arise from them. All costs #hat this section makes
29 the Contractor's obligation shall be incidental to the Contract Bid Items and no separate
30 compensation will be allowed.
31 4. Trench Excavation: Trench excavation shall be performed in accordance with section 7-08.3
32 of the Standard Specifications, except as modified herein. The length of trench excavated
33 shall be only that necessary to install the required improvements, shall be kept to a
34 minimum, and in no instance shall it exceed three hundred (300) feet unless specifically
35 authorized by the Engineer. All trenches shall be closed up at the end of the day. In all
36 cases, the trench must be of sufficient width to permit proper jointing of the pipe and
37 backfilling of material along the sides of the pipe. Trench width at the surface of the ground
38 shall be kept to the minimum necessary to safely install the improvements identified in the
39 Contract Plans.
40 5. Trench Excavation Safety Systems: The Contractor shall furnish and install Shoring and
41 Trench Safety Systems in accordance with Section 7-08.3(1) B of the Standard
42 Specifications and as required by current law.
43 Field changes in facility grades or burial depths will not be cause for extra compensation in
44 this item.
45 B. Stockpiling &Disposal
46 1. Unless approved or directed otherwise by the Engineer, all excavated material shall be
47 removed from the site and disposed of at a Contractor provided waste site. If suitable
48 material is encountered, the soil shall be piled beside the trench as it is removed, unless
49 otherwise directed or in locations where available space is insufficient. The material shall be
50 piled and maintained so that the tow of the slope of the material is at least 2 feet from the
51 edge of the trench. It shall be piled in such a manner to prevent surface water from flowing
52 into the excavation and in a manner that will cause a minimum of inconvenience to travel.
53 Free access shall be provided to all fire hydrants, water valves and meters; and clearance
54 shall be left to enable the free flow of storm water in all gutters, conduits, and natural
55 watercourses.
2010-16/YCS Fueling Station Bid -31 2315 -3 TRENCHING AND BACKFILLING 1-15-13
Support Operations Center�• Fueling Station
Yelm Community Schools No.2
Erickson McG�vern Architects
1 2. The disposal of excess material shall be considered as incidental.
2 C. Control of Water
3 1. The Contractor shall furnish, install and operate all necessary machinery, appliance and
4 equipment to keep excavations free from water during construction, and shall dewater and
5 dispose of the water so as not to cause injury to public or private pr�perty or to cause a
6 nuisance or menace to the public. The Contractor shall at all times have on hand sufficient
7 pumping equipment and machinery in good working conditions for all ordinary emergencies,
g including power outage, and shall have available at all times competent workers for the
9 operation of the pumping equipment.
10 2. The control of ground water shall be such that softening of the bottom of excavations, or
11 formations of "quick" conditions or "boils" during excavation shall be prevented. Dewatering
12 systems shall be designed and operated to prevent removal of natural soils.
13 3. Dewatering of the trench shall be considered as incidental to the construction and all costs
14 thereof shall be included in the various contract prices in the proposal.
15 D. Bedding &Backfilling:
16 1. Pipe shall be bedded in conformance with Section 7-08.3 of the Standa.rd Specifications and
17 the details on the Contract Plans. Bedding shall be placed in more than one lift. The first lift
1g is to provide at least 4 inches of bedding under any portion of the pipE; and shall be placed
19 before the pipe is installed, and shall be spread smoothly so that lrhe pipe is uniformly
20 supported along the barrel. Subsequent lifts of not more that 6 inches thickness shall be
21 installed to a depth of 6 inches over the crown of the pipe. Each lift shall be compacted to
22 95 percent of the maximum density as determined by methods outlined in Section 2-03.3(14)
23 D of the Standard Specifications.
24 2. For bedding purposes, "Select native materials" shafl be defined as �that portion of native
25 material, one hundred percent (100%) of which can pass a 3/4-inch U.S�. Standard Sieve.
26 3. Trenches shall be backfilled in conformance with section 7-08.3 of the Standard
27 Specifications. Prior to backfilling, all debris shall be removed from iihe trench. Sheeting
28 used by the Contractor shall be removed just ahead of backfilling. Ba�ckfill up to 12 inches
29 over the top of the pipe shall be evenly and carefully placed. Materials capable of damaging
30 the pipe or its coating shall be removed from the backfill material. "fhe remainder of the
31 material shall be placed by dumping into the trench by any method at the option of the
32 contractor and shall be compacted as specified herein after. A minimurn
33 3 inch sand cushion shall be placed between the water main and exisl:ing pipelines or other
34 conduits when encountered during construction and as directed by the 1=ngineer.
35 E. Compaction
36 1. Pipe Bedding shall be compacted to at least 90% of the maximum density as determined by
37 ASTM D-1557 except as noted. Trench Backfill shall be compacted to at least a minimum of
38 95% of the maximum density as determined by ASTM D-1557. At locations where paved
39 streets, roadway shoulders, driveways, or sidewalks will be construc:ted or reconstructed
40 over the trench, the backfill shall be spread in layers and be compacted by mechanical
41 tampers. In such cases, the backfill material shall be placed in successive layers not
42 exceeding 6 inches in loose thickness, and each layer shall be compacted with mechanical
43 tampers to the density specified herein. Mechanical tampers shall be of the impact type as
44 approved by the Engineer.
45 3.02 TRAFFIC CONTROL AND PUBLIC SAFETY
46 A. Traffic control shall be in accordance with City of Yelm requirements wrien work is in City of
47 Yelm right of way.
48 B. Maintain appropriate barricades and signing to profect public safety.
49 END OF SECTION
2010-16/YCS Fueling Station Bid -31 2315 - 4 TRENCHING AIND BACKFILLING 1-15-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 SECTION 31 2370
2 EROSION CONTROL
3 PART 1 —GENERAL
4 1.01 DESCRIPTION
5 A. Work of this Section is bound by the Conditions of the Contract, Division 1 Specifications
6 sections, and City of Yelm Requirements, bound herein, in addition to this Specification and
7 accompanying Drawings.
8 1.02 WORK INCLUDED
9 A. Work under this Section includes all labor, supervision, equipment, tools materials, services and
10 incidentals necessary for, but not limited to: installation of silt fence, installation of catch basin
11 inlet protection, erosion control for disturbed surfaces, provide site maintenance of any sediment
12 transport inlet protection, plastic covering, street cleaning, construction entrances, seeding,
13 fertilizing and mulching.
14 B. Erosion control shall include all site surface stabilization required during the construction of the
15 project. Specifically, this effort is to include silt fences along the down slope perimeter of the
16 construction area and along the existing seasonal creek, installing inlet protection in all inlets
17 within the fenced project area and along material haul routes within the college campus, and
18 protection of all disturbed and exposed soil surfaces during the construction period where
19 erosion is a potential.
20 1.03 RELATED SECTIONS
21 A. Section 31 02215—Subgrade Preparation
22 ' B. Section 31 02220—Site Demolition and Clearing
23 C. Section 31 02300—Earthwork
24 D. Section 31 02315—Trenching, Backfilling, and Compaction for Utilities
25 E. Section 32 02740—Asphalt Concrete Pavement
26 F. Section 32 02765—Signs and Pavement Markings
27 G. Section 33 02721 —Catch Basins and Inlets
28 H. Section 33 02730—Sanitary Sewer System
29 1.04 QUALITY ASSURANCE
30 A. PERMITS & LICENSES
31 1. Obtain and pay for any required permits.
32 2. Contractor shall be licensed for any work required under this item.
33 B. STANDARD SPECIFICATIONS
34 1. The work under this Section shall be governed by the referenced sections of the 2010
35 edition of the "Standard Specifications for Road, Bridge and Municipal Construction," by the
36 Washington State Department of Transportation, except as herein modified.
37 2. All references in the Standard Specifications to measurement and payment shall be deleted
38 from consideration, and the terms agreed to in the Contract substituted therefore.
39 3. Installations that do not conform to the requirements contained herein shall be removed from
40 the project and replaced by the Contractor, and no additional payment will be allowed
41 therefore.
42 1.05 SUBMITTALS
43 A. Submittals shall be made for the materials specified in this section. The Contractor shall
44 furnish one (i) set of submittals to the Engineer for review.
45
2010-16/YCS Fueling Station Bid -31 2370 - 1 EROSION CONTROL 1-15-13
Support Operations Center�- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 PART 2- PRODUCTS
2 2.01 MATERIALS
3 A. Straw wattles, inlet protection, plastic covering, street cleaning, seeding, fe�tilizing and mulching
4 shall be in accordance with Section 8-01 of the Standard Specification.
5 PART 3- EXECUTION
6 3.01 EROSION CONTROL
7 A. Straw wattles, inlet protection, plastic covering, street cleaning, seeding, fertilizing and mulching
8 shall be installed in accordance with Section 8-01 of the Standard Specification.
9 B. The Contractor shall install silt fence on the downhill side of all open trenches and disturbed
10 areas, to prevent the migration of soil materials due to construction activities and as directed by
11 the Engineer.
12 C. The contractor shall install inlet protection on stormwater catch basins and manholes within and
13 adjacent to the construction site and as directed by the Engineer.
14 D. Disturbed surface stabilization, consisting plastic covering, street cleaninc�, seeding, fertilizing,
15 seeding and mulching shall be applied to areas where surficial soil is exposed for more than 4
16 days during the period between October 01 and April 01 and/or as directed Iby the Engineer.
17 END OF SECTION
2010-16/YCS Fueling Station Bid - 31 2370 -2 ERGSION CONTROL 1-15-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 SECTION 32 2740
2 ASPHALT CONCRETE PAVING
3 PART 1 —GENERAL
4 1.01 DESCRIPTION
5 A. Work of this Section is bound by the Conditions of the Contract, Division 1 Specifications
6 sections, and City of Yelm Requirements, bound herein, in addition to this Specification and
7 accompanying Drawings.
8 1.02 WORK INCLUDED
9 A. All asphalt concrete paving as specified herein or otherwise required for installation of new work
10 shown or specified.
11 B. In general, work specified herein sha�l be included in the Bid. Work under this section includes
12 labor, supervision, equipment,tools, materials, service and incidentals necessary for asphalt
13 concrete paving.
14 1.03 RELATED SECTIONS
15 A. Section 31 02215—Subgrade Preparation
16 B. Section 31 02220—Site Demolition and Clearing
17 C. Section 31 02300— Earthwork
18 D. Section 31 02315—Trenching, Backfilling, and Compaction for Utilities
19 E. Section 31 02370— Erosion Control
20 F. Section 32 02765—Signs and Pavement Markings
21 G. Section 33 02721 —Catch Basins and Inlets
22 H. Section 33 02730—Sanitary Sewer System
23 1.04 QUALITY ASSURANCE
24 A. PERMITS & LICENSES
25 1. Obtain and pay for any required permits.
26 2. Contractor shall be licensed for any work required under this item.
27 B. STANDARD SPECIFICATIONS
28 1. The work under this Section shall be governed by the referenced sections of the 2010
29 edition of the Standard Specifications for Road, Bridge and Municipal Construction," by the
��
30 Washington State Department of Transportation, except as herein modified.
31 2. All references in the Standard Specifications to measurement and payment shall be deleted
32 from consideration, and the terms agreed to in the Contract substituted therefore.
33 3. Installations that do not conform to the requirements contained herein shall be removed from
34 the project and replaced by the Contractor, and no additional payment will be allowed
35 therefore.
36 C. INSPECTIONS &TESTS
37 1. Covered hereinafter in this Section, Paragraph 3.05.A.
38 1.05 JOB CONDITIONS
39 A. Weather Conditions
40 1. Do no paving work when raining or when subgrade or base has free water on the surface or
41 does not meet compaction requirements; suspend operations until surfaces are adequately
42 dry.
43 2. Apply no bituminous materials when ambient temperature is below 45 degrees F.
44 B. Grade&Slopes
45 1. Provide even slopes, minimum '/4' per foot, consistent with existing abutting paving surfaces.
46 2. Standing water on surfaces will not be permitted.
47
2010-16/YCS Fueling Station Bid -32 2740 - 1 ASPHALT CONCRETE PAVING 1-15-13
Support Operations Center- Fueling Station
Yelm Communitw Schoois No.2
Erickson McGovern Architects
1 3. Contractor shafl fine grade all areas to be paved to subgrade elevations�hown on Drawings.
2 Areas to be paved shail be prepared, compacted and protected in accordance with the
3 Standard Specifications, except that the pavement subgrade shall be compacted to a depth
4 of 12 inches to 98 percent standard density.
5 C. Defective Work
6 1. Remove and replace defective pavement work, when directed by Enginear, including
7 surfaces without proper drainage; patching of new surfaces not permittedl.
g D. Construction Survey Control
9 1. Contractor shall provide all construction survey control for the approval o�f the Engineer prior
10 to construction of work under this section.
11 1,06 SUBMITTALS
12 A. Submittals shall be made for the materials specified in this section. The Con�tractor shall furnish
13 one (1) set of submittals to the Engineer for review.
14 PART 2—PRODUCTS
15 2.01 MATERIALS
16 A. Soil Sterilization Material
17 1. Similar to U.S. Borax"Monobar-Chlorate (Granular)", or approved, containing 30% sodium
18 chlorate and 68% sodium metaborate, dry,free flowing.
19 B. Base Course Surfacing (Ballast)
20 1. Furnish under new vehicular asphalt pavement areas, placed over compacted subgrade,
21 crushed, partially crushed, or naturally occurring granular"BallasY' material meeting the
22 requirements of Section 9-03.9(1), Ballast,of the Standard Specifications; 4-inch minimum
23 compacted thickness unless otherwise shown on drawings.
24 C. Crushed Surface Top Course
25 1. Furnish Crushed Surtacing material over all base course surfacing, bene�ath all asphalt
26 walking paths and concrete sidewalks, meeting the requirements of Seci:ion 9-03.9(3),
27 Crushed Surfacing of Standard Specifications; 2-inch minimum compacted thickness unless
2g otherwise shown on drawings.
29 D. Pavement Wearing Course
3p 1. Asphalt concrete pavement surface course shall be HMA Class 1/2", PG� 64-22. The mixing
31 and proportioning of aggregates for the asphalt concrete shall meet the requirements of
32 Section 9-03.8, Aggregate for Asphalt Concrete of the Standard Specifications. Paving
33 asphalt shall be PG 64-22 meeting the requirements of Section 9-02.1(4), Paving Asphalt of
34 the Standard Specifications.
35 2. Minimum compacted thickness for al vehicular paving shall be as noted on the plans.
36 E. Tack Oil
37 1. Asphalt for tack coat shall be CRS-1 meeting the requirements of Sectio�n 9-02.1(6), Cationic
38 Emulsified Asphalt of the Standard Specifications. Tack oil shall be applied to all asphalt
39 surfaces on which any course of asphalt concrete is to be placed or abutted.
40 2.02 EQUIPMENT
41 A. Paving Equipment
42 1. Shall be spreading, self-propelled machine capable of maintaining line, �rade and course
43 thickness indicated. Spreader box or manual methods may be used in�mall patch areas.
44 B. Compacting Equipment
45 1. Shall be steel wheel, pneumatic tired or vibrating roller. Use hand operated mechanical
46 vibrators in small patch areas.
47
2010-16/YCS Fueling Station Bid -32 2740-2 ASPHALT COPdCRETE PAVING 1-15-13
Support Operations Center- Fueling Station
Yelm Community Schools No.2
Erickson McGovern Architects
1 PART 3—EXECUTION
2 3.01 INSPECTION
3 A. Inspection of Prior Work
4 1. Carefully inspect the installed work of all other trades and verify that all such work is
5 complete to the point where this instailation may properly commence.
6 2. In the event of discrepancy, immediately notify the Engineer.
7 3. Do not proceed with installation in areas of discrepancy until all such discrepancies have
g been fully resolved.
9 3.02 PREPARATION
10 A. Protection
11 1. Protect existing site improvements from damage by paving work.
12 2. Install barricades to keep traffic away from paving work.
13 B. Existing Pavement
14 1. All cut edges of existing pavement where new pavement is to abut shall be saw-cut so
15 edges are neat and straight, as approved by Engineer.
16 C. Excavation
17 1. Areas for asphalt concrete paving shall be excavated as necessary to the grade established
18 for the bottom of the ballast base and the excess material shall be disposed of off-site as
19 directed.
20 D. Subgrade Preparation
21 1. Prepare the subgrade in accordance with Section 2-06.3(1), Subgrade for Surfacing of the
22 Standard Specifications.
23 2. Compaction shall achieve 98% of the maximum density to a depth of 12 inches determined
24 under the tests described in Section 2-03.3(14) D, Compaction Control Tests of the Standard
25 Specifications.
26 E. Application of Soil Sterilization Solution
27 1. Apply in water solution over all subgrade areas to receive ballast base for asphalt pavement;
28 solution mix shall be 1 pound per gallon of water and spread on at rate of 2 gallons of
29 solution per 100 square feet.
30 3.03 ASPHALT PAVEMENT PLACEMENT
31 A. Base Course Surfacing (Ballast)
32 1. The gravel ballast course shall be placed to the minimum compacted depth specified on the
33 plans, placed over the full areas shown on the Drawings for new work conform to above
34 requirements of paragraph 2.01.6.
35 2. Spread and compact to ninety-five percent (95%) of the maximum density all in conformance
36 with Section 4-04, Ballast and Crushed Surfacing of the Standard Specifications.
37 B. Crushed Surface Top Course
38 1. The crushed rock coursing shall be placed to the minimum compacted depth specified on
39 the plans, placed over all base course surfacing areas and over proof rolled and compacted
40 native surfaces that will receive asphalt pathways and concrete sidewalks; conform to above
41 requirements of paragraph 2.01.C.
42 2. Spread and compact to ninety-five (95%) of the maximum density all in conformance with
43 Section 4-04, Ballast and Crushed Surfacing of the Standard Specifications.
44 C. Tack Oil
45 1. Apply tack coat asphalt at the rate of 0.02 to 0.06 gallons per square yard to in-place asphalt
46 and concrete contact surfaces where new pavement joins existing and along curbs and
47 gutters.
48
2010-16/YCS Fueling Station Bid - 32 2740-3 ASPHALT CONCRETE PAVING 1-15-13
Support Operations Center- Fueling Station
Yelm Communitw Schools No.2
Erickson McGovern Architects
1 D. Asphalt Concrete Pavement
2 1. The asphalt concrete pavement wearing course shall be constructed in a��cordance with
3 Section 5-04 Hot Mix Asphalt of the Standard Specifications. Section 5-G�4.3(9) Spreading
4 and Finishing of the Standard Specifications shall apply except that the nominai compacted
5 depth for paving areas shall be four (4) inches or as otherwise indicated nn Civil drawings.
6 2. Slope all paving smoothly to catch basins and to elevations or grades shown on Drawings
7 and consistent with existing adjacent pavement surface grades. Pre-level any depressed
g areas as required to produce a finished surface that does not vary by more than %4" in 10ft.
g Standing water will not be permitted on any paved surface and any corre�tive measures will
10 be the responsibility of the Contractor using methods approved in advance by the engineer.
11 3. Contractor shall feather the asphalt concrete pavement overlay in a manner to produce a
12 smooth riding connection to the existing pavement. All feathered joints and saw cut joints
13 shall be sealed with PG 64-22 and topped with sand as directed by the Engineer. Asphalt
14 concrete pavement HMA Class 1/2", PG 64-22 utilized in the construction of feathered
15 connections to existing pavement shall be modified by eliminating the co�rse aggregate from
16 the mix at the Contractor's plant or the commercial source from which the Contractor obtains
17 the mix or by raking the joint on the roadway,to the satisfaction of the Eragineer.
18 4. Where utility trenches require pavement patching,the pavement restoration shall be
19 performed in accordance with the Washington Department of Transportation.
20 3.04 TOLERANCES
21 A. General
22 1. Surface Smoothness for Vehicular and Pedestrian Paving: Maximum variation from the
23 lower edge of a 10-foot straight edge shall be as follows:
24 a. Parallel to centerline: 1/8-inch
25 b. Transverse slope: 1/4-inch
26 2. Section Thickness: Section thickness shall not deviate more than '/4 incri from the design
27 section.
28 3. Correction of Defective Work: Conform to applicable provisions of the C��ntract Documents.
29 Contractor shall correct defective work to the satisfaction of the Engineer�.
30 3.05 FIELD (�UALITY CONTROL
31 A. Inspections &Tests
32 1. General: Contractor shall comply with the requirements of the Owner's testing and
33 inspection agency.
34 2. Inspections: Owner may employ the services of an independent inspectiion services to
35 inspect work of this Section for conformance with the Contract Documents and may conduct
36 tests as follows:
37 a. Conduct nuclear density gauge testing in conformance with Section ;5-04.3(10) B Control
38 of the Standard Specifications.
39 b. Frequency of Testing: As required for testing laboratory to certify compliance with the
40 Contract Documents.
41 3.06 PROTECTION
42 A. General
43 1. Immediately after placement, protect pavement from mechanical injury.
44 2. Erect barriers and warning signs as necessary to prevent vehicular traffir on new pavement
45 until pavement can support loads and movement without damage.
46 END OF SECTION
2010-16/YCS Fueling Station Bid - 32 2740-4 ASPHALT CONCRETE PAVING 1-15-13