Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2006-016 Fourth Ballfield at Gateway Sports Complex; Budget Amendment and Appropriations
ORDINANCE NO 2006 16 AN ORDINANCE amending the 2006 budget for the City of Yakima, and making an appropriation within the 331 -Parks and Recreation Capital Fund supported by a transfer from the 342 - Public Works Trust Construction Fund for expenditure during 2006 to provide for construction of a Fourth Ballfield at the Gateway Sports Complex. WHEREAS, the 331 -Parks and Recreation Capital Fund and 342 - Public Works Trust Construction Fund contain Unappropriated Fund Balances available for appropriation and expenditures during 2006 in various amounts as detailed in the attached Schedule I to provide for construction of a Fourth Ballfield at the Gateway Sports Complex, and WHEREAS, at the time of the adoption of the 2006 budget it could not reasonably have been foreseen that the appropriation provided for by this ordinance would be required; and the City Council declares that an emergency exists of the type contemplated by RCW 35 33 091 and that it is in the best interests of the City to make the appropriation herein provided, now, therefore, BE IT ORDAINED BY THE CITY OF YAKIMA. Section 1. Appropriations are hereby made, for expenditure during 2006, from Unappropriated Fund Balances in the 331 -Parks and Recreation Capital Fund and 342 - Public Works Trust Construction Fund to the various accounts and in the various amounts, to provide for construction of a Fourth Ballfield at the Gateway Sports Complex all as specified in the Schedule attached hereto and incorporated herein. Section 2. This ordinance is one making an appropriation and shall take effect immediately upon its passage, approval and publication as provided by law and by the City Charter PASSED BY THE CITY COUNCIL, signed a , pproved th 4th day of April , 2006 4� DAVID EDLER, MAYOR ATTEST CITY CLERK First Reading. 3 - 21 - 2006 Publication Date 4 - - 2006 Effective Date 4 - - 2006 Cepperson 3/15/2006 APPROP ORDINANCE PAGE 1 SCHEDULE 1 Parks &Recreation Capital Fund RESOURCES. Operating Transfer In 331 - 331 -645 -1924- 39700 -OPT $550,000 00 TOTAL RESOURCES $550,000 00 APPROPRIATIONS Kiwanis Park - Fourth Ballfield 331 - 331 - 528 -1924- 59476 -650 $200,000 00 TOTAL APPROPRIATIONS $200,000 00 Public Works Trust Construction Fund APPROPRIATIONS Operating Trnasfer Out 342 - 342 - 645 -1924 -59476 -550 $550,000 00 TOTAL APPROPRIATIONS $550,000 00 erp 3/16/2006 3:02 PM appro misc parks app 475 (2) BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No 2 5 `- For Meeting of Mm�c� 1, 2006 ITEM TITLE. Consideration of Report from Finance and Parks and Recreation regarding the construction of the Fourth Balifield at the Gateway Sports Complex: A. A Motion to Approve an Altemative Financing Plan, and, B. An Ordinance Amending the 2006 Budget and Creating an Appropriation in the 331 - Parks and Recreation Capital Fund SUBMITTED BY Dick Zais, City Managers . Chris Waarvick, Director of Public Works Rita DeBord, Finance Director CONTACT PERSON/TELEPHONE. Denise Nichols, Parks & Recreation Manager, 575 -6020 Cindy Epperson, Financial Services Manager, 575 -6070 (,E. SU MMARY EXPLANATION. Background: The Gateway Sports Complex opened in 2005 with great fanfare and praise from the community Phase 1 consisted of three "state -of -the art" ballfields, a restroom and concession facility, parking and support amenities such as a playground, picnic shelter, bleachers, and scoreboards The cost for Phase 1 was close to $3 million. In 2005, there were 248 teams (3,720 players) who participated in the 2005 Summer Adult Softball program Between March 26 and October 16, 2005, there were 27 out of 30 weekends booked for youth or adult softball toumaments. That is 90% of all usable weekends. Approximately 255 youth and adult teams participated in tournaments at the Gateway Complex in 2005, with an estimated 67% of the teams from out of town bringing in nearly $600,000 in tourism dollars into the Yakima community Continued .. Resolution Ordinance X Other (Specify) Contract _ Mail to (name and address) Funding Source Parks Capital Fund -331 and Redirected Real Estate Excise Tax 1 (REET 1) Fund -342 APPROVED FOR SUBMITTAL. �� City Manager STAFF RECOMMENDATION Staff respectfully recommends the following actions. A. A Motion to approve the altemative financing plan regarding the construction of the fourth ballfield at the Gateway Sports Complex as described in this agenda statement, and, B Read the Appropriation Ordinance by title only at the March 21, 2006 meeting. Pass Ordinance after second reading at the April 4, 2006 meeting. BOARD /COMMISSION RECOMMENDATION: The Parks Commission Chairman, Bob Busse, and the other members of the Commission have been briefed on this matter and support going forward with the Fourth Ballfieid and funding plan. COUNCIL ACTION: First reading of ordinance; second reading set for 4 -4 -2006 4 -4: Ordinance passed. ORDINANCE NO. 2006 -16 Fourth Ballfield March 21, 2006 Page 2 Funding for the project came from a variety of sources. These included private donations, two Washington State grants from Community, Trade & Economic Development (CTED), the sale of property to Yakima Valley Community College, and the general City contingency fund. Phase 1 of the Gateway Sports Complex is now complete Phase 1I of the complex consists of the construction of the Fourth Ballfleld The fourth ballfield replaces an old existing field and completes the pinwheel providing the comerstone of the park. Since the start of this project, the intent of the Master Site Plan anticipates providing the citizens of Yakima a premier four -field softball complex to attract tournaments and to support the community's large softball leagues City Leaders have been working with Senator Deccio and Representatives Clements and Skinner over the past three years to secure funds for this project and other projects in the community, such as new buildings at Yakima Valley Community College (YVCC) and North Front Street and Yakima Avenue pedestrian improvements. When the Yakima projects were announced in last year's state biennial budget, the City was excited to see what was at the time thought to be funds for the fourth ballfield. However, further research of the state capital budget showed that these funds, which were identified as "Yakima Ballfields" were in actuality unspent funds carried over to the current year for the previously constructed projects. Many, including the Governor's office, thought this was a new appropriation when indeed it was carry-over from previous years from property acquisition at Larson Park, already paid to the City by YVCC, but not yet paid by the State to the College Prior to the aforementioned discovery, design was completed and the project went out to bid. Bids were opened in February Total project costs, including design and engineering services, is approximately $750,000 as detailed in the following list: • Base Bid $610,000 • Sales Tax (8.2 %) 50,000 • Engineering/permits /other "soft" costs 62,000 • Contingency (4.2% of base bid) 28,000 Total Project Cost $750,000 This amount is higher than originally projected primarily due to escalating commodities /materials costs, as described more fully in the attached letter from the project engineer Regardless, staff recommends finishing this phase of the project to remain competitive and attract regional and state tournaments. Also, City Council and the community have invested significant importance to this project and the need to continue that momentum. This project is viewed as a critical feature in the renaissance of the city and is an original element of the four -year Downtown Yakima Futures Initiative Finally, the project will not be cheaper to build in the future Funding Availability: The Parks Capital Budget included a budget of $550,000 for the fourth ballfield project, funded by a state grant of $350,000 and an allocation of the Parks bond proceeds of $200,000 As mentioned above, there is no state money available for this project, and the bids came in about $200,000 higher than originally estimated. Therefore, a funding gap of approximately $550,000 exists if the project is to be built. Given the importance of this project, City Management has endeavored to identify and develop an altemative financing package to enable this project to be accomplished this year Continued Fourth Ballfield March 21, 2006 Page 3 During the 2006 budget development, capital budgets were developed in accordance with long - range plans, and the Parks Capital budget was projected to end 2006 with less than $100,000 of fund balance Because resources did not exist within the Parks Capital fund, other capital resources were examined, and a one -time opportunity to use resources generated by the first quarter percent of Real Estate Excise Tax (REET 1) in 2005 was identified REET 1 (accounted for in Fund 342 titled Public Works Trust Construction Fund) had actual revenue that exceeded the year -end estimate by about $130,000 in 2005, because of a strong year in real estate transactions. In addition to the gain in revenue, several projects budgeted in 2005 -2006 either had savings or changes in project scope, which freed up resources of $420,000 These include • The cancellation of the Joint Assembly Hall project with Yakima County — the elimination of professional services for future architectural design/development costs and expenses to reconfigure/fumish the proposed joint public assembly hall has resulted in a savings of $400,000 originally scheduled to be spent in 2005 and 2006 • Savings on the basketball court project in Miller Park — $20,000 in 2005 Altemative Financing Plan: As a result of the above, $550,000 in REET 1 resources are available for this project, subject to Council approval. In summary, the proposed alternative financing plan for the ballfield project is: • Allocation of Parks bond proceeds $200,000 • REET 1 2005 actual revenues over year -end estimate 130,000 • Savings from cancellation of Joint Assembly Hall project with Yakima County 400,000 • Savings on the recent Miller Park project 20,000 Total Project Resources $750,000 The attached appropriation ordinance increases the project budget in the Parks Capital Fund by $200,000 to authorize a total project budget of $750,000 It also authorizes the transfer of $550,000 of REET 1 to the Parks Capital Fund REET 1 is available for capital purposes, and unobligated REET 1 resources that have been built over time are being earmarked for City Hall capital improvements, repairs, equipment and other needs. (REET 1 is not legally permissible to be expended for ongoing operation and maintenance costs) This plan would leave the reserve fund balance in the Public Works Trust Construction Fund at the end of 2006 virtually unchanged from the $1 million identified during the budget adoption process. Additionally, the 2006 budget would still contain $450,000 for ongoing capital needs in City Hall, including security enhancements, elevator maintenance, the asbestos removal project, and other mechanical systems needs. Summary and Recommendation. Given the significant demand and improved competitive capability of adding the fourth lighted ballfield in the new Gateway Sports Complex at Kiwanis Park, this project should generate positive economic and aesthetic value for our community Accordingly, staff is recommending that REET 1 funds made available by savings from the cancellation of the public assembly hall project; savings on the basketball court project in Miller Park, and additional revenues over 2005 year -end estimates be redirected for this project and added to the bond resources previously set aside for this purpose. Should this alternative financing plan be approved by Council, the City Manager would proceed with the construction bid award. Huibregtse, Lowman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING William L. Huibregtse, PE JeffreyT Louman, PE Theodore VV Pooler PE Dennis J.Whitcher PE Eric T Herzog, PLS Michael T Battle, PE Terry D.Alapeteri, March 17, 2006 Daniel L. Hesse, PE Gene W Soules, PE City of Yakima Public Works Department 2301 Fruitvale Blvd Yakima, WA 98902 Attn Mr Chris Waarvick Director of Public Works Re Kiwanis Park Gateway Sports Complex Phase 2 - Fourth Ballfield Dear Chris In 2003, Huibregtse, Louman Associates, Inc (HLA), was engaged by the City of Yakima to develop a Master Plan for Kiwanis Park. The goal given to HLA by the City was to design premium, top quality ballfields to replace the existing outdated and difficult to maintain fields As part of the design team for the Master Plan, the firm of JGM Landscape Architects from Bellevue was retained JGM has over 37 years of experience in the design and renovation of athletic fields and sports complexes The intent was to re- energize local play, attract state tournaments and restore Yakima to the region's softball forefront. At the public meetings held during design development for the first phase of the project, this goal was clearly articulated by the community Accordingly, the design incorporated special infield and outfield soil mixes, new lawn, landscaping and irrigation systems, attractive fencing, new restroom and concession building, new 300 car parking lot, and a state of the art sportsfield lighting system At that time, the decision was made to maintain top quality even if it meant constructing only 3 fields initially which was done under Phase 1 We believe the Gateway Sports Complex has met the expectations of the City and community (refer to Herald Republic article, "Kiwanis Park Expansion Looks Better than Advertised," October 24, 2004) Construction of the fourth ballfield (Phase 2) will complete the four - ballfield pinwheel for the complex called for in the Master Plan and has been designed to the same standards of quality as the initial three fields Namely, soil mixtures, lawn, irrigation system, fencing, and the state of the art sportsfield lighting system Two bids were received for the Gateway Sports Complex fourth ballfield at Kiwanis Park. The low bid of $659,000 is approximately 23% above the project estimate of $533,000 The engineer's estimate represents the engineer's best judgment as a design professional generally familiar with the construction industry The engineer has no control over the cost of labor, materials, equipment, or services furnished by others, or over a contractor's methods of determining prices, or over competitive bidding or private market conditions The contractor's bid price includes these items and their relative assessment of project risk and desired profit Several factors contribute to this bid, which is more than anticipated during budgeting in early 2005 G \SUSAN \Yakima2 \65 doc 801 North 39th Avenue + Yakima,WA 98902 (509) 966 -7000 FAX (509) 965 -3800 City of Yakima March 17, 2006 Page 2 We have seen increased contractor bid prices for several recent projects A recent bid for the new softball complex at Carlon Park in Selah was approximately 19% higher than anticipated The price for copper wire conductor is approximately 20% higher than previous costs The lighting system and chain link fencing (metal items) have also increased in cost since the initial estimates Last fall, bid prices increased for PVC pipe and conduit due to the resin plants being destroyed by hurricane Katrina Much of the nation's resources are still going to those areas affected by hurricanes Fluctuations in gasoline prices cause freight and shipping charges to change daily I summary, commodity prices from the private sector continue to rise above the normal inflation indices We are ready to assist the City staff in completing this important project through the construction phase Thank you Re •ectfully, / ,1 , , Dennis J W er, P E DJW /sn G. \SUSAN \Yakima2 \65 doc Huibregtse, Lowman Associates, Inc. ENGINEER'S Stephens & Sons Const. Inc. Precision Earthworks, Inc. • BID SUMMARY ESTIMATE 417 S. 51' Ave 14231 Lake Rd. Ste. 300 KIWANIS PARK IMPROVEMENTS, PHASE 2 FOURTH BALLFIELD Yakima, WA 98908 -3420 Lynnwood, WA 98087 ITEM ITEM UNIT UNIT UNIT UNIT UNIT ITEM DESCRIPTION UNIT QUANT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT PRICE AMOUNT BASE BID • BALLFIELD NO 4 IMPROVEMENTS LUMP SUM $493,500.00 BASE BID $493,500.00 $609,350.00 $778,400.00 SALES TAX (8.2 %) $40,467.00 $49,966.70 $63,828.80 TOTAL 533,967.00 - 659,316.70 $842,228.80 ALTERNATES ALTERNATE NO. 1A NEW ASPHALT PATHWAY LUMP SUM - $6,100.00 $7 775 00 $5,250.00 ALTERNATE NO. 2A. ADDITIONAL OUTFIELD /PLAZA LUMP SUM $8,700.00 $15,150.00 $11,250.00 FENCING ALTERNATE NO. 3A. MAINTENANCE YARD FENCING LUMP SUM $6,200.00 $9,765.00 $10,280.00 ENGINEER'S REPORT CITY OF YAKIMA Competitive bids were opened on February 15, 2006. ...- All bids have been reviewed by this office. H� KIWANIS PARK IMPROVEMENTS, I recommend the contract be awarded to: Stephens & Sons Construction, Inc. , . :y ,, SAS, T AWARD MADE BY CITY MANAGER PHASE 2 - FOURTH BALLFIELD /n O ti`st� 6 '5 9 PROJECT NO. 02032 -B DATE PROJECT EN' I ER ,.!�j }; ;'� DATE FEBRUARY 15, 2006 'a F ' „.., , 4 ,". DATE CITY MANAGER � :� Iluibrcytse, Lounian Associates, Inc. wit`. Z t,(`1 ZY i.-: Page 1 of 1 EXPIRES 5n9 /OG 1 G' \Becca \02032 -B BID SUMMARY 2 15- 06.wpd HLA Project No 02032 -B ORIGINAL - CITY OF YAKIMA 5 f��" yi C it - 1 CA eAr y.._ b rci , 0 0 6, , - CITY OF YAKIMA PARKS AND RECREATION DIVISION KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 NEW BALLFIELD NO.4 City Project No. 1924 X4` 01 ® ® ® \" ,� `, b 1 11 A ' !'' °,* : • )� i ,? > 1?- -+_f ` d `11`10 ~ ~` • Construction Contract Specifications & Bid Documents 2301 Fruitvale Boulevard JANUARY 2006 Phone (509) 575 -6020 Yakima, WA 98902 fax (509) 575 -6238 Huibregtse, L® an Associates, Inc. 4 ,4 • CIVIL ENGINEERING • LAND SURVEYING • PLANNING William L. Huibregtse, PE Jeffrey T. Louman, PE Theodore W. Pooler, PE Dennis J.Whitcher, PE Eric T. Herzog, PLS Michael T. Battle, PE Terry D.Alapeteri,PE Daniel L. Hesse, PE Gene W. Soules, PE April 14, 2006 City of Yakima 129 North Second Street Yakima, WA 98901 Attn: Chris Waarvick Re: City of Yakima KIWANIS PARK IMPROVEMENT PROJECT, PHASE 2 /NEW BALLFIELD NO. 4 City Project No. 1924 HLA Project No. 02032B Dear Chris: Enclosed for City of Yakima review and execution are five copies of the Contract Documents for the above referenced project. Please have the City Attorney review the Performance Bond as to form and sign on page 4 -5. — The City Manager and City Clerk should sign page 4 -3. — Date the Contract on page 4 -2 for the date of the City Manager's signature. — Date the contract on page 4 -4 to match the contract date. When the contracts have been signed, please return two copies to our office and retain the "City of Yakima" and the "Public Works" copy for your records. We look forward to working with the City on this important project. Should you have any questions or need additional information, please call. Very truly yours, Steven C. Sziebert SCS /sn Enclosures G: \PROJECTS\2002 \020328 \041406 Contract Letter.wpd 801 North 39th Avenue ❖ Yakima,WA 98902 ❖ (509) 966 -7000 ❖ FAX (509) 965 -3800 • • ADDENDUM NO. 1 To the Contract Provisions for CITY OF YAKIMA, WASHINGTON KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 City Project No. 1924 HLA Project No. 02032B BID OPENING: February 15, 2006 2:00 pm To the attention of all plan holders for the above project: The following additions, revisions, and /or modifications are made to the Contract Documents, Plans, and Specifications for this project: SPECIFICATIONS Item 1 - Section 02222, Excavating A. Subsection 3.01, Preparation Add the following: H. Prior to beginning site excavation, the Contractor shall pothole the location of the existing 16" domestic watermain and the 2" domestic service line to the concession building to determine their depth and location. The Contractor shall contact the City of Yakima Water and Irrigation Department (Mike Shane 576 -6480) prior to potholing for City presence during potholing. Item 2 - Section 02800, Site Improvements A. Subsection 2.10, Ballfield Bases and Pitching Plates Revise as follows: A. Bases: Bolco 100ML, set of 3 bolt on bases, with anchor and top plates, or approved equal. Provide six (6) bases, anchors and top plates required for complete installation. Install 6 anchor systems complete in place, 3 at each base line distance as indicated on the drawings. Install 3 bases at the base line distance as directed by the City. Set aside the other three bases for pick up by the City. B. Home Plate: Revise last sentence to read, " Provide and install one (1) home plate at the designated location indicated on the drawings." C. Pitching Rubbers: Revise last sentence to read, "Provide and install one (1) pitching rubber at the location indicated on the drawings." B. Subsection 2.12, Foul Poles. G:\SUSAN \Yakima2157.wpd 1 Replace with the following: Foul line poles shall be LA Steelcraft, FLPO -20, 4' h" O.D., 20' high, to match the existing foul poles on the other ballfields. Finish to be electrostatically applied, baked -on yellow, dry polyester powder. One pair (two units) are required for this project. C. Subsection 3.01, General. Add the following: F. The Contractor shall adjust the location of outfield fence posts to provide maximum separation from the fence posts to the existing 16" domestic watermain location as determined by potholing as described above. Item 3 - Section 02810, Irrigation A. Subsection 3.06, Sprinkler Heads, Quick Couplers, Paragraph B.1. Delete reference to Marlex triple swing risers. No Marlex shall be installed on this project. Item 4 - Section 02900, Landscaping /Planting A. Subsection 2.02, Plant Materials. Add the following: I. Outfield Trees: Outfield trees shall be Acer Rubrum "Bowhall." Bowhall Maple, 2" caliper, 10 -12 ft, B &B, 8 ft centers. DRAWINGS Item 5 - Sheet L1.0, Planting Plan A. Revise boxed note in outfield regarding tree planting to read: "Typical Deciduous Tree Planting. See Sheet L3.2." (Rather than "Sheet L1.3 ") Item 6 - Sheet E1.0, Electrical Schedules & Details A. Detail 4/E1.0 Backstop Equipment: Revise the continuation note for the conduit to the scoreboard to read: "To Scoreboard (Via new Conduit)" in lieu of "To Scoreboard (Via existing & ". Delete the callout "Edge of Backstop" from the Detail. B. Symbol Schedule for Plan Drawings: Revise the lighting fixture to be designated as pole mounted in lieu of wall mounted. G: \SUSAN \Yakima2 \57.wpd 2 Item 7 - Sheet E1.1, Electrical Site Plan A. Electrical Site Plan: Revise the note callout for the circuits connecting to new Pole No. B1 to read: "Circuit MDP2 -2 (New) (Note 2) +Circuit MDP1 -19 (New) (Notes 2 &10)" in lieu of "Circuit MDP2 -2 (New) (Note 2) +Circuit MDP1 -19 (Notes 2 &6) ". Install the three new conduits that route through the center of Ballfield No. 4 to avoid home plate, the pitchers mound and the two locations of second base. It is acceptable to route the three conduits in a common trench to the outfield in lieu of routing the conduits in two trenches as shown on the drawing. Revise Note 7 to read as follows: "Install Ballast enclosure on existing manufac- turer's pole and install /connect ball field lighting conductors to enclosure. Install additional ball field lighting fixtures on pole to serve new Ball Field No. 4. Add callouts of "Circuit MDP2 -2 (New) in 1 (Existing) (Note 2) +Circuit MDP2 -8 (New) in 1 ' /2 "C (Existing) (Note 2) +Existing circuits in existing conduits +1 -1 ' /2 "C Spare (Existing)" to the two circuit runs that do not have circuit callouts between three Type II junction boxes located to the south of existing Ball Field No. 3. Add General Note 13 as follows: See Sheet C1.1 for additional electrical work regarding demolition of existing South Ball field. Item 8 - Sheet E1.2, Schedules A. Musco Pole Circuit/Description Schedule: Add a single asterisk to Pole Numbers A5, B1, C1 and C2 denoting new pole, lighting fixtures and circuits being provided under this Contract. B. Block Diagram Musco Lighting Controls: Revise the callout to Contactor Cabinet "2B" to read: "Contactor Cabinet "2B" (New by MUSCO provided under this Contract)" in lieu of "Contactor Cabinet "2B" (New by MUSCO)" C. General Notes: Add Note 2 as follows: "Panelboards and circuit breakers are existing unless otherwise noted." This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid G: \SUSAN\Yakima2 \57.wpd 3 This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid openin.. ► � ta c4- a Dennis J. Whitch= 'E Date Huibregtse, Louman Associates, Inc. 801 North 39 Avenue Yakima, WA 98902 Phone: (509) 966 -7000 C:1Projects\Kiwanis ParklAddendum No. 1 Phase 2.wpd 4 CITY OF YAKIMA LIABILITY CERTIFICATE CHECKLIST Contractor: Job Description: 1. Carriers admitted in the State of Washington an A -VII or better in Bests Guide. No First Mercury 2. Commercial General Liability on an occurrence basis subject to a $1,000,000 limit per occurrence. Yes 3. Automobile includes "Any Auto" and is subject to a $1,000,000 limit. Yes 4. Employers Liability shown at a $1,000,000 limit per occurrence. No $500,000 Limit 5. City of Yakima, their agents, employees, and elected and appointed officials are listed as an Additional Insured. Yes 6. Copy of Additional Insured endorsement included. Yes 7. Per Job Aggregate endorsement shown. If not, is a $2,000,000 Umbrella limit shown over $1,000,000 underlying? No • 8. Is the General Liability policy subject to a deductible of $5,000 or less? If higher, approval is required by the City. Yes 9. Under cancellation section is "Endeavor to" and "But failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" crossed out? Is 20 days or more notice of cancellation shown? Yes Joel Pearson 4/17/2006 Completed By Date Project 1924C hecklist / Sheet 1 CITY OF YAKIMA LIABILITY CERTIFICATE CHECKLIST Contractor: Stephens & Sons Job Description: Kiwanis Park improvement -Phase 2 1. Carriers admitted in the State of Washington an A -VII or better in Best's Guide. No, but OK 2. Commercial General Liability on an occurrence basis subject to a $1,000,000 limit per occurrence. Yes 3. Automobile includes "Any Auto" and is subject to a $1,000,000 limit. Yes 4. Employers Liability shown at a $1,000,000 limit per occurrence. Yes 5. City of Yakima, their agents, employees, and elected and appointed officials are listed as an Additional Insured. Yes 6. Copy of Additional Insured endorsement included. Yes 7. Per Job Aggregate endorsement shown. If not, is a $2,000,000 Umbrella limit shown over $1,000,000 underlying? Yes 8. Is the General Liability policy subject to a deductible of $5,000 or less? If higher, approval is required by the City. Yes 9. Under cancellation section is "Endeavor to" and "But failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" crossed out? Is 20 days or more notice of cancellation shown? Yes Joel Pearson 4/28/2006 Completed By Date C //Pt:06, Project1924Checklist / Sheet1 AR, I Init \6I\IV \1t19_in \rliantc \ Yakima nit, nfl r:a rtifiratr? Checklist )(Is 01/23/2003 RPR- 28- 2006(FRI) 08:26 P.002 /003 ACORD,. CERTIFICATE OF LIABILITY INSURANCE oaioiz 0 PRODUCER (509)248 - 3515 FAX (509)248 - 3673 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Terril , Lewis and Wilke Insurance Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P 0 Box 1789 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 112 S 4th Street Yakima, WA 98907 INSURERS AFFORDING COVERAGE NAIC # INSURED Stephens & Sons Construction, Inc. INSURER A: First Mercury Insurance Company ^ 2 North 36th Ave. INSURERS: Nationwide Mutual Insurance Co. 00035 Yakima, WA 98902 INSURER C: Ohio Casualty _ INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDIN' ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR DD'Ll ' POLICY EFFECTIVE POLICY EXPIRATION LIMBS I TR pISRD TYPE OF INSURANCE POLICY NUMBER p WI DDlYO - __DpLIF IMMIr111/0) GENERAL LIABILITY FMFLO01235 10/27/2005 10/27/2006 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 50 000 .eBGMIS=Pn nrmrenrr) 1 CLAIMS MADE [—Xi I OCCUR MED EXP (Any one Perron) 5 5,000 A PERSONAL 8 ADV INJURY 5 1,000,000 GENERAL AGGREGATE $ 2,000,000 GENII AGGREGATE LIMIT APPLIES PER; PRODUCTS • COMP /OP AGG 5 2,000,000 7 POLICY n jtef n LOG — AUTOMOBILE UADILITY ACP751164415 09/27/2005 09/27/2006 COMBINED SINGLE LIMIT $ X ANY AUTO (Ea accident) 1,000,000 ALL OWNED AUTOS BODILY INJURY B SCHEDULED AUTOS (Per person) $ X HIRED AUTOS BODILY INJURY X NON•OWNED AUTOS (Per aceldenl) $ — PROPERTY DAMAGE $ (Per accidonl) GARAGE LIABILITY AUTO ONLY • EA ACCIDENT S ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE S JOCCUR n CLAIMS MADE AGGREGATE S $ DEDUCTIBLE S RETENTION S S WORKERS COMPENSATION AND FMFLO0123 5 10/27/2005 10/27/2006 1 TDRY IM TE I X I°FR EMPLOYERS' LIABILITY STOP GAP E.L. EACH ACCIDENT $ 1,000,000 A ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERJMEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $ 1,000,000 II yes, describe under SPECIAL PROVISIONS below E.L. DISEASE • POLICY LIMIT $ 1,000,000 mut. er ' s R TBD 06/06/2006 06/06/2007 Coverage Limit: $659,316.70 C Special form, $2,500 deductibl Dp8CRIPTI N OF OPERATIONS I LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS_ City of Yakima, their agents, employees and elected or appointed o and Huibregtse, Louman Associates, Inc. as additional insureds for the KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2. Additional Insured Endorsement CC 2033 (07/04) attached. Per Project Aggregate policy form CG2503 - CERTIEICATF HOLDER , CANCFI l ATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL aetx fd€J6Xr MAIL 20 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, City of Yakima Xx dE 4XDOOXXX I;Ns XXX10001XXXXIXX CX 129 N. Znd Street (>xxsxfrc 6X M MOMIX (XXXXXXXX XXXXXX Yakima, WA 98901 AUTHORIZED REPRESENTATIVE Alex Hodge /JENN I ‘ii___ ACORD 25 (2001108) OACORD CORPORATION 1988 • APR- 28- 2006(FRI) 08:26 P. 003/003 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing Insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001108) HrK Co CUUD!rKu) Uti; CD F. UV I i vVJ lerril, Lewis & Wilke Insurance, Inc. 112 South 4th Street Yakima, Washington 98901 Facsimile Transmission Bus. 509 - 2484515 • T OFFICE: A DEPT o .©r- ci1 o. N o r , t PERSON "—; e- I P FAX 1 50 9 Z. U Q ,� 10a F O v .+ ► t (. lJ ti O PERSON A) e_x 1-Ic:,4 FAX (509) 248 -3673 5 DATE 2.13 NUMBER OF PAGES I i octo J `�J G:e- 1 1 r l e- 44-A G � 1 Cf.V G- 4 -1-1 S 5 se-Ns 1 , i jlitk____4, . The information contained in this transmission is privileged and confidential, it is intended only for the use of the . individual(s) or entity(ies) named above. If the reader of this message is not the intended recipient, you are hereby notified that you are not authorized to review the following page(s) and that any discrimination, distribution or copy of this communication is strictly prohibited. If you have received this communication in error, please notify us immediately by telephone and return the original message. Thank You. • Page 1 of 1 Joel Pearson From: Joel Pearson Sent: Monday, April 17, 2006 11:26 AM To: Chris Waarvick (cwaarvic @ci.yakima.wa.us) Subject: Project 1924 Kiwanis Attachments: Project1924Checklist.xls Enclosed is the checklist. They need to make some changes in order for it to be acceptable. I could not see that First Mercury was an admitted market in Washington. However, it does meet the Best's rating requirement. A broker would go to a non - admitted carrier if they approached admitted markets and they would not write the account. That could be very possible with a contractor, but you may want to verify that with the agent. fad Jeaan Senior Vice President Acordia Northwest 1430 N. 16th Ave. Yakima, WA 98902 509 - 853 -4211 Joel pearson @acordia.com This message is intended only for the addressee. Please notify the sender by email if you are not the intended recipient. If you are not the intended recipient, you may not copy, disclose, or distribute this message or its contents to any other person and any such actions may be unlawful. Acordia reserves the right to monitor and review the content of all messages sent to or received from this email address. 4/18/2006 • CITY OF YAKIMA LIABILITY CERTIFICATE CHECKLIST Contractor: Stephens & Sons Job Description: Kiwanis Park improvement -Phase 2 1. Carriers admitted in the State of Washington an A -VII or better in Best's Guide. No, but OK 2. Commercial General Liability on an occurrence basis subject to a $1,000,000 limit per occurrence. Yes 3. Automobile includes "Any Auto" and is subject to a $1,000,000 limit. Yes 4. Employers Liability shown at a $1,000,000 limit per occurrence. Yes 5. City of Yakima, their agents, employees, and elected and appointed officials are listed as an Additional Insured. Yes 6. Copy of Additional Insured endorsement included. Yes 7. Per Job Aggregate endorsement shown. If not, is a $2,000,000 Umbrella limit shown over $1,000,000 underlying? Yes 8. Is the General Liability policy subject to a deductible of $5,000 or less? If higher, approval is required by the City. Yes 9. Under cancellation section is "Endeavor to" and "But failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" crossed out? Is 20 days or more notice of cancellation shown? Yes Joel Pearson 4/28/06 Completed By Date Project 1924Checklist.xls / Sheet1 S: \Bus_Unit\ANY\102 -jp \clients \Yakima, City ot\Certificate Checklist.xls 01/23/2003 CITY O YAKIMA PARKS AND RECREATION DIVISION KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 NEW BALLFIELD NO. 4 City Project No. 1924 ir 0 ,%0 � _ b ` E� \\I t) EXPIRES ?la 19, 2006 Construction Contract Specifications & Bid Documents JANUARY 2006 Z: \JAN \SPECS \02032 B- YK.wpd CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON CONTRACT DOCUMENTS FOR KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 HLA Project No. 02032B TABLE OF CONTENTS PAGE NO. SECTION 1 - ADVERTISEMENT FOR BIDS 1 -1 INVITATION TO BID 1 -2 SECTION 2 - INFORMATION FOR BIDDERS 2-1 INFORMATION FOR BIDDERS 2 -2 SECTION 3 - BID PACKAGE 3 -1 BID PROPOSAL 3 -2 BID BOND FORM 3 -4 BID BOND 3 -4 NON- COLLUSION DECLARATION 3 -5 NONDISCRIMINATION PROVISION 3 -6 SUBCONTRACTOR LIST 3-7 WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY 3 -8 RESOLUTION NO. D -4816 3 -9 AFFIRMATIVE ACTION PLAN 3 -10 BIDDERS CERTIFICATION 3 -12 SUBCONTRACTORS CERTIFICATION 3 -13 PROPOSAL 3 -16 BIDDER'S CHECK LIST 3 -17 SECTION 4 - CONTRACT AND RELATED MATERIALS 4 -1 CONTRACT 4 -2 PERFORMANCE BOND 4 -4 SCHEDULE OF WORKING HOURS 4 -6 INSURANCE FORM 4 -7 INSURANCE FORM 4 -8 MINIMUM WAGE AFFIDAVIT 4 -10 SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS 5 -1 PREVAILING WAGE RATES 5 -2 SECTION 6 - TECHNICAL SPECIFICATIONS 6 -1 STANDARD SPECIFICATIONS 6 -2 SPECIFICATION INDEX 6 -3 SUPPLEMENTAL CONDITIONS INDEX 6 -24 APPENDIX A Z: \JAN \SPECS \020326- YK.wpd SECTION 1 - ADVERTISEMENT FOR BIDS Z: \JAN \SPECS \020326- YK.wpd 1-1 INVITATION TO BID • NOTICE IS HEREBY GIVEN that sealed proposals will be received by the undersigned City Clerk of the City of Yakima, Washington, up to the hour of 2:00 p.m. on February 15, 2006, and then be opened and publicly read for the construction of: KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 CITY OF YAKIMA PROJECT NO. 1924 This project is the second phase of the Kiwanis Park Improvement Project, the first phase constructed three new softball fields, plaza, and concession /restroom building. This project will construct one (1) new softball field with lighting and vinyl fencing. Work includes site clearing, earthwork, site grading, lawn and tree planting, athletic field surfacing, covered dugouts, bat racks, bleachers, underground irrigation system, and sports field lighting system. Additive alternates include: additional vinyl fencing around the existing plaza and ballfield No. 1; asphalt pathway; and installation of fencing to enclose the City's maintenance yard along Beech Street.: These alternates may be added to the Contract after bidding. Due to previously scheduled events at the existing Gateway Sports Complex, physical construction on the new fourth ballfield may not begin until June 6, 2006. Bids will be opened and read aloud in the CED large conference room, second floor, City Hall. Plans, Specifications, and bid forms are available from Huibregtse, Louman Associates, Inc., located at 801 North 39 Avenue, Yakima, WA 98902, phone number (509) 966 -7000, FAX: (509) 965 -3800, and may be obtained for a fee of $100.00 for each set, non - refundable. Informational copies of Plans and Specifications are on file for review at the office of the City Engineer in Yakima, WA, and at various plan centers. Each bid or proposal must be accompanied by cash, bond, or a certified check, payable to the order of the City Treasurer of the City of Yakima, for the sum of not less than 5% of said bid or proposal and none will be considered unless accompanied by such deposit, to be forfeited to the City of Yakima in the event the successful bidder shall fail or refuse to enter into a Contract with the City for the making and construction of the aforesaid improvement. All bids or proposals must be in writing, sealed, and filed with the City Clerk on or before the day and hour mentioned. The City reserves the right to reject any or all bids and proposals. DATED this day of January, 2006. Karen S. Roberts City Clerk PUBLISH: January 26, 2006 February 2, 2006 Z: \JAN \SPECS \020328 - YK.wpd 1 -2 SECTION 2 - INFORMATION FOR BIDDERS Z: \JAN \SPECS \020326 - YK.wpd 2- INFORMATION FOR BIDDERS BIDS will be received by the City of Yakima, Washington (herein called the "OWNER "), at City Hall, 129 North Second Street, Yakima, Washington 98901, until 2:00 p.m., February 15, 2006, and then at said office publicly opened and read aloud. Bids will be opened and read aloud in the CED large conference room, second floor, City Hall. Each BID must be submitted in a sealed envelope, addressed to Yakima City Clerk at 129 North Second Street, Yakima, Washington 98901. Each sealed envelope containing a BID must be plainly marked on the outside as BID for KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2, and the envelope should bear on the outside the BIDDER'S name, address, and license number if applicable, and the name of the project for which the BID is submitted. If forwarded by mail, the sealed envelope containing the BID must be enclosed in another envelope addressed to the OWNER at Yakima City Hall, 129 North Second Street, Yakima, Washington 98901. All BIDS must be made on the required BID form. All blank spaces for BID prices must be filled in, in ink or typewritten, and the BID form must be fully completed and executed when submitted. Only one copy of the BID form is required. The OWNER may waive any informalities or minor defects or reject any and all BIDS. Any BID may be withdrawn prior to the above scheduled time for the opening of BIDS or authorized postpone- ment thereof. Any BID received after the time and date specified shall not be considered. No BIDDER may withdraw a BID within 60 days after the actual date of the opening thereof. Should there be reasons why the Contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the OWNER and the BIDDER. BIDDERS must satisfy themselves of the accuracy of the estimated quantities in the BID SCHEDULE by examination of the site and a review of the Drawings and Specifications including ADDENDA. After BIDS have been submitted, the BIDDER shall not assert that there was a misunderstanding concerning the quantities of WORK or of the nature of the WORK to be done. The CONTRACT DOCUMENTS contain the provisions required for the construction of the PROJECT. Information obtained from an officer, agent, or employee of the OWNER or any other person shall not affect the risks or obligations assumed by the CONTRACTOR nor relieve the CONTRACTOR from fulfilling any of the conditions of the Contract. Each BID must be accompanied by a BID BOND payable to the OWNER for five percent of the total amount of the BID. As soon as the BID prices have been compared, the OWNER will return the BONDS of all except the three lowest responsive BIDDERS. When the Agreement is executed, the bonds of the two remaining unsuccessful BIDDERS will be returned. The BID BOND of the successful BIDDER will be retained until the CONTRACT BOND has been executed and approved, after which it will be returned. A certified check may be used in lieu of a BID BOND. A CONTRACT BOND in the amount of 100 percent of the CONTRACT PRICE, with a corporate surety approved by the OWNER, will be required for the faithful performance of the Contract. Attorneys -in -fact who sign BID BONDS or CONTRACT BONDS must file with each BOND a certified and effective dated copy of their Power of Attorney. The party to whom the Contract is awarded will be required to execute the Agreement and obtain the CONTRACT BOND within ten (10) working days from the date when NOTICE OF AWARD is delivered to the BIDDER. The NOTICE OF AWARD shall be accompanied by the necessary 2 -2 Z: \JAMS PECS \020328- YK.wpd Agreement and BOND forms. In case of failure of the BIDDER to execute the Agreement, the OWNER may consider the BIDDER in default, in which case the BID BOND accompanying the proposal shall become the property of the OWNER. The OWNER may make such investigations as deemed necessary to determine the ability of the BIDDER to perform the WORK, and the BIDDER shall furnish to the OWNER all such information and data for this purpose as the OWNER may request. The OWNER reserves the right to reject any BID if the evidence submitted by, or investigation of, such BIDDER fails to satisfy the OWNER that such BIDDER is properly qualified to carry out the obligations of the Agreement and to complete the WORK contemplated therein. A conditional or qualified BID will not be accepted. Award will be made to the lowest responsive, responsible BIDDER or all bids will be rejected. All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the PROJECT shall apply to the Contract throughout. Each BIDDER is responsible for inspecting the site and for reading and being thoroughly familiar with the CONTRACT DOCUMENTS. The failure or omission of any BIDDER to do any of the foregoing shall in no way relieve any BIDDER from any obligation in respect to its BID. Further, the BIDDER agrees to abide by the requirement under Executive Order No. 11246, as amended, including specifically the provisions of the equal opportunity clause set forth in these Contract Documents. The low BIDDER shall supply the names and addresses of major material SUPPLIERS and SUBCONTRACTORS when required to do so by the OWNER. The ENGINEER is Huibregtse, Louman Associates, Inc., represented by Dennis J. Whitcher, PE. The ENGINEER'S address is 801 North 39th Avenue, Yakima, Washington 98902, phone (509)966 -7000, FAX: (509)965 -3800. Z: \JAN \SPECS \020326 - YK.wpd 2 -3 • SECTION 3 - BID PACKAGE Z: \JAN\SPECS \020328 - YK.wpd 3 -1 CITY OF YAKIMA 129 NORTH 2 STREET YAKIMA, WASHINGTON BID PROPOSAL FOR THE KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 YAKIMA, WASHINGTON City of Yakima Project No. 1924 To: City Clerk City of Yakima Proposal of s - •, -, . . •. .. . s. _ . _ (hereinafter called "BIDDER "), organized and existing under the laws of the State of Washington, doing business as a corporation (insert "a corporation," "a partnership," or "an individual" as applicable). In compliance with your Advertisement for Bids, BIDDER hereby proposes to perform all work for the construction of the KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 - City of Yakima Project No. 1924, in strict accordance with the CONTRACT DOCUMENTS, within the time set forth therein, and at the prices stated below. By submission of this BID, each BIDDER certifies, in the case of a joint BID each party thereto certifies as to its own organization, that this BID has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this BID with any other BIDDER or with any competitor. BIDDER hereby agrees to commence work under this Contract within ten (10) calendar days after NOTICE TO PROCEED and to fully complete the PROJECT in accordance with Section 1 -08.5 of these Special Provisions. BIDDER further agrees to pay as liquidated damages the sum specified for each working day thereafter as provided for in Section 1 -08.9 of these Special Provisions. BIDDER acknowledges receipt of the following ADDENDA: Addendum No. 1 BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the following unit prices or lump sum: 3 -2 Z: WAN \SPECS \020326- YK.wpd • BALLFIELD NO. 4 IMPROVEMENTS: BASE BID $ b e n, 3 S ® . ®O SALES TAX (8.2 %) $ 417 Ft9 6 . 70 i TOTAL $ 65 3/6? . 70 ,- s „0-..„. TOTAL BID $ (059 3 . 70 ALTERNATES NOTE: THE TOTAL PRICE SHOWN FOR EACH ALTERNATE SHALL INCLUDE 8.2% SALES TAX. ry Alternate No. IA: New Asphalt Pathway ADD $ 1 � 7 7.5 • d CD Alternate No. 2A: Additional Outfield /Plaza Fencing ADD $ /5 f 5 00 Alternate No. 3A: Maintenance Yard Fencing ADD $ Z:1JANISPECS102032B- YK.wpd 3 -3 BID BOND Travelers Casualty and Surety Company of America One Tower Square 3PB, Hartford, CT 06183 Bond No. T -086 KNOW ALL MEN BY THESE PRESENTS, That we, Stephens & Sons Construction, Inc. as Principal, (hereinafter called the Principal), and Travelers Casualty and Surety Company of America, of One Tower Square 3PB, Hartford, CT 06183, a corporation duly organized under the laws of the State of Connecticut, as Surety, hereinafter called the Surety, are held and firmly bound unto City of Yakima as OBLIGEE, hereinafter called the OBLIGEE, in the sum of ** 5.00% of the total amount bid ** Dollars ($ 5.00% of bid ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by ' these presents. WHEREAS, the Principal has submitted a bid for Project No. 1924 Kiwanis Park Improvement Project - Phase 2 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed, sealed, and dated this 15th day of February, 2006 Stephens & Sons Construction, Inc. 4di _ B Er�� �1..."" (Seal) Witness Principal Travelers Casualty and Surety Company of America / �' %/ • ./�/4;le � By (� (Seal) Witness R.A. Fix, Attorney-in-Fact • Printed in cooperation with American Institute of Architects (AIA) by Travelers Casualty and Surety Company of America. The language in this document conforms exactly to the language used in AIA (Document A310, February 1970 edition. S- 1869 -G (08 -99) • TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183 -9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S) -IN -FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies ") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Christine V. Felicetty, N. B. Fix, R.A. Fix, of Seattle, Washington, their true and lawful Attorney(s) -in -Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his /her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s) -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact . and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VO TED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if • required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. (11 -00 Standard) • IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS ' CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President and their corporate seals to be hereto affixed this 13th day of February 2003. STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA T R AVFT,FRS CASTJA1,TY AND SURETY COMPANY }SS. Hartford FARMINGTON CASUALTY COMPANY COUNTY OF HARTFORD N � 1 ��1NUW "' ...tY AH Ag PSJRfTp�g 5 \ S�. a% ;".% n \T� ✓1 ,1 • 1ARTFORD,� K ° ( HARTFO < 1982 O By - mut 7 CONN. c . George W. Thompson %.\\_____ t 6'1.- 4 "✓EC1�" 1 '''r.as � tie * ti a Senior Vice President ' 3 ' 2 before personally came GEORGE W. THOMPSON to me known, who, being b y me duly '� "ii this i 13th day of February, v e Ore iiiC per5onui ` Ci.:,u, GEORGE W. THOMPSON being j duly sworn, did depose and say: that he /she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the . corporations described in and which executed the above instrument; that he /she knows the seals of said corporations; that the seals . affixed to the said instrument are such corporate seals; and that he /she executed the said instrument on behalf of the corporations by ' authority of his /her office under the Standing Resolutions thereof. If t r‘ _.114_ \r C, titrALOWIlik *AURA * Oa et My commission expires June 30, 2006 Notary Public Marie C. Tetreault 1 CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. / —44 Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this • day of r: .5\ AAI 206 62 , 0u�tim�suxiwtar�, e'" " O A6U, 44 �< �' � � ° ,� c ' r F Oa per* Hof �i. f 1 6J/� / u- � Y a ..� & e a H ARTFORD, < V' I 9 8 2 D By / X -,/.. 6' Kori M. Johanson 1 ; � ` 4 :, „ 1,a d ' 6y ' ?` Assistant Secretary, Bond NON - COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States, that the following statements are true and correct: • 1. That the undersigned person(s), firm, association, or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. Z: \JAN \SPECS \020328 - YK.wpd 3 -5 NONDISCRIMINATION PROVISION During the performance of this Contract, the contractor agrees as follow: The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the Contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The Contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. The Contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contract or with any such rules, regulation, or orders, this Contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. The Contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance; provided, however, that in the event the Contractor becomes involved in, or is threatened with litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. Z: \JAN \SPECS \020328- YK.wpd 3 -6 SUBCONTRACTOR LIST Prepared in compliance with Chapter 378 Laws of 1993 To be Submitted with the Bid Proposal KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 City of Yakima Project No. 1924 The following listed bid items (listed in numerical order) for this project have been proposed for subcontracting to subcontractors as indicated for: Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Bid item numbers to be performed by the prime contractor: ( ) Prime Contractor Name Item Numbers Z: \JAN \SPECS \020326- YK.wpd 3-7 • • CITY OF YAKIMA WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY It is the policy of the City of Yakima that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities. To this end, the City is committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program. The City is determined to maximize women and minority business opportunities through participation in the competitive bidding process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations. All women and minority business enterprise programs shall include specific goals for participation of women and minority businesses in City projects of at least ten percent (10 %) of the total dollar value of City contract over $10,000. Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished. This statement of policy will be widely disseminated to all managers, supervisors, minorities, and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities, and women who may seek the City's procurement and construction contracts related to the women and minority business enterprise programs. Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans /specifications, bid forms, and invitations to bid are as widely distributed as possible. Z: \JAN \SPECS \02032B - YK.wpd 3 -8 RESOLUTION NO. D- 4 8 1 6 A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance carries with it the obli- gation of contracting with Women And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Council hereby adopts the "Women And Minority Business Enterprise Policy ", a copy of which is attached hereto and by reference made a part hereof. • ADOPTED BY THE CITY COUNCIL this .�$ G4 day of ,c �. a �- 1983. 417 f) . ( Mayor ATTEST: 7 • )4L City Clerk 3_9 11 AFFIRMATIVE ACTION PLAN The bidders, contractors and subcontractors will not be eligible for award of a contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima, This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. b. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If suchworker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. c. The contractor shall promptly notify the City of Yakima Engineering Division an Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically 3 -1013 including minority news media; and by notifying and discussing it with all subcontractors and suppliers. g. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, minority recruitment organizations and minority training organizations, within the contractor's recruitment areas. h. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. i. The contractor shall validate all man specifications; selection requirements, tests, etc. j. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. k. The contractor shall develop on -the -job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. I. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. m. The contractor shall make sure that seniority practices, job classifications, etc., do no have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non- segregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. q. Non cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and /or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. 14 BIDDERS CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: certifies that: (BIDDER) 1. It intends to use the following listed construction trades in the work under the contract and; as to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non - federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: and; 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub- contract under this contract the Subcontractor Certification required by these Bid Conditions. (Signature of Authorized Representative of Bidder) x_1 SUBCONTRACTORS CERTIFICATION Subcontractors' Certification is not required at the time of bid. This Certification must be completed by each subcontractor prior to award of any subcontract. certifies that: (SUBCONTRACTOR) 1. It intends to use the following listed construction trades in the work under the subcontract and; As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non - federal) in Yakima, Washington, subject to these Bid Condition, those trades being: and; 2. It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certification required by these Bid conditions. (Signature of Authorized Representative of Subcontractor) 3 -1316 Materially and Responsiveness The certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of his bid. Failure to submit the certification wilt render the bid non responsive. Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible' bidder for, government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non - compliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet it fair share of the trade's goals of minority and women workforce utilization, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the Consequences thereof. In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor of the subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractors or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" 3 -1 requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceedings shall be taken into consideration by Federal agencies in determining whether such contractor or subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to the: Director Office of Federal Contractor Compliance U.S. Department of Labor Washington, D.C. 20210 and shall be forwarded through and with the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance. 18 3 -15 1 PROPOSAL KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 CITY OF YAKIMA PROJECT NO. 1924 The Bidder is hereby advised that by signature of this proposal, he /she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5 %) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: El IN THE AMOUNT CASH OU OF O CASHIER'S CHECK 0 DOLLARS CERTIFIED CHECK 0 ($ ) PAYABLE TO THE STATE TREASURER ' PROPOSAL BOND M IN THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No.(s) 1 , , and SIGNATURE OF AUTHORIZED OFFICIALS - G l ' i FIRM NAME Stephens & Sons Construction, Inc. (ADDRESS) 417 South 51st Avenue 509 - 457 -6426 Yakima, WA 98908 -3420 PHONE NUMBER 509- 457 -0169 FAX NUMBER STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER STEPHSC991R1 ' FEDERAL ID NO. 80- 0000242 Note: (1) This proposal form is not transferrable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to Section 1 -02.6 of the Standard Specifications, re: "Preparation of Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication. 1 Z:1JANISPECS102032B- YK.wpd 3 -16 • BIDDER'S CHECK LIST The bidder's attention is especially bound to the Contract forms Documents: which must be executed, as required, and submitted on the form A. PROPOSAL The unit prices, extensions, and total amounts bid must be shown in the space provided. B. PROPOSAL SIGNATURE SHEET To be filled in and signed by the bidder. C. BOND ACCOMPANYING BID This bid form is to be executed by the bidder and surety company unless bid is accom- panied by a certified check. amount dollars or o�na shall basis. than 5% of the total amount bid and may be shown in D. SUBCONTRACTOR LIST The form must be filled in. Failure to provide this information WILL NOT render the bid non- responsive. E. MBEIWBE FORM It is requested that the Bidder's Certification of the "Affirmative Action Profile" in the MBE /WBE Form be filled in and signed by the bidder. Failure to provide this information WILL NOT render the bid non - responsive. The following forms are to be executed after the Contract is awarded: A. CONTRACT This agreement to be executed by the successful bidder. B. PERFORMANCE BOND To be executed by the successful bidder and his /her surety company. C. CERTIFICATE OF INSURANCE Refer to attached Informational Certificate n 1- 0718 (APWA) of the Standard u Endorsement. Also refer to Section and Special Provisions. 3 -17 Z: \JAN \SPECS \020328- YK.wpd SECTION 4 - CONTRACT AND RELATED MATERIALS Z: \JAN \SPECS \020328- YK.wpd 4 -1 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this / day of , 2006, by and between the CITY OF YAKIMA, hereinafter called the Owner, and STEPHE S & SONS CONSTRUCTION, INC., a Washington Corporation, hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this Agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for the bid amount of: SIX HUNDRED FIFTY -NINE THOUSAND THREE HUNDRED SIXTEEN AND 70/100 DOLLARS ($659,316.70), for KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 - CITY OF YAKIMA PROJECT NO. 1924, all in accordance with, and as described in the attached Plans and Specifications and the 2004 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. Physical construction shall start on June 6, 2006, and shall be completed by October 6, 2006. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractor shall provide and bear the expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this Contract and every part thereof, except such as are mentioned in the Specifications to be furnished by the City of Yakima. II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached Plans and Specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached Specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this Contract. III. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. IV. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this Contract, except as expressly provided herein. Z: \JAN \SPECS \02032B- YK.wpd 4 -2 IN WITNESS WHEREOF the parties hereto have caused this Agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA CONTRACTOR this J day of , 2006 STEPHENS & SONS CONSTRUCTION, INC., a Washington corporation By: 14 ._.. �._•• City Manager / Stuart A. Stephens (Please print or type Name) Attest: 2 City Clerk % Its President (President, Owner, etc.) Address: 417 South 51S Avenue Yakima, WA 98908 Z: \JAN \SPECS \020326- YK.wpd 4-3 Bond No, 104 682 444 PERFORMANCE BOND BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Stephens & Sons Construction, Inc, a Washington Corporation as Principal and & Surety Co, of America corporation organized and existing under the laws of the State of Connecticut , a as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety, are jointly and severally held and firmly bound to the CITY OF YAKIMA in the penal sum of $ **659,316.70** the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of the CITY OF YAKIMA. DATED at Yakima, Washington, this 1' day of 2006 Neverless, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council on March 30th , 20 06 , the City Manager and City Clerk of the CITY OF YAKIMA has let or is about to let to the said Stephens & Sons Construction, Inc. the above bounden Principal, a certain Contract, the said Contract being numbered 1924 , and providing for KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 (which Contract is referred to herein and is made a part hereof as though attached hereto), and, WHEREAS, the said Principal has accepted, or is about to accept, the said Contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW THEREFORE, if the said Stephens & Sons Construction, Inc. shall faithfully perform all of the provisions of said Contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said Contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said CITY OF YAKIMA, its employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work and shall indemnify and hold the CITY OF YAKIMA, its employees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of performance as specified in said Contract or from defects appearing or developing in the material or workmanship provided or performed under said Contract within a period of one year after its acceptance thereof by the CITY OF YAKIMA, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. ZtJAN\SPECS102032B- yK,wpd 4-4 Stephens & Sons Construction, Inc. (Contractor) By: ` f 6 u.art 4 -57 1 h e/2-5 (Print Name) Approved as to form: Its: %" ?..514 6 L (President, Owner, etc.) (CiV Attorney) /0o Travelers Casualty and Surety Och U Company of America (Surety) By: /r R.A. Fix (Print Name) Its: Attorney in Fact Z:WAMSPECS \020328- YK.wpd 4 -5 WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 1 V STPQIjL POWER OF ATTORNEY TRAVELERS Farmington Casualty Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Cornpany Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney -In Fact No. 214858 Certificate No. 0 0 0 7 4 9 45 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Cornpany is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian hrsurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws • of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are • corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint Christine V. Felicetty, N. B. Fix, and R. A. Fix . of the City of Seattle , State of Washington , their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. 6th IN WITN; SS ' HEREOF, the Comp have caused this instrument to be signed and their corporate seals to be hereto affixed, this arc., day of , . Farmington Casualty Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company G I.SU _2t�t�/A1w- . • '''' SuRET .,, iREµb - ,.. yN� e _••r( �p Y S `w F 4 .5. p k \ - ti N N f •,.,'� �NSU lTY AEy � r V i�onaonq,P G �° * r � s �`''. O .... ,, " . J P.... ! t q "•, g J P � s ` N�°su' \ 15Y Ak o n C pica,' AL P� i r. CORP O RA T a ?.' RPO E, Ci : U ym a p 19 77 F ORMED w m = �r m ;�: c o T m 11 Y 0 1982 O � � t 192 7 K i • �+� � I : - -- , n s w HARTFORD < �� • Fi4f3TF6� � a �> .. 1951 N �� -' SEA " . o E CO NN. e CONt F n t896 n y r� s y # a -t .> o mo d ., L;o ' y � 6 : . S EA L;a o p < Y � FN. /,,� 10 <./ '' `�OFNEW n��nN as SS ✓� °�tg' n ''a� db a +a 1 wa d •e14,„ do State of Connecticut By: WI City of Hartford ss. G orge W ompson, Sen President • 6th March 2006 On this the day of , , before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. AG. 11 % In Witness Whereof, I hereunto set my hand and official seal. I •TARt7 �W wJ l.. . �■�� ^^it1 My Commission expires the 30th day of June, 2006. C p * Marie C. Tetreault, Notary Public .4 OTP 58440 -9 -05 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER �__ -_.._ WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE R BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, II St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RF.SOTVFD that the Chairman, the President. any Vice Chairman. any Executive Vice President, any Senior Vice President. any Vice President. any Second Vice 11 President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf 11 of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is a FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any b, nin, nr iridnm, r rbt in he nt, , or con undertaking shall be valid and binding upon the Company ond w recoghen za (a) ce signed co t by act the of President any o w Vice Chaiiting o liga rman, any ory Executive t aure Vice of a Pbondresident, any recognizance Senior Vice President ditional or any Vicndertak e President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the El Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, H any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any . ' certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the i Company in the future with respect to any bond or understanding to which it is attached. • I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance I] Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance ? r Company, Travelers Casualty and n Surety Company, Travelers y Casualty and Surety Company u of America, and United States hic Fidelity fu and Guaranty Company do hereby ce tify that the above and f : a true an d c art r of the Powei of,Attor xected by said Companies w is in force and affect and has not been y b . op ey .. r _... revoked. E. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 4th day of Apri 1 20 06 1 1 Kori M. JohanstaAssistant Secretary" 1 1 4# N 0ASU4 7Y ` ,. q.t.', SURETY treq A., `TN INfG •`i a• 1H SUq`"..., JP � SY AN D Nl0 t'1.1•,, �7YA� '1 . 1 0 E T A �p 0.KW gj ! 1 * P ' 1,�4 O = .• .r,1... ........ • P.=.'•. 9 4. G y4,. F� O Rp + o r' a 9 rco R'1."* t d o lt Ci 6 9 r ! '- M1COR Vi JI P h afw rpORPORAT' m M is62� o 1 1977' ro i 4,, 927 Y q m m 3 �: ` t ucir u. c '� �_ n• 1 t i ' a CONN. a CON m 7696 -+ Z `4 c*F S 951 d SE AL ,v3ES.Y. ' o �, ' � as ? •k 2 %t _le' s Y o fi b'•.. ..( o- •. n \ '�`' � .. b dd . FN /.� Is tr . ,.• � p F U S A NG, ,( .t i i •'c b a 1 Va H NkVI m.. ,,. S . AN ,J <S ..••••• A . 1 O m ,,. A!N It To verify the authenticity of this Power of Attorney, call i- 800 -42i -3880 or contact us at www.stpauitravelersbond.com. Please refer to the Attorney -In -Fact number, ! the above -named individuals and the details of the bond to which the power is attached. k !1 a a I 1 El .. . 1 3 i tN 6 is N [i e n a El I Li WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER �; SCHEDULE OF WORKING HOURS In accordance with SECTION 1- 08.0(2) HOURS OF WORK (APWA ONLY), the normal straight time • working hours for this project will be from a.m. to p.m., days per week. It is understood that normal straight time working hours shall not exceed 40 hours per week, regardless of the number of days worked per week. All hours worked in excess of 40 hours per week shall be considered as overtime hours subject to the reimbursement provisions of SECTION 1- 08.0(3) REIMBURSEMENT FOR OVERTIME WORK OF CONTRACTING AGENCY EMPLOYEES (APWA ONLY) as modified by the Special Provisions. Overtime hours are defined as any hours in excess of or outside of the above normal straight time working hours when the Contractor and /or his subcontractors are on the project site performing work. I hereby certify that my subcontractors have been notified of the normal straight time working hours provisions of this project and understand that Engineer /Contracting Agency costs for overtime hours will be deducted from amounts due to me for work performed on the project. Contractor Signature Date Z: \JAN \SPECS \020328- YK.wpd 4 -6 ACOR� CERTIFICATE OF LIABILITY INSURANCE 04/04/2006 F DUCER (509)248 -3515 FAX (509)248 -3673 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Terril , Lewis and Wilke Insurance Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR -- 0 Box 1789 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 12 S 4th Street Yakima, WA 98907 INSURERS AFFORDING COVERAGE NAIC # INSURED Stephens & Sons Construction, Inc. INSURER A: First Mercury Insurance Company 2 North 36th Ave. INSURERB: Nationwide Mutual Insurance Co. 00035 Yakima, WA 98902 INSURER C: Ohio Casualty INSURER D: INSURER E: C _'VERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTW ITHSTANDINI ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR IAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH OLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSN 1ADD'L TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS I TR INS' C DATE MM /DD/YY) ATF (MM /DD/YYl GENERAL LIABILITY FMFLO01235 10/27/2005 10/27/2006 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 50,000 PREMISES (Fa orma.nra) CLAIMS MADE X OCCUR MED EXP (Any one person) $ 5,000 A PERSONAL & ADV INJURY $ 1,000 , 000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ 2,000,000 - POLICY PRO LOC JECT AUTOMOBILE LIABILITY ACP751164415 09/27/2005 09/27/2006 COMBINED SINGLE LIMIT $ X ANY AUTO (Ea accident) _ 1,000,000 ALL OWNED AUTOS BODILY INJURY $ (Per person) SCHEDULED AUTOS _ ^ X HIRED AUTOS BODILY INJURY $ (Per accident) X NON -OWNED AUTOS PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY • EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS /UMBRELLA LIABILITY EACH OCCURRENCE $ ' OCCUR CLAIMS MADE AGGREGATE $ $ DEDUCTIBLE _ $ RETENTION $ $ WORKERS COMPENSATION AND FMFLO01235 10/27/2005 10/27/2006 I TORY iMITS X IT R EMPLOYERS' LIABILITY STOP GAP E.L. EACH ACCIDENT $ 500,000 ANY PROPRIETOR /PARTNER /EXECUTIVE OFFICER /MEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $ 500,000 If yes, describe under E.L. DISEASE • POLICY LIMIT ($ 1,000,000 r SPECIAL PROVISIONS beiow BuJ lder's Risk TBD 06/06/2006 06/06/2007 Coverage Limit: $659,316.70 Special form, $2,500 deductibl DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS City of Yakima, their agents, employees and elected or appointed officials and Huibregtse, L Aman Associates, Inc. as additional insureds for the KIWANIS PARK IMPROVEMENT P,.JJECT - PHASE 2. Additional Insured Endorsement CG 2033 (07/04) attached. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL KIXAMeXXX MAIL 20 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, City of Yakima XXXXXX 6VOCXiXnX 04)04)05X&Cdk OODA X)dX1MOSXXk 129 N. 2nd Street MAQ1kWASXM#?MMD(X00004XMCFXNEX QX40Q #14XXXXXXXXXXk Yakima, WA 98901 AUTHORIZED REPRESENTATIVE Alex Hodge /JENN P^ORD 25 (2001/08) ©ACORD CORPORATION 1988 I IMPORTANT If the if r rtica holder i ADDITIONAL � r R E . certificate ,,,,,d„ s an INSURED, the poiicy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER ' I The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. o I I I. I I ACORD 25 (2001/08) COMMERCIAL GENERAL LIABILITY • CG20330704 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section 11 — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured any person or or- additional insureds, the following additional exclu- ganization for whom you are performing operations sions apply: when you and such person or organization have This insurance does not apply to: agreed in writing in a contract or agreement that 1. "Bodily injury", "property 'damage" or "personal such person or organization be added as an addi- and advertising injury" arising out of the render - ganization is an additional insured only with re- tional insured on your policy. Such person or or- ing of, or the failure to render, any professional architectural, engineering or surveying ser- spect to liability for "bodily injury", "property vices, including: damage" or "personal and advertising injury caused, in whole or in part, by: a. The preparing, approving, or failing to pre - 1. Your acts or omissions; or pare or approve, maps, shop drawings, opinions, reports, surveys, field orders, 2. The acts or omissions of those acting on your change orders or drawings and specifica- behalf; tions; or in the performance of your ongoing operations for b. Supervisory, inspection, architectural or the additional insured. engineering activities. A person's or organization's status as an additional 2. 'Bodily injury" or "property damage" occurring insured under this endorsement ends when your after: operations for that additional insured are com- a. All work, including materials, parts or pleted. equipment furnished in connection with such work, on the project (other than ser- vice, maintenance or repairs) to be per- formed by or on behalf of the additional in- sured(s) at the location of the covered operations has been completed; or b. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontrac- tor engaged in performing operations for a principal as a part of the same project. CG 20 33 07 04 O ISO Properties, Inc., 2004 Page 1 of 1 ❑ • • INFORMATIONAL CERTIFICATE OF INSURANCE ACORD CERTIFICATE OF LIABILITY INSURANCE y DATE(MWDO/YY) PRODUCER AGENT HOLLDEft- THIS' CERTIFICATE DOES NOT AMEND, EXTEND OR ADDRESS ALTER. THE COVERAGE AFFORDED BY THE POLICIES' BELOW. INSURERS AFFORDINGCOVERAGE INSURED INS(RERA A -VII or BETTERADMITTED CARRIER - INSURER e: A- VII or BETTER ADMITTED CARRIER CONTRACTOR INSURER ADDRESS INSURER Cr INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR. OTHER DOCUMENT WITH ?O WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY "THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE: BEEN REDUCED BY PAID CLAIMS.. IISSR TYPE OF INSURANCE POLICY NUMBER P MATT(YW tYY1 DA ILMTNYY1 MIMS GENERAL LWBLITY- EACH OCCURRENCE s 2,000,000 X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE (Airy one ore) 3 1,000,000 _ CLAIMS MADE I X OCCUR MED EXP (Arty one Person) $ 1,000,000 POLICY # DATE DATE PERSONAL & ADV INJURY s 1,000,000 GENERAL AGGREGATE S 50,000 GERI AGGJREGGKTE LIMIT APPLIES PEft PRODUCTS - COMP/OP AGG _ S 5,000 — 1 POLICY 13i1 I IF I1 LOC' AUTOMOBILE LIABILITY ( X ANY AUTO /} ( .oME a D D LI SINGLE MB S 1,000,000 ALL OWNED AUTOS BODILY INJURY S SCHEDULED AUTOS (Per person) POLICY# FIRED AUTOS DAT \ DATE NON•OWNED AUTOS ' *\ BODIL clen0 S PROPERTY DAMAGE S � (Per eccidalf GARAGE LWBI.ITY AUTO ONLY - EA ACCIDENT S ANY AUTO 1A\ OTHER THAN EA ACC 3 �V AUTO ONLY: AGG S EXCESS LNBLITY EACH OCCURRENCE OCCUR 1 I CLAIMS MADE AGGREGATE S S DEDUCTIBLE RETENTION 3 1 WC TLL TI+ WORIO=RS COMPENSATION AtU TOR/ISTAIMRS OFR EMPLOYERS' LIABILITY E.L. EACHACtlDEM 3 1,000,000 POLICY# DATE DATE E.L: DISEASE -EA EMPLOYEE S E.L. DISEASE - POLICY LIMIT S 1,000,000 OTHER DESCRPTIONOF OPERATIONSILOCATANSNEHICr F_SIDICLUSIDNSADOED BY ENDORSEMENT/SPECIAL PROVISIONS CITY OF YAKIMA, THEIR AGENTS, EMPLOYEES, AND ELECTED OR APPOINTED OFFICIALS AS ADDITIONAL INSUREDS FOR PROJECT # • CERTIFICATE HOLDER I 1 ADDRANAL INSURED; INSURER LETTER CANCELLATION SHOULDANYOF THEABOVE DESCRIBED POLICIES BE CANCaIFD BEFORE THE EXPIRATION CITY OF YAKIMA DATE THEREOF, THE ISSUNG INSURER WILL -EN DE VOR-TO MAL 20 DAYS WRITTEN 129 N. 2ND STREET NOTICE TO THE CERTIFAATE HOLDER NAMED TO THE LB T, YAKIMA, WA 98901 d9 AUTHORIZED REPRESENTATIVE 47,eal,t Yi n,cztu4*0 ACORD 25-S (7197) OACORD CORPORATION 1988 4- 7 1 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(; Q st endorsed. A statement on this certificate does not confer rights to the-certificate holder in " ® ch endorsement(s). If SUBROGATION IS WAIVED, subject to the terms . •• •"•itions of the policy, certain policies may require- an endorsement: A statement on this A-P- does not confer rights to the certificate holder in lieu of such endorsement(s)_ O � & SCLMER Q The Certificate of In : the reverse side of this form does not constitute a contract between the issuing insur• ,. : . ed representative or producer, and the certificate holder, nor does it affirmatively or + . amend, extend or alter the coverage afforded by the policies listed thereon_ ACORD 25•S (7/97) 4-8 2 INFORMATIONAL ADDITIONAL INSURED ENDORSEMENT 1ST REPRINT COMMERCIAL LIABILITY CGL— ENDORSEMENTS JUNE RIN COMMERCIAL GENERAL LIABILITY NUMBER: ABC 123 THIS ENDORSEMENT CHANGES THE POLICY- PLEASE READ IT CAREFULLY. . ADDITIONAL INSURED-OWNERS, ARM B) O LESSEES OR A • CONTRACTORS t � G This endorsement modifies insurance provided under the following: �°(° COMMERCIAL GENERAL LIABILITY COVERAGE PART. 0 SCHEDULE `�` Name of Person or Organization: CITY OF YAKIMA, ITS AGENTS, EMPLOYEES, AND ELECTED OR APPOINTED OFFICIALS Of no entry appears above, information eequired to complete this endorsement will be shown in the Declara- tions as applicable to this endorsement. ect to liability arising out of "your work" for that insured by or for you. WHO IS AN INSURED (Section 10 is amended to include as an insured the person or organization shown in the Schedule, but only with P (�Q ti 1 Al . �G ## Date --------------------'614, ------- Agent Signature 1 10 ' 5 CG 20 10 11 85 Copyright. Insurance Services Office, Inc.. 19 V1.11.208 C G 20 10 11 85 . 4- 9 3 MINIMUM WAGE AFFIDAVIT STATE OF WASHINGTON ) ss COUNTY OF YAKIMA ) I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour to each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman, or mechanic so employed upon such work has been paid less than the prevailing rate of wage or less that the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Contractor Subscribed and sworn to before me on this day of 20 Notary Public in and for the State of Washington • residing Z: \JAN \SPECS\02032B- YK.wpd 4 -10 SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS Z: \JAN \SPECS \020328- YK.wpd 5-1 • PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this Contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries and the schedule of prevailing wage rates for the locality or localities where this Contract will be performed as determined by the Industrial Statistician of the Department of Labor and Industries, are by reference made a part of this Contract. A schedule of prevailing wage rates is included in these Specifications. Inasmuch as the CONTRACTOR will be held responsible for paying this schedule of wages, it is imperative that all contractors and subcontractors familiarize themselves with the current wage rates before submitting bids based on these Specifications. Before any payment is made by the local government body of any sums due under this Contract, the local government body must receive from the CONTRACTOR and each subcontractor a copy of the "Statement of Intent to Pay Prevailing Wages" approved by the Washington State Department of Labor and Industries. Also following the acceptance of the project, the local government body must receive from the CONTRACTOR and each subcontractor a copy of "Affidavit of Wages Paid" and, in addition, from the prime contractor a copy of "Release for the Protection of Property Owners and General Contractor," all approved by the State Department of Labor and Industries. Forms may be obtained from the Department of Labor and Industries. The CONTRAC- TOR and each subcontractor shall pay all fees associated with and make all applications directly to the Department of Labor and Industries. These affidavits will be required before any funds retained, according to the provisions of RCW 60.28.010, are released to the CONTRACTOR. Payment by the CONTRACTOR and subcontractor of any fees shall be considered incidental to the construction and all costs shall be included in other pay items of the project. The Contractor and all Subcontractors shall also be required to submit certified weekly payroll forms with an accompanying Statement of Compliance so that payment of prevailing wage rates and fringe benefits may be verified. Z: \JAN \SPECS \020328 - YK.wpd 5 -2 Yakima County - Effective: 8/31/2005 -- Page 1 of 9 Topic Index 1 Contact Info Horne Safety Claims E3 Insurance Workplace Rights Trades a Licensing Find a Law (RCW) or Rule (WAC) Get a Form or Publication Yakima County - Effective: 8/31/2005 Prevailing Wage Rates for Public Works Contracts Select an Effective Date 18/31/05 - 1 I want to look up ci Journeyman wages C Apprentice wages I want to search by County ' by Trade Please select a county (Adams -� Click to submit > Journeyman Wages by County Yakima County -- Effective 8/31/2005 -- Benefit Code Key Classification Prevailing Overtime Holiday Note Wage Code Code Code Asbestos Abatement Workers JOURNEY LEVEL $27.08 1N 5D Boilermakers JOURNEY LEVEL $44.97 1C 5N Brick and Marble Masons JOURNEY LEVEL $33.42 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $19.24 1 Carpenters ACOUSTICAL WORKER $32.10 1M 5D BRIDGE, DOCK AND WARF Carpenters $39.79 1M 5D CARPENTER $31.84 1M 5D CREOSOTED MATERIAL $31.94 1M 5D DRYWALL APPLICATOR $31.84 1M 5D FLOOR FINISHER $31.97 1M 5D FLOOR LAYER $31.97 1M 5D FLOOR SANDER $31.97 1M 5D MILLWRIGHT $40.79 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS $39.99 1M 5D AND WELDING SAWFILER $31.97 1M 5D SHINGLER $31.97 1M 50 http: / /www.lni .wa.gov /PrevailingWage /jwages /20052 /co39.asp 1/10/2006 Yakima County - Effective: 8/31/2005 -- Page 2 of 9 STATIONARY POWER SAW OPERATOR $31.97 1M 5D STATIONARY WOODWORKing TOOLS $31.97 1M 5D Cement Masons �.ci � � c�� V rnu� �a JOURNEY LEVEL $30.16 1N 5D DIVERS If TENDERS DIVER $83.19 1M 5D 8A DIVER TENDER $39.51 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $40.77 1T 5D 8L ASSISTANT MATE (DECKHAND) $40.28 1T 5D 8L BOATMEN $40.77 1T 5D 8L ENGINEER WELDER $40.82 1T 5D 8L LEVERMAN, HYDRAULIC $42.34 1T 5D 8L MAINTENANCE $40.28 1T 5D 8L MATES $40.77 1T 5D 8L OILER $40.40 1T 5D 8L Drywall Tapers JOURNEY LEVEL $28.64 1P 5A ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $20.99 1 ELECTRICIANS - INSIDE JOURNEY LEVEL $43.23 1E 5A ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $50.84 4A 5A CERTIFIED LINE WELDER $46.37 4A 5A GROUNDPERSON $33.64 4A 54 HEAD GROUNDPERSON $35.46 4A 5A HEAVY LINE EQUIPMENT OPERATOR $46.37 4A 5A JACKHAMMER OPERATOR $35.46 4A 5A JOURNEY LEVEL LINEPERSON $46.37 4A 5A LINE EQUIPMENT OPERATOR 539.50 4A 5A POLE SPRAYER $46.37 4A 5A POWDERPERSON $35.46 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL • http: / /www.lni .wa.gov /PrevailingWage /wages /20052 /co39.asp 1/10/2006 Yakima County - Effective: 8/31/2005 -- Page 3 of 9 $23.40 1 ELEVATOR CONSTRUCTORS MECHANIC $52.27 4A 6Q MECHANIC IN CHARGE $57.41 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS CRAFTSMAN $8.65 1 LABORER $7.35 1 FENCE ERECTORS FENCE ERECTOR $21.64 1 FLAGGERS JOURNEY LEVEL $25.36 1N 5D GLAZIERS JOURNEY LEVEL $19.51 1B 61 HEAT Et FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $23.18 1 HEATING EQUIPMENT MECHANICS MECHANIC $13.91 1 HOD CARRIERS Et MASON TENDERS JOURNEY LEVEL $27.56 1N 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.07 1 INSPECTION /CLEANING /SEALING OF SEWER Et WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $7.35 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $32.91 1 IRONWORKERS JOURNEY LEVEL $42.82 10 5A LABORERS ALL CLASSIFICATIONS $18.12 1 LABORERS - UNDERGROUND SEWER a WATER GENERAL LABORER $27.08 1N 5D PIPE LAYER http:// www. lni .wa.gov /PrevailingWage /jwages /20052 /co39.asp 1/10/2006 Yakima County - Effective: 8/31/2005 -- Page 4 of 9 $27.56 1N 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $7.38 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK $15.45 1 DRIVERS LANDSCAPING OR PLANTING LABORERS $7.63 1 LATHERS JOURNEY LEVEL $31.84 IM 5D METAL FABRICATION (IN SHOP) FITTER $12.00 1 LABORER $10.31 1 MACHINE OPERATOR $11.32 1 PAINTER $12.00 1 WELDER $11.32 1 MODULAR BUILDINGS JOURNEY LEVEL $14.11 1 PAINTERS • JOURNEY LEVEL $20.05 1 PLASTERERS JOURNEY LEVEL $40.58 1R 5A PLAYGROUND Et PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $7.63 1 PLUMBERS a PIPEFITTERS JOURNEY LEVEL $49.18 1Q 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $38.42 1T 5D 8L BACKHOE, EXCAVATOR, SHi :l%Y i (t YD 8. UNDER) DEG ) $4 i 1 s IT pie li RI BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD Et UNDER $41.59 'IT 5D 8L 6 YD) BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER $42.13 1T 5D 8L WITH ATTACHMENTS) BACKHOES, (75 HP Et UNDER) $40.71 1T 5D 8L BACKHOES, (OVER 75 HP) $41.12 1T 5D 8L BARRIER MACHINE (ZIPPER) $41.12 1T 5D 8L BATCH PLANT OPERATOR, CONCRETE $41.12 1T 5D 8L BELT LOADERS (ELEVATING TYPE) $40.71 1T 5D 8L BOBCAT (SKID STEER) $38.42 1T 50 8L BROOMS $38 42 9T 5D 8I BROOMS J 'T i i 5D VL 11 Y1•��t21[S)[S/ lY /4DYP[).]111111T\ATofr ivxl.](TPC/ /III IS / //'!1 to .]Cl1 1 /1 ni21-1M BUMP CUTTER $41.12 1T 5D 8L CABLEWAYS $41.59 1T 5D 8L CHIPPER $41.12 1T 50 8L COMPRESSORS $38.42 IT 5D 8L CONCRETE FINISH MACHINE - LASER SCREED $38.42 1T 5D 8L CONCRETE PUMPS $40.71 1T 5D 8L CONCRETE PUMP -TRUCK MOUNT WITH BOOM $41.12 1T 5D 8L ATTACHMENT CONVEYORS $40.71 1T 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $40.71 1T 5D 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS $41.12 1T 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM $41.59 1T 5D 8L (INCLUDING JIB WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM $42.13 1T 5D 8L (INCLUDING JIB WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM $42.68 1T 5D 8L (INCLUDING JIB WITH ATTACHMENTS) CRANES, A- FRAME, 10 TON AND UNDER $38.42 1T 5D 8L CRANES, A- FRAME, OVER 10 TON $40.71 1T 5D 8L CRANES, OVER 300 TONS, OR 300' OF BOOM $43.22 1T 5D 8L INCLUDING JIB WITH ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $41.12 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $41.59 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS Et $42.13 1T 5D 8L OVER) CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE $42.13 1T 5D 8L TO BOOM CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE $42.68 1T 5D 8L TO BOOM CRUSHERS $41.12 IT 5D 8L DECK ENGINEER /DECK WINCHES (POWER) $41.12 IT 5D 8L DERRICK, BUILDING $41.59 1T 5D 8L DOZERS, D -9 Et UNDER $40.71 1T 5D 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE $40.71 IT 5D 8L MOUNT DRILLING MACHINE $41.12 1T 5D 8L ELEVATOR AND MANLIFT, PERMANENT AND SHAFT- $38.42 1T 5D 8L TYPE EQUIPMENT SERVICE ENGINEER (OILER) $40.71 1T 5D 8L FINISHING MACHINE /BIDWELL GAMACO AND SIMILAR $41.12 1T 5D 8L EQUIP http: / /www.lni .wa.gov /PrevailingWage /jwages /20052 /co39.asp 1/10/2006 11 ait1111CL l-l.UUili,y a r11CeLiVe: 6/✓ I/ 2,M.13 s rage it of FORK LIFTS, (3000 LBS AND OVER) $40.71 1T 5D 8L FORK LIFTS, (UNDER 3000 LBS) $38.42 1T 5D 8L GRADE ENGINEER $40.71 1T 5D 8L n Anrf LJCPI /CI, AKIr CTAI /r&A AAI f`'1 [1 A-, IT - l7f�NVLLI ILI. (�L(� NIVV J 1 N(RLIVIMIV ,$38.` 2 1 1 5D L. GUARDRAIL PUNCH $41.12 1T 5D 8L HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR $40.71 1T 5D 8L TUGGERS HORIZONTAL /DIRECTIONAL DRILL LOCATOR $40.71 IT 5D 8L HORIZONTAL /DIRECTIONAL DRILL OPERATOR $41.12 1T 5D 8L HYDRALIFTS /BOOM TRUCKS (10 TON Et UNDER) $38.42 1T 5D 8L HYDRALIF'I S /BOOM TRUCKS (OVER 10 TON) $40.71 1T 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $41.59 1T 5D 8L LOADERS, OVERHEAD (8 YD & OVER) $42.13 1T 5D 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $41.12 1T 5D 8L LOCOMOTIVES, ALL $41.12 1T 5D 8L MECHANICS, ALL $41.59 1T 5D 8L MIXERS, ASPHALT PLANT $41.12 1T 5D 8L MOTOR PATROL GRADER (FINISHING) $41.12 1T 5D 8L MOTOR PATROL GRADER (NON- FINISHING) $40.71 11 5D 8L MUCKing MACHINE, MOLE, TUNNEL DRILL AND /OR $41.59 1T 5D 8L SHIELD OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND $38.42 1T 5D 8L MULCH SEEDING OPERATOR PAVEMENT BREAKER $38.42 1T 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $41.12 1T 5D 8L PLANT OILER (ASPHALT, CRUSHER) $40.71 1T 5D 8L POSTHOLE DIGGER, MECHANICAL $38.42 1T 5D 8L POWER PLANT $38.42 1T 5D 8L PUMPS, WATER $38.42 1T 5D 8L QUAD 9, D -10, AND HD -41 $41.59 1_T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED $41.59 1T 5D 8L EARTH MOVING EQUIP RIGGER AND BELLMAN $38.42 1T 5D 8L ROLLAGON $41.59 1 51) 81 ROLLER, OTHER THAN PLANT ROAD MIX $38.42 1T 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $40.71 1T 5D 8L ROTO -MILL, ROTO- GRINDER $41.12 1T 5D 8L SAWS, CONCRETE $40.71 1T 5D 8L SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, $41.12 1T 5D 8L http: / /www.lni.wa.gov /PrevailingWage %wages /20052/co39 .asp 1/10 /2006 a • 1U111111U VVUll,' - L11VVl1Y V. VI✓1 /LVV✓ `^Lj" • "' ARTICULATING OFF -ROAD EQUIPMENT ( UNDER 45 YD) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, $41.59 1T 5D 8L ARTICULATING OFF -ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $40.71 1T 5D 8L SCREED MAN $41.12 1T 5D 8L SHOTCRETE GUNITE $38.42 1T 5D 81. SLIPFORM PAVERS $41.59 1T 5D 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $41.12 IT 5D 8L SUBGRADE TRIMMER $41.12 IT 5D 8L TOWER BUCKET ELEVATORS $40.71 1T 5D 8L TRACTORS, (75 HP Et UNDER) $40.71 1T 5D 8L TRACTORS, (OVER 75 HP) $41.12 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $41.12 1T 5D 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $41.59 1T 5D 8L TRENCHING MACHINES $40.71 1T 5D 8L TRUCK CRANE OILER /DRIVER ( UNDER 100 TON) $40.71 1T 5D 8L TRUCK CRANE OILER /DRIVER (100 TON Et OVER) $41.12 1T 5D 8L TRUCK MOUNT PORTABLE CONVEYER $41.12 1T 5D 8L WHEEL TRACTORS, FARMALL TYPE $38.42 1T 5D 8L YO YO PAY DOZER $41.12 1T 5D 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) $0.00 POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $33.88 4A 5A SPRAY PERSON $32.16 4A 5A TREE EQUIPMENT OPERATOR $32.59 4A 5A TREE TRIMMER $30.31 4A 5A TREE TRIMMER GROUNDPERSON $22.76 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS • MECHANIC $49.18 1Q 5_A RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $29.00 1 RESIDENTIAL Carpenters JOURNEY LEVEL $14.58 1 RESIDENTIAL Cement Masons JOURNEY LEVEL $11.86 1 RESIDENTIAL Drywall Tapers http: / /www.lni .wa.gov/PrevailingWage /jwages /20052 /co39.asp 1/10/2006 Yakima County - Effective: 8/3 11200 -- Page 8 of 9 JOURNEY LEVEL $19.08 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $21.98 1 RESIDENTIAL GLACIERS JOURNEY LEVEL $19.51 1B 61 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $10.00 1 RESIDENTIAL LABORERS JOURNEY LEVEL $8.00 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $13.89 1 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL $15.56 1 RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $28.27 1B 5A RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $17.55 1 RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $17.00 1 ROOFERS JOURNEY LEVEL $2 2P 51 USING IRRITABLE BITUMINOUS MATERIALS $31.25 2P 51 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $38.64 1B 5A SIGN MAKERS & INSTALLERS (NON-ELECTRICAL) JOURNEY LEVEL $14.65 1 SOFT FLOOR LAYERS JOURNEY LEVEL $22.32 1N 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $7.35 1 SPRINKLER FITTERS (FIRE PROTECTION) /� tt7� JOURNEY 'LEVEL $38.05 1R 5Q STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 1 CI IDVCVrlDC ✓v ��•. -� v ow CHAIN PERSON $9.25 1 INSTRUMENT PERSON $12.05 1 PARTY CHIEF http: / /www.lni .wa.gov /PrevailingWage /jwages /20052 /co39.asp 1/10/2006 • Yakima County - Effective: 8/31/2005 -- Page 9 of 9 $15.05 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $20.00 1 TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $28.92 2B 5A HOLE DIGGER /GROUND PERSON $16.22 213 5A INSTALLER (REPAIRER) $27.74 213 5A JOURNEY LEVEL TELEPHONE LINEPERSON $26.90 213 5A SPECIAL APPARATUS INSTALLER 1 $28.92 2B 5A SPECIAL APPARATUS INSTALLER 11 $28.34 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $28.92 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $26.90 2B 5A TELEVISION GROUND PERSON $15.39 2B 5A TELEVISION LINEPERSON /INSTALLER $20.45 2B 5A TELEVISION SYSTEM TECHNICIAN $24.32 2B 5A TELEVISION TECHNICIAN $21.88 2B 5A TREE TRIMMER $26.90 2B 5A TERRAZZO WORKERS Et TILE SETTERS JOURNEY LEVEL $26.51 2M 5A TILE, MARBLE a TERRAZZO FINISHERS FINISHER $22.71 2M 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $33.40 1K 5A TRUCK DRIVERS ASPHALT MIX $14.19 1 DUMP TRUCK $30.78 3 61 DUMP TRUCK Et TRAILER $30.78 3 61 OTHER TRUCKS $30.78 3 61 TRANSIT MIXER $30.78 3 61 WELL DRILLERS Et IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.15 1 OILER $9.20 1 • WELL DRILLER $17.68 1 About L£rl 1 Find a job at L&l 1 informacion en espanol 1 Site Feedback 1 1- 800 -547- 8367 Jl Washington State Dept. of Labor and Industries. Use 01 this site is subject to the laws of the state of Washington. Vi Access Agreement Privacy and security statement ! Intended use /external content policy I Staff only link Benefit Code Key - Effective 08 -31 -05 -- Page 1 of 6 Topic Index I Contact info Home Safety Claims Et Insurance Workplace Rights Trades f: Licensing Find a Law (RCW) or Rule (WAC)_ Get a Form or Publication Get or Renew a License Electrical Benefit Code Key - Effective 08 -31 -05 AMR nticeship Factory -Built Structures Overtime Codes Elevators Overtime Calculations are based on the hourly rate actually paid Contractors to the worker. On public works projects, the hourly rate must be Plumbers not less than the prevailing rate of wage minus the hourly rate of Prevailing Wage the cost of fringe benefits actually provided for the worker. �+ The Basics 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY I] Prevailing Wage Rates OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE - O Look Up_ Rates HALF TIMES THE HOURLY RATE OF WAGE. ❑+ Printable Rates O What Jobs Must Be Paid A. All hours worked on Saturdays, Sundays and holidays shall be paid at Prevailing Wage? one and one -half times the hourly rate of wage. O How to File a Wage Complaint B. All hours worked on Saturdays shall be paid at one and one -half times the ❑+ Intents & Affidavits hourly rate of wage. All hours worked on Sundays and holidays shall be paid 0 Emper Responsibilities at double the hourly rate of wage. • Awarding Agencies C. The first two (2) hours after eight (8) regular hours monday through O Advisory Committee Friday and the first ten (10) hours on Saturday shall be paid at one and one- • Forms & Publications half times the hourly rate of wage. all other overtime hours worked shall be Boilers paid at double the hourly rate of wage. Trades & Licensing Rules D. The first two (2) hours before or after a five - eight (8) hour workweek day or a four - ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one -half times the hourly rate of wage. all additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. all other hours worked Monday through Saturday, and all hours worked on sundays and holidays shall be paid at double the hourly rate of wage. All hours worked in excess of 10 per day shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one - half times the hourly rate of wage. all other overtime hours worked, except labor day, shalt be paid at double the hourly rate of wage. all hours worked on Labor day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four - ten hour schedule, shall be paid at one and one -half times the hourly rate of wage. all hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one -half times the hourly rate of wage. all hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. • • Benefit Code Key - Effective 08 -31 -05 -- Page 2 of 6 J. The first two (2) hours after eight (8) regular hours Monday through Frida ...J ..11 L., Saturday -L..II L.. id at .-..•I half t h„ I 1 luny and all hours J VI I1 JULUI uay shall be pQIU al one and one-half i I Iall ui11CJ 4 11 lc hourly rate of wage. all other overtime hours over ten (10) hours on the first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one -half times the h rate of wage. all other overtime hours worked shall be paid at double the hourly rate of wage. Monday through Friday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. L. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 0. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday, and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days) and Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten ( 10) hours worked on Saturdays sha!l be paid at one and one - half times the hourly rate of wage. all hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas Day) shall be paid at double the hourly rate of wage. all hours worked on Christmas Day shall be paid at two and one -half times the hourly rate of wage. K. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shalt be paid at one and on& half times the hourly rate of wage. all other overtime hours worked, except L abor Day, shalt he paid at double the hourly rate of wage_ alt hours worked on labor day shall be paid at three times the hourly rate of wage. T. All hours worked on Saturdays, except makeup days, shall be paid at one and one -half times the hourly rate of wage. All hours worked after 6:OOPM Saturday to 6:OOAM Monday and on holidays shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. Benefit Code Key - Effective 08 -31 -05 -- Page 3 of 6 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE - HALF TIMES THE HOURLY RATE OF WAGE. A. The first six (6) hours worked on Saturday shall be paid at one and one - half times the hourly rate of wage. All hours worked in excess of six (6) hours on Saturday and all hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. B. All hours worked on holidays shall be paid at one and one -half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. D. All hours worked on Saturdays and Sundays shall be paid at one and one -half times the hourly rate of wage. The first eight (8) hours worked on holidays shall be paid at straight time in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at one and one- half times the hourly rate of wage. E. All hours worked on Saturdays or holidays (except Labor Day) shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays or on Labor Day shall be paid at two times the hourly rate of wage. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one -half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. all hours worked on holidays shall be paid at one and one -half times the hourly rate of wage. I. All hours worked on Saturdays and holidays (except Labor Day) shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and on Labor Day shall be paid at two times the hourly rate of wage. J. All hours worked on Sundays shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one -half times the hourly rate of wage, including the holiday pay. All hours worked on unpaid holidays shall be paid at two times the hourly rate of wage. K. All hours worked on holidays shall be paid at two times the hourly rate of • wage in addition to the holiday pay. M. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. 0. All hours worked on Sundays and holidays shall be paid at one and one - half times the hourly rate of wage. P. The first eight (8) hours on saturday shall be paid at one and one -half times the hourly rate of wage. all hours worked in excess of eight 8) hours on saturday and all hours worked on sundays and holidays shalt be paid at two times the hourly rate of wage. httn: / /www.lni.wa. gov /nrevailinawaae/ BenCodes /20052/BenefitCodes.asp 1/10/2006 Benefit Code Key - Effective 08 -31 -05 -- Page 4 of 6 4A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays, and holidays shall he paid at flnuhle the hni ir!y rata of wage. 5. HOLIDAY CODES A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas Day, and Christmas Day (8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day Thanksgiving Day, Friday after Thanksgivin g Day, and Christmas Day 8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, and Christmas Day (8). E. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Presidential Election Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (9). F. Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (11). G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the last work day before Christmas Day, and Christmas Day (7). H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving nay, the day after Thanksgi Day, a nd Christmas Day (6). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, and Christmas Day (7). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after - Thanksgiving Day, and Christmas Day (9). P. Holidays: New Year's Day, Memorial Day, independence Day, Labor Day, Thanksgiving Day, Friday and Saturday after Thanksgiving Day, the day before Christmas Day, and Christmas Day (9). Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving D n Chrstmas Day (2) �,uy, Day, and i nu VIII WIIIIQJ vay w/. R. Paid Holidays: New Year's Day, Presidents' Day, Independence Day, Labor Day, Thanksgiving Day, the day after Thanksgiving Day, one -half day before Christmas Day, and Christmas Day (7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, independence Day, Labor Day, Thanksgiving Day, and Christmas Day (7). 11tt'n' / /WWW Int WA unv /n revailinouraaa /Ranrruipc /7M57 afiP,- /Rnat 1aa nor, i ii ni�nniz Benefit Code Key - Effective 08 -31 -05 -- Page 5 of 6 T. Paid holiday: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas (10) paid holidays. V. Paid Holidays: six (6) paid holidays. W. Paid Holidays: nine (9) paid holidays. X. Holidays: After 520 hours - New Year's Day, Thanksgiving Day, and Christmas Day. After 2080 hours - New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day and a floating holiday (8). Y. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Presidential Election Day, Thanksgiving Day, the Friday following Thanksgiving Day, and Christmas Day (8). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (8). 6. HOLIDAY CODES A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (8). B. Paid Holidays: New Years Eve Day, New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day and Christmas Day (9). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the last work day before Christmas Day, and Christmas Day (9). D. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas Day (9). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). L. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas Day, and Christmas Day (8). Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the day after Thanksgiving Day, and Christmas Day (8). Unpaid Holiday: Presidents' Day. T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the last working day before Christmas Day, and Christmas Day (9). U. Holidays: New Year's Day, Day before New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the day before Christmas Day, Christmas Day (9). V. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, day after Thanksgiving Day, Christmas Eve Day, http: / /www.lni .wa.gov /prevailingwage /BenCodes /20052 /BenefitCodes.asp 1/10/2006 B n K - Effective 08-31-05 -- Pa 6 of 6 Christmas Day, and one day of the Employee's choice (9). W. Paid Holidays: New Year's Day, Day before New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, day after Thanksgiving Day, Christmas Day, day before Christmas Day (10). • X. Paid Holidays: New Year's Day, day before or after New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, day after Thanksgiving Day, Christmas Day, day before or after Christmas Day, and Employee's Birthday (11). 8. NOTE CODES A. The standby rate of pay for divers shall be one -half times the divers rate of pay. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: over 50' to 100' - $1.00 per foot for each foot over 50 feet, over 100' to 175' - $2.25 per foot for each foot over 10n fSet, over 175' to 2 - $5 per font for each font over 175 feet, over 250' - divers may name their own price, provided it is no less than the scale listed for 250 feet. C. The standby rate of pay for divers shall be one -half times the divers rate of pay. in addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: over 50' to 100' - $1.00 per foot for each foot over 50 feet, over 100' to 150' - $1.50 per foot for each foot over 100 feet, over 150' to 200' - $2.00 per foot for each foot over 150 feet, over 200' - divers may name their own price. D. Workers working with supplied air on hazmat projects receive an ( additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows - Level A: $0.75, Level B: $0.50, and Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows - Levels A & B: $1.00, Levels C & D: $0.50. hazmat N Workers on t is receive additional ionai ho i N. VVhazmat l projects VVItIVIIdhourly premiums as follows - Level A: $1.00, Level B: $0.75, Level C: $0.50, and Level D: $0.25. About L£H 1 Find a job at LEtI 1 information en espanol 1 Site Feedback 1 1- 800 -547- 8367 AL ,) Washington State Dept. of Labor and Industries. Use of this site is subject to the laws of the state of Washington. Access Agreement Privacy and security statement ; Intended use /external content policy 1 Staff only lini: V ' _1 http : / /www.lni,wa.gov /prevai lingwage /BenCodes /20052 /BenefitCodes.asp 1/10/2006 • • SECTION 6 - TECHNICAL SPECIFICATIONS Z: \JAN \SPECS \02032B - YK.wpd 6 -1 January 25, 2006 STANDARD SPECIFICATIONS The 2004 Standard Specifications for Road, Bridge, and Municipal Construction published by the Washington State Department of Transportation and the part ofWashington t gese Ct ontract Docum Except Public Works Association are, by this refer p e Standard as may be amended, modified, or supplemented ert of these Contract Documents as if they were Specifications shall be considered as much part set forth herein. The APWA Supplement to DIVISION 1 (Division 1 -99) of the 2004 Standard Specifications for Road, Bridge, and Municipal Construction will apply to this Contract. See also Section 01080 - Applicable Codes and Standards. Z:\J AN \SPECS \02032 B -Y K.w p d 6-2 January 25, 2006 • CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON SPECIFICATION INDEX FOR KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Project No. 02032B CONTENTS PAGE NO. WORK SUMMARY 6 -5 1 -01 DEFINITIONS AND TERMS 6 -5 1 -02 BID PROCEDURES AND CONDITIONS 6 -6 1 -03 AWARD AND EXECUTION OF CONTRACT 6-7 1 -04 SCOPE OF THE WORK 6 -12 1 -05 CONTROL OF WORK 6 -13 1 -06 CONTROL OF MATERIALS 6 -15 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 6 -16 1 -08 PROSECUTION AND PROGRESS 6 -19 1 -09 MEASUREMENT AND PAYMENT 6 -21 SUPPLEMENTAL CONDITIONS DIVISION 1 - GENERAL SECTION 01010 - SUMMARY OF WORK/PROJECT CONTROLS 01010 -1 SECTION 01027 - APPLICATIONS FOR PAYMENT 01027 -1 SECTION 01030 - ALTERNATES 01030 -1 SECTION 01035 - MODIFICATION PROCEDURES 01035 -1 SECTION 01040 - COORDINATION 01040 -1 SECTION 01050 - FIELD ENGINEERING 01050 -1 SECTION 01080 - APPLICABLE CODES 01080 -1 SECTION 01090 - DEFINITIONS AND STANDARDS 01090 -1 SECTION 01200 - PROJECT MEETINGS 01200 -1 SECTION 01300 - SUBMITTALS 01300 -1 SECTION 01400 - QUALITY CONTROL SERVICES 01400 -1 SECTION 01500 - TEMPORARY FACILITIES 01500 -1 SECTION 01600 - PRODUCTS AND SUBSTITUTIONS 01600 -1 SECTION 01700 - PROJECT CLOSEOUT 01700 -1 SECTION 01740 - WARRANTIES & BONDS 01740 -1 DIVISION 2 - SITE WORK SECTION 02060 - SITE DEMOLITION 02060 -1 SECTION 02110 - SITE CLEARING 02110 -1 SECTION 02205 - SOIL MATERIALS 02205 -1 SECTION 02207 - AGGREGATE MATERIALS 02207 -1 SECTION 02222 - EXCAVATING 02222 -1 • SECTION 02223 - BACKFILLING 02223 -1 SECTION 02520 - PORTLAND CEMENT CONCRETE PAVING 02520 -1 SECTION 02530 - ATHLETIC FIELD SURFACING 02530 -1 SECTION 02800 - SITE IMPROVEMENTS 02800 -1 SECTION 02810 - IRRIGATION 02810 -1 SECTION 02900 - LANDSCAPING /PLANTING 02900 -1 Z: \JAN \SPECS \02032B - YK.wpd 6 -3 January 25, 2006 DIVISION 3 - CONCRETE SECTION 03300 - CONCRETE WORK 03300 -1 DIVISION 6 - WOOD AND PLASTICS SECTION 06100 - ROUGH CARPENTRY 06100 -1 DIVISION 7 - THERMAL AND MOISTURE PROTECTION SECTION 07410 - PREFORMED ROOFING AND SIDING 07410 -1 DIVISION 13 - SPECIAL CONSTRUCTION SECTION 13126 - SPORTS FIELD LIGHTING 1 -126 -1 DIVISION 16 - ELECTRICAL SECTION 16010 - BASIC ELECTRICAL REQUIREMENTS 16010 -1 SECTION 16050 - BASIC ELECTRICAL MATERIALS AND METHODS 16050 -1 SECTION 16060 - GROUNDING 16060 -1 SECTION 16120 - CONDUCTORS AND CABLES 16120 -1 SECTION 16130 - RACEWAYS AND BOXES 16130 -1 SECTION 16140 - WIRING DEVICES 161 SECTION 16210 - ELECTRICAL UTILITY SERVICES 16210 -1 SECTION 16520 - EXTERIOR LIGHTING 16520 -1 Z:\JAN \SPECS102032B- YK.wpd 6 -4 January 25, 2006 SPECIAL PROVISIONS FOR CITY OF YAKIMA KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Project No. 02032B WORK SUMMARY The work includes, but is not necessarily limited to, making the following improvements to the City of Yakima Kiwanis Park Ballfield No. 4: This project is the second phase of the Kiwanis Park Improvement Project which constructed three new softball fields, plaza, and concession /restroom building. This project will construct one (1) new softball field with lighting and vinyl fencing. Work includes site clearing, earthwork, site grading, lawn and tree planting, athletic field surfacing, covered dugouts, bat racks, bleachers, underground irrigation system, and sports field lighting system. Additive alternates include: additional vinyl fencing around the existing plaza and ballfield No. 1; asphalt pathway; and installation of fencing to enclose the City's maintenance yard along Beech Street. These alternates may be added to the Contract after bidding. The Contractor shall coordinate all construction activities with ongoing operation of the Kiwanis Park facility. See also Section 01010 - Summary of Work /Project Controls. All work shall be done in accordance with the Plans, the Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association dated 2004, referenced codes and organizations, and these Special Provisions. All references hereinafter made to Standard Specifications shall refer to the Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association dated 2004. NOTE: FOR THIS PROJECT, THE APWA SUPPLEMENT TO DIVISION ONE OF THE "2004 WSDOT /AP- • WA STANDARD SPECIFICATIONS" SHALL APPLY. THE APWA SUPPLEMENT IS CONTAINED IN THE "2004 WSDOT /APWA STANDARD SPECIFICATIONS" AS DIVISION 1 -99. 1 -01 DEFINITIONS AND TERMS 1 -01.3 DEFINITIONS The terms defined in SECTION 1 -01.3 of the Standard Specifications shall be further described by the following: Contracting Agency: City of Yakima 129 North Second Street Yakima, WA 98901 Z: \JAN \SPECS \02032B - YK.wpd 6 -5 January 25, 2006 The terms "Contracting Agency" and "Owner" are interchangeable. Engineer: Huibregtse, Louman Associates, Inc. 801 North 39th Avenue Yakima, WA 98902 Inspector: The Engineer's Resident Engineer who observes the Contractor's performance. Standard Specifications: The 2004 Standard Specifications for Road, Bridge, and Municipal Construction published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association are, by this reference, made part of these Contract Documents. Special Provisions Th Special Provisions supersede any conflicting provisions of the 2004 Standard Specifications for Road, Bridge, and Municipal Con- struction and the appended amendments to the Standard Specifica- tions and are made a part of this Contract. Supplemental Conditions: The Supplemental Conditions modify or add to the Standard Specifications and Special Provisions. Where any part of the Standard Specifications or Special Provisions is modified by these articles, the unaltered provisions of that Section shall remain in effprt. Working Drawings: Working drawings are further defined as electrical diagrams, catalog cut sheets, manufacturer's informational sheets describing salient features, performance curves, or samples of fabricated and manufactured items (including mechanical and electrical equip- ment) required for the construction project. See also Section 01090 - Definitions and Standards. 1=02 BID PROCEDURES AND CONDITIONS 1 -02.4 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF WORK 1 =02.4(2) SUBSURFACE INFORMATION Add the following: The Contracting Agency has performed a subsurface investigation of the project site. The investigation was performed by GN Northern, Inc., of Yakima, Washington, and the results are reported in the "Report of Geotechnical Investigation, City of Yakima Proposed Kiwanis Park Improve- ments Yakima, Washington," C_N Northern Report Nn. 202- 309.RPT d August 2002. Th r is provided in Appendix B. This information is provided for information only. The Contractor is directed to make his own determination of the nature of the soils on the site and its effect on his operations. 1 -02.9 DELIVERY OF PROPOSAL Add the following: Sealed bids will be received at the following location before the specified time: Z: \.JAN \SPF_CS \02032R- YK_wnd ___� _ F -F m 25, 20n6 • Office of the Contracting Agency, City of Yakima, 129 North Second Street, Yakima, WA 98901, until the time and date set for the bid opening. 1 -02.13 IRREGULAR PROPOSALS Delete Item 1.a. of SECTION 1 -02.13 of the Standard Specifications. 1 -02.15 PRE -AWARD INFORMATION This section is supplemented with the following: The City will request the following documentation regarding efforts to maximize the opportunity for Women and Minority Business Enterprises and Women and Minority Workforce utilization in the performance of this project: 7. Identify the MBEs and WBEs used to fulfill the City's WMBE goal of 10 %. 8. Identify the subcontractors with the percentage of work they will do. 9. Furnish an Affirmative Action profile, by ethnic category, on the subcontractor's employees proposed to be utilized to do the subcontract work. 10. Furnish an Affirmative Action profile, by ethnic category, on the low bidder's employees proposed to be utilized to do the Contract work. The above voluntary information will be requested by the City of the low bidder. The City will provide the four (4) page form, a copy of which immediately follows this Special Provision Section 1 -02. 1 -03 AWARD AND EXECUTION OF CONTRACT 1 -03.1 CONSIDERATION OF BIDS See also Section 01030 - Alternates. 1 -03.3 EXECUTION OF CONTRACT Delete the first sentence in its entirety and replace it with the following: Within 10 working days after the award date, the successful bidder shall return the signed Contracting Agency - prepared Contract, an insurance certification as required by SECTION 1- 07.18, and a satisfactory bond as required by law and SECTION 1 -03.4. Failure to return the required documents within the allotted time shall be considered as non - responsive and shall result in forfeiture of the proposal bond or deposit of the bidder in accordance with SECTION 1 -03.5. 1 -03.4 CONTRACT BOND Add the following: The Contractor shall guarantee the material provided and workmanship performed under the Contract for a period of one year from and after the final acceptance thereof by the Contracting Agency. In addition to the requirements for the Contract Bond according to SECTION 1 -03.4 of the Standard Specifications, the Bond shall further indemnify and hold the Contracting Agency harmless from defects appearing or developing in the material or workmanship provided or performed under the Contract within a period of one year after final acceptance by the Contracting Agency. The Contract Bond shall be in the form of the Contract Bond document bound in these Specifications. Z: \JAN \SPECS \02032B - YK.wpd 6 -7 January 25, 2006 1 of 4 MBE/WBE FORM - 5/95 Date: To: City of Yakima, Engineering Division 129 No. 2nd Street Yakima, WA 98901 Attn: Mr. K. Wendell Adams, PE, City Engineer • Re: KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 We are submitting the following information and documentation regarding Minority and Women Work Force Utilization and Women and Minority Business Enterprises prior to award of the above contract as required under Section 1- 02.15, Pre -Award Information of the Special Provisions. 7. A. Identify the MBE's or v v�BE's used to fulfil! the City's WMBE goaa! of 10 %. Name of MBE /WBE Certification No. Bid items above MBE /WBE will accomplish Percent of hid items to tntai hid (without sales tax): Name of MBE%WBE Certification No. Bid items above MBE /WBE will accomplish Percent of bid items to total bid (without saies tax): Total percent of MBE/WBE bid items in project (without sales tax): _ _% 7• \JAN \SPECS \070Z2B -YK rw n d 6 -8 I i 25 7nn6 2 of 4 MBE/WBE FORM - 5/95 (If total percent of MBE/WBE bid items in project are not at or above the City's goal of 10 %, provide the information and documentation required in section 7. B.) 7. B. Identify the MBE's or WBE's contacted for subcontractor work: 7. B. 1. Name of MBE /WBE Certification No. Contact Person: Phone Number: Bid items above MBE /WBE was requested to quote: Reasons for not selecting: Documentation regarding MBE /WBE contact is attached: YES NO 7. B. 2. Name of MBE /WBE Certification No. Bid items above MBE/WBE was requested to quote: Reasons for not selecting: Documentation regarding MBE /WBE contact is attached: YES NO 7. B. 3. Name of MBE /WBE Certification No. Bid items above MBE /WBE was requested to quote: Reasons for not selecting: Documentation regarding MBE /WBE contact is attached: YES NO Z: \JAN \SPECS \020328 YK.wpd 6-9 January 25, 2006 3 of 4 MBE/WBE FORM - 5/95 7. B. 4. Name of MBE/WBE Certification No. Bid items above MBE /WBE was requested to quote: Reasons for not selecting: Documentation regarding MBE /WBE contact is attached: YES NO 7. B. 5. Name of MBE /WBE Certification No. Bid items above MBE /WBE was requested to quote: Reasons for not selecting: Documentation regarding MBE /WBE contact is attached: YES NO 8. Identify the subcontractors with the percentage of work they will do. • Subcontractor Name Percent of Work Z:1JAN 1S P E C S 102032 B -YK. wp d January y 25, 2006 • • • 4 of 4 MBE/WBE FORM - 5/95 9. Furnish an Affirmative Action profile, by ethnic category, on the subcontractor's employees proposed to be utilized to do the subcontract work. Subcontractor Name: Ethnic Category Number of Employees Black Hispanic American Indian or Alaskan Native Asian or Pacific Islander Other: White Subcontractor Name: Ethnic Category Number of Employees Black Hispanic American Indian or Alaskan Native Asian or Pacific Islander Other: White 10. Furnish an Affirmative Action profile, by ethnic category, on the bidder's employees proposed to be utilized to do the contract work. Ethnic Category Number of Employees Black Hispanic American Indian or Alaskan Native Asian or Pacific Islander Other: White (Contractor) By: Z: \JAN \SPECS \02032B- YK.wpd 6 -11 January 25, 2006 • 1 -04 SCOPE OF THE WORK 1- 04.1(2) BID ITEMS INCLUDED IN THE PROPOSAL Replace with the following: The Contractor shall provide all labor, materials, equipment, tools, transportation, supplies, and incidentals required to complete all work included in this Contract. The Contractor shall make all measurements, perform take -off, perform analysis, estimate costs, and allocate costs as he determines proper to provide a complete, reasonable, and responsive Bid that includes all required work. See also Section 01040 - Coordination. 1 -04.2 COORDINATION OF CONTRACT DOCUMENTS, PLANS, SPECIAL PROVISIONS, SPECIFICA- TIONS, AND ADDENDA Revise the order of precedence in paragraph two as follows: 1. Addenda, • 2. Special Provisions, 3. Contract Plans, 4 . Standard Specifications, 5. Supplemental Conditions, 6. Standard Plans. 1 -04.4 CHANGES Add the foliowing: No changes in the work covered by the approved Contract Documents shall be made without having prior written approval of the Owner. Charges or credits for the work covered by the approved change shall be determined by one or more, or a combination bination of the following methods: a. An agreed lump sum. b. The actual costs of: (1) Labor, including foremen; (2) Materials entering permanently into the work; (3) The ownership or rental costs of construction plant and equipment during the time of use on the extra work; (4) Power and consumable supplies for the operation of power equipment; (5) Insurance; (6) Social Security and old age and unemployment contributions. the actual cost of material and labor, the costs Should authorized changes be made based upon u.0 actual .,os t � of material thereof and costs allowed for overhead profit, bonds, insurance, etc., shall be determined via SECTION 1 -09.6 FORCE ACCOUNT of the Standard Specifications. their entirety replace with the following: Delete the Iasttwo paragraphs in uien G�������y and ic with the •� °-••••��� The Contractor may submit proposals for changing the Plans, Specifications, or other requirements of the Contract. These proposals must reduce the cost or time required for construction of the project. When determined appropriate by the Contracting Agency, a change order will be executed implementing the proposed change /changes. See also Section 01035 - Modification Procedures. Z: \JAN \SI tCS\02032B- YK.wpd 6-12 A January 25, 2006 1 -04.11 FINAL CLEANUP Add the following: Partial cleanup shall be done by the Contractor when he /she feels it is necessary or when, in the opinion of the Contracting Agency, partial cleanup should be done prior to either final cleanup or final inspection. The cleanup work shall be done immediately upon written notification of the Engineer and other work shall not proceed until this partial cleanup is accomplished. Should the Contractor not conduct the cleanup as directed and in a timely manner, the Owner shall take action to have such cleanup work completed by others and will deduct such costs from any payment due the Contractor. See also Section 01700 - Project Closeout. 1 -05 CONTROL OF WORK 1 -05.1 AUTHORITY OF THE ENGINEER Add the following: Unless otherwise expressly provided in the Contract Drawings, Specifications, and Addenda, the means and methods of construction shall be such as the Contractor may choose; subject, however, to the Engineer's right to reject means and methods proposed by the Contractor which (1) will consti- tute or create a hazard to the work, or to persons or property; or (2) will not produce finished work in accordance with the terms of the Contract. The Engineer's approval of the Contractor's means and methods of construction or his failure to exercise his right to reject such means or methods shall not relieve the Contractor of the obligation to accomplish the result intended by the Contract; nor shall the exercise of such right to reject create a cause for action for damages. See also Section 01040 - Coordination. 1 -05.3 PLANS AND WORKING DRAWINGS Replace the second, third, and fourth paragraphs of SECTION 1 -05.3 of the Standard Specifications with the following: The Contractor shall submit Shop Drawings, samples, test reports, and other required submittals in accordance with Section 01300 of the Supplemental General Conditions. 1 -05.4 CONFORMITY WITH AND DEVIATION FROM PLANS AND STAKES See also Section 01050 - Field Engineering. 1- 05.5(4) SURVEY MONUMENTS (NEW SECTION) The following new section shall be added to the APWA Supplement: The Contracting Agency will, at its own cost, reference all known existing monuments or markers relating to subdivisions, plats, roads, street centerline intersections, etc. The Contractor shall take special care to protect these monuments or markers and also the reference points. In the event the Contractor is negligent in preserving such monuments and markers, the points will be reset by a licensed surveyor at the Contractor's expense. 1 -05.10 GUARANTEES See also Section 01740 - Warranties and Bonds. Z: \JAN \SPECS \02032B- YK.wpd 6 -13 January 25, 2006 1 -05.16 WATER AND POWER (APWA ONLY) Add the following: Water for site work, embankments, road, and pipe trenches shall be furnished and applied in accor- dance with these provisions and SECTION 2 -07 of the Standard Specifications modified as follows: Water Supply: Water for use on the project shall be furnished by the Contracting Agency, and the Contractor shall convey the water from the source at his own expense. Measurement and Payment: No separate measurement or payment for water will be made. This pertains to water required for dust control, water settling trenches, and any other water as required by the Contract Documents. All costs for hauling, conveying, and applying water shall be included in the various bid items of the proposal. 1 -05.18 TESTING (NEW SECTION) The following new section shall be added to the Standard Specifications: The Contractor shall be responsible for scheduling and paying for all material testing required by these Contract Documents. All testing services shall be performed by an independent, certified testing firm and /or laboratory meeting the approval of the Engineer. The Contractor shall submit information relating to the qualifications of the proposed testing firm to the Engineer for review and approval prior to the preconstruction conference. The testing frequencies listed below may be modified to assure compliance with the Specifications. Trench Backfill Copies of moisture- density curves for each type of material encountered and copies of all test results shall be provided to the Engineer as construction progresses. Compaction tests shall be taken at a frequency and at depths sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for each 100 linear feet of mainline pipeline trench and one (1) test for each street crossing. At alternating 100 -foot locations along the main trench line, tests shall be taken at 1 -foot, 2- foot, and 3 -foot depths below finish grade. The Engineer may request additional tests be performed at the Contractor's expense, if test results do not meet the required trench backfill densities. All trenches shall be backfilled and compacted to at least 95 percent of maximum density as determined by ASTM D 698 (Standard Proctor). Site Embankment Copies of the moisture density curves for each type of material encountered and copies of all test results shall be provided to the Engineer as construction progresses. Compaction tests shall be taken) at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of roadway embankment. T E ng i nee r may req additional tests be performed at the Contractor's expense, if test The Engineer may request additional .. .... ... .. ... ._ r _ .. _ . results do not meet the required subgrade densities. Roadway embankment compaction shall be as specified in SECTION 2- 03.3(14). Z: \JAN \SPECS \020326 - YK.wpd 6 -14 Januar 25, 2006 • Crushed Surfacing p t Copies of the moisture density curves for each type of material incorporated into the ro and copies of all test results shall be provided to the Engineer as construction progresses. ec uired Compaction tests shall be taken at a frequency 1 sufficient d test shall be taken fo Qevery density has been achieved. At a minimum, o ne (1) compaction 5,000 square feet of surface area for each lift of ballast or crushed surfacing. x re uest additional tests be performed at the Contractor's expense, ense, if test The Engineer may q results do not meet the required subgrade densities. Com action of ballast and crushed surfacing shall be as specified in SECTION 4- 04.3(5). p Cement Concrete Curb and Gutter supplier that the c copy oncret e p cement con cement has been prepared to e o�the strength requirement as specified elsewhere in ce po these Specifications. fourth truck load Concrete strength cylinders shall be taken and tested each day, and every of concrete delivered to the job. All testing procedures shall be conducted in accordance with applicable Sections of Division 6 -02 of the Standard Specifications. Copies of all test results shall be provided to the Engineer as construction progresses. Asphalt Paving pavement and Copies of the maximum Rice density test for each class of asphalt concrete p copies of all test results shall be provided to the Engineer as construction progresses. Density tests shall be taken at a frequency compaction test shall be taken for every 5,000 sufficient to document that the required density has been achieved. At a minimum, one (1) p square feet of surface area for each lift of asphalt concrete pavement. The Engineer may request additional tests pe r ormed at the Contra ctor's expense, if test results do not meet the required subg rade de Compaction of asphalt concrete pavement shall be as specified in SECTION 5- 04.3(10)B. See also Section 01400 - Quality Control Services. 1 -06 CONTROL OF MATERIALS 1 -06.2 ACCEPTANCE OF MATERIALS See also Section 01600 - Products and Substitutes. 1- 06.2(1) SAMPLES AND TESTS FOR ACCEPTANCE See also Section 01300 - Submittals. January 25, 2006 Z:\JAN\SPECS\ 6 -15 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 -07.1 LAWS TO BE OBSERVED Amend the second sentence of the first paragraph to read: The Contractor shall indemnify and save harmless the State (including the Commission the Secretary, and any agents, officers, and employees) and the Contracting Agency agents, officers, employees, and representatives) against any claims which may arise because the mater Contractor (or any employee of the Contractor or subcontractor or riialman any requirement. ) vioolala teed d a a l legal See also Section 01500 - Temporary Facilities. 1- 07.9(5)A REQUIRED DOCUMENTS Add the following: if using the occupation code for wage affidavits and payrolls and if the project involves more than one jurisdictional area, the Contractor shall reference the area just after the occupation code number. For example: 10 -0010 Yak.E. 1 -07.17 UTILITIES AND SIMILAR FACILITIES (APWA ONLY) • Add the following: Locations and dimensions shown on the Plans for information obtained without uncovering, measuring, or ot v ication. It shall be the Contractor's 's res•onsibilit to investi•ate the •resence and location of all utilities •rior to bid o•enin•. eq..� The Contractor shall call the Utility Location R „ o s. � + Center (One Call Center), for field location, not ntractor less than two nor more than ten business days before the scheduled date for commencement of • - excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday, or a legal local state, • or federal holiday. The telephone number for the One Cali Center for this projec s 1- If no one-number locator service is ' s s available n i t iv 800 -4o actor to those owners 1[nn s t n +,. or suspected � oI e shall be provided individually ti �� suspected of having underground facilities within the area of proposed excavation. Qwest Charter Cable TV 8 West 2nd Avenue, Room 304, Yakima WA 98902 City of r Yakima Water Division 1005 North 16` Avenue, Yakima, WA 98902 5 09-575-7183 City City of 2200 Fasit `a caloe Blvd. Yakima, WA 98902 509-575-1697 of Yakima kjkim Natural Wastewater ast astewater Division Corporation 2 t ✓ o , Yakim ll'; WA 98901 509 - 45 500-575 -6 1 a• Corporation 401 North 1s' Street, Yakima, WA 98901 509 -457 -6077 7 -5905 Pacific Power PO Box 1729, Yakima, WA 98907 50 9 - 575 -3146 Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction. Th Contractor shall, prior to beginning any work, meet with all utility organizations (public in the field to familiarize himself with existing utility locations with The plans and schedules f,._� along (p c and private) s for the installation of new, relocated, Cr g utilities. ailiti r fal l o pu a n � d pr a th utility organizations, along with private contractors work ng for these organizations, pb may be doing utility installations within the area. The proposed construction work must be coordinated with these utility installations. g Th e (inn+.- �,..a, -.. _,_ he Contractor snail arrange with the owners and operators of the respective utility systems to mark the locations and, if necessary or prudent, to expose the existing utilities prior to construction of the facilities contained in this Contract. Z :\JANISPECS \020325 - Y K.wpd 6-16 January 25, 2006 The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them. 1 -07.18 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE (APWA ONLY) The first paragraph of Section 1 -07.18 is supplemented with the following: 4. Builder's Risk Insurance providing Broad Perils (All Risk) coverage upon any work at the site, to the full insurable value thereof. This insurance shall include the Contractor, its subcontrac- tors of every tier, and the State of Washington as named insured on the policy. Coverage shall be included for all materials and supplies to be incorporated into the work at the jobsite, while in transit to the jobsite, or while stored away from the jobsite. The seventh paragraph is revised as follows: Change "45 days" to "20 days." Revise the eighth paragraph by adding the following to the end of the first sentence: " , the City of Yakima, its employees, agents, and elected or appointed officials, and Huibregtse, Louman Associates, Inc." Revise the tenth paragraph to read: The Contractor shall forward to the City the additional insured endorsement as requested in the Evidence of Insurance Section. COVERAGES AND LIMITS Supplement this section with the following: All coverages combined single limit shall be $1,000,000 per occurrence. The commercial general liability policy will contain a 'per job aggregate" endorsement. If this endorsement is not provided, an additional $2,000,000 umbrella limit will be required over and above the $1,000,000 underlying. A commercial general liability deductible of $5,000 or less is acceptable. The Contractor will be responsible for the payment of that deductible for any losses which occur. Higher retention or deductible limits may be acceptable on prior approval by the City. Providing coverage in these stated amounts shall not be construed to relieve the Contractor from liability in excess of such limits. EVIDENCE OF INSURANCE (APWA ONLY) The section is revised to read: The Contractor shall provide evidence of insurance by the following method: 1. A completed ACORD form #25 (or equivalent) shall be submitted which conforms to the following requirements. 2. The wording in the CANCELLATION section "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents, or representatives" shall be crossed out and initialed by the agent/broker and shall provide for a cancellation notice of at least 20 days, to the City of Yakima. Z: \JAN \SPECS \02032B - YK.wpd 6 -17 January 25, 2006 3. Add the following text in the section entitled DESCRIPTION OF OPERATIONS / LOCA- TIONS / VEHICLES / EXCLUSIONS ALLOWED BY ENDORSEMENT / SPECIAL PROVISIONS: The City of Yakima, their agents, employees and elected or appointed officials, and Huibregtse, Louman Associates, Inc., are additional insureds for the KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2. 4. Contain the appropriate amount and types of coverages that are specified by the Contract. 1-0T23 PUBLIC CONVENIENCE AND SAFETY 1- 07.23(1) CONSTRUCTION UNDER TRAFFIC Add the following to the third paragraph: 5. The Contractor shall maintain vehicular and pedestrian access to the park and all operating components at all times. Add the following to the sixth paragraph: 7. Open trenches shall be protected with proper barricades and at night they shall be distinctively indicated by adequately placed lights. Add the following paragraph: It shall be the responsibility of the Contractor to seek the apprrwa1 o f a nd notify the Resident Engineer and the Police and Fire Departments at least 24 hours prior to closing any street, in addition to correlating the proposed closures with the Contracting Agency to ensure proper detouring of traffic. When the street is re- opened, it shall again be the responsibility of the Contractor to notify the above named departments and persons. 1 -07.28 SAFETY STANDARDS (NEW SECTION) The following new section shall be added to the Standard Specifications: All work shall be performed in accordance with all applicable iocai, state, and federal health and safety codes, standards, regulations, and /or accepted industry standards. It shall be the responsibility of the Contractor to ensure that his work force and the public are adequately protected against any hazards. The Contracting Agency shall have the authority at all times to issue a stop work order at no penalty to the Contracting Agency if, in its opinion, working conditions present an undue hazard to the public, property, or the work force. Such authority shall not, however, relieve the Contractor of responsibility for the maintenance of safe working conditions or assess any responsibility to the Contracting Agency or Engineer for the identification of any or all unsafe conditions. 1 -07.29 NOTIFYING PROPERTY OWNERS (NEW SECTION) • The following new section shall be added to the Standard Specifications: When construction activities will affect ingress and egress to a property adjacent to the project site or site access road, the Contractor shall be responsible for notifying the occupant /nrrupants of the property 24 hours prior to the construction activity beginning. If personal contact with the occupant is not possible, the Contractor shall leave written notification. Z:\JAN\PF 6 -18 January 25, 2006 • 1 -08 PROSECUTION AND PROGRESS 1- 08.1(3) HOURS OF WORK (APWA ONLY) Add the following to the first paragraph: The "Schedule of Working Hours" form bound in the Contract and Related Materials section of these Contract Documents shall be executed by the Contractor prior to construction and shall be discussed at the preconstruction conference to formally establish the normal straight time working hours for the project. Normal working hours shall be limited to 40 hours per week based on the time the Contractor and /or his subcontractors are at the project site. Any time worked beyond the 40 hours per week shall be subject to the reimbursement provisions of SECTION 1- 08.1(4). 1- 08.1(4) REIMBURSEMENT FOR OVERTIME WORK OF CONTRACTING AGENCY EMPLOYEES (APWA ONLY) Replace with the following: Where the Contractor or any subcontractor elects to work on a Saturday, Sunday, or other holiday or longer than an 8 -hour shift on a regular working day, or during hours other than those described as normal straight time working hours under SECTION 1- 08.1(3) HOURS OF WORK, such work shall be considered as overtime work. On all overtime work a Resident Engineer will be present, and a survey crew may be required at the discretion of the Engineer. The Contractor shall reimburse the Contracting Agency for the full amount of straight time plus overtime costs for employees and representatives of the Contracting Agency required to work during that time period. The amount shall be calculated on an hourly basis at normal hourly billing rates in effect at that time for the individuals and equipment required to do the work including travel time. The Contractor by these Specifications does hereby authorize the Contracting Agency to deduct such costs from the amounts due or to become due to him. 1 -08.3 PROGRESS SCHEDULE Delete the first paragraph and replace it with the following: Following Contract award and satisfactory provision or execution of all required Contract Documents, the Engineer will schedule a preconstruction conference at a time mutually agreeable to all concerned. At this conference, all points of the Contract Documents will be open to discussion includ- ing scope, order and coordination of work, equipment lead time required, means and methods of construction, inspection and reporting procedures, etc. The Contractor should satisfy himself that all provisions and intentions of the Contract are fully understood. The Contractor shall prepare and submit to the Engineer at the preconstruction conference a Project Overview Bar Chart, using a bar graph format, as described in SECTION 01300. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The Schedule shall conform to the working time and time of completion established under the terms of the Contract and shall be subject to modification by the Engineer. The Schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and redrawn with each application for payment or upon issuance of any Change Order which substantially affects the scheduling. Copies (2 prints or 1 reproducible) of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation. Delete the next to the last sentence of the second paragraph. See also Section 01300 - Submittals. Z: \JAN \SPECS \020328- YK.wpd 6 -19 January 25, 2006 • 1 -08.4 NOTICE TO PROCEED AND PROSECUTION OF THE WORK (APWA only) SECTION 1 -08.4 of the APWA Supplement is replaced with the following: Due to previously scheduled events at the existing sports complex, physical construction on the new fourth ballfield may not begin until June 6, 2006. The Notice to Proceed with physical construction will be issued for June 6, 2006. The Contractor shall not begin physical construction on the fourth ballfield prior to issuance of the Notice to Proceed. The Contractor shall use the time after execution of the Contract and the issuance of the Notice to Proceed with physical construction to prepare and submit shop drawings and product information for review and approval; order, obtain and store materials to be used on the project; and mobilize to the designated staging area prior to the Notice to Proceed with physical construction. See also Section 1 -09.8, Payment for Material on Hand. The work thereafter shall be prosecuted diligently to completion within the Contract Time. 1 -08.5 TIME FOR COMPLETION (CONTRACT TIME) (APWA ONLY) Add the following: Due to previously scheduled events at the Gateway Sports Complex, physical construction on the fourth ballfield shall begin on June 6, 2006, and shall be completed by October 6, 2006. The Contractor is hereby notified that throughout the construction period, the three existing ballfields, parking lot, plaza, and concession/ restroom building will be used. The Contractor shall schedule and conduct his construction activities to minimize impacts to the existing facilities and to ensure the safety of the public in and around the construction site. Add the following paragraph after the second paragraph: Inclement weather shall not be a prima facie reason for the granting of an extension of time, and the Contractor shall make every effort to continue work under prevailing conditions, The Owner may, however, grant an extension of time if an unavoidable delay as a result of inclement weather in fact occurs, and such shall then be classified as a "delay." An "inclement" weather delay day is defined as a day on which the Contractor is prevented by inclement weather or conditions resulting immediately therefrom adverse to the current controlling operation or critical path activity, as deter- mined by the Resident Engineer, from proceeding with at least 75 percent of the normal labor and equipment force engaged on such operation for at least 60 percent of the total daily time being cur- rently spent on the controlling operation or critical path activity. See also Section 01700 - Project Closeout. 1 -08.9 LIQUIDATED DAMAGES Th p rov i s i o n s o f SECTICIN 1 -08.9 of the Standard Specifications shall be modified as follows: Because the Contracting Agency finds it impractical to calculate the cost of damages, it will use the following: If the Contract work is not completed within the times specified in SECTION 1 -08.5, the Contractor agrees to pay to the Owner the sum of $800.00 per day for each and every working day said work remains uncompleted after expiration of the specified time. 1- 08.10(1) TERMINATION FOR DEFAULT Z: \ \SPECS \020326 -YK ,A 6 -20 January 25, 2006 In the last sentence of the fifth paragraph, replace "State Treasurer, Department of Transportation" with • "Contracting Agency." 1 -09 MEASUREMENT AND PAYMENT 1 -09.8 PAYMENT FOR MATERIAL ON HAND Add the following to the first paragraph: 4. The Contractor shall securely store all materials and equipment and the Contractor is responsible to protect the materials and equipment from vandalism and theft and to ensure the materials and equipment are not damaged prior to use during the construction of the new facility. 1- 09.9(1) PROGRESS PAYMENTS (APWA ONLY) Add the following: The estimate cutoff date discussed above shall be the last working day of each month, unless otherwise agreed to by the Contractor and Engineer. The Contractor shall submit his signed Application for Payment within 3 working days of the estimate cutoff date. After the application for payment is reviewed by the Engineer, the Engineer will make a recommendation to the Contracting Agency for action at the first available meeting of the governing body that payment be made. Payment to the Contractor will be made within approximately 30 calendar days from said meeting. Failure to submit an Application for Payment within the required time may delay action by the Contracting Agency's governing body and further delay payment to the Contractor. See also Section 01027 - Application for Payment. 1- 09.9(2) RETAINAGE (APWA ONLY) Add the following to the fourth paragraph: 4. An affidavit is delivered to the Contracting Agency by the Contractor, stating that all persons performing labor or furnishing materials have been paid. 5. Releases have been obtained from the State Department of Labor and Industries, the State of Washington Employment Security Department, and all other departments and agencies having jurisdiction over the activities of the Contractor. 1- 09.9(3) CONTRACTING AGENCY'S RIGHT TO WITHHOLD AND DISBURSE CERTAIN AMOUNTS (APWA ONLY) Change Item 5 of the first paragraph as follows: 5. For overtime work performed by Contracting Agency personnel or its representatives, per SECTION 1- 08.1(4). Add the following paragraph: When the conditions 1 -9 are resolved or the Contractor provides a Surety Bond satisfactory to the Contracting Agency which will protect the Contracting Agency in the amount withheld, payment shall be made for amounts withheld because of them. 1- 09.13(3)A ADMINISTRATION OF ARBITRATION Z: \JAN \SPECS \02032B - YK.wpd 6 -21 January 25, 2006 Change the first sentence of the third paragraph to read "... rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency is located." 1 -10 TEMPORARY TRAFFIC CONTROL 1-10.2(2) TRAFFIC CONTROL PLANS Add the following: No roadway can be closed without approval of the City of Yakima. The Contractor will be required to submit a detour signing plan for approval for any anticipated road closure(s). All costs incurred by the Contractor for revising, drafting, and submitting the Traffic Control Plan, including any revisions required by the City after review, shall be included in the contract price. 1 -10.3 FLAGGING, SIGNS, AND ALL OTHER TRAFFIC CONTROL DEVICES 1- 10.3(3) CONSTRUCTION SIGNS The first sentence of the first paragraph is revised to read: All signs, barricades, flashers, cones, traffic safety drums, and other traffic control devices required by the approved traffic control plan(s), as well as any other appropriate signs prescribed by the City or County, shall be furnished by the Contractor. The last two sentences of the first paragraph are deleted. The third paragraph is revised as follows: Delete item 2. Revise item 3 to read: Furnishing, initial installation, and subsequent rel l loyal of both Class A and o construction uc:tiol In signs; and Z: \JAN \SPECS \020326- YK.wpd 6 -22 January 25, 2006 SUPPLEMENTAL CONDITIONS Z: \JAN \SPECS \02032B - YK.wpd January 25, 2006 • CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON SUPPLEMENTAL CONDITIONS INDEX FOR KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Project No. 02032B CONTENTS PAGE NO. DIVISION 1 - GENERAL SECTION 01010 - SUMMARY OF WORK/PROJECT CONTROLS 01010 -1 SECTION 01027 - APPLICATIONS FOR PAYMENT 01027 -1 SECTION 01030 - ALTERNATES 01030 -1 SECTION 01035 - MODIFICATION PROCEDURES 01035 -1 SECTION 01040 - COORDINATION 01040 -1 SECTION 01050 - FIELD ENGINEERING 01050 -1 SECTION 01080 - APPLICABLE CODES 01080 -1 SECTION 01090 - DEFINITIONS AND STANDARDS 01090 -1 SECTION 01200 - PROJECT MEETINGS 01200 -1 SECTION 01300 - SUBMITTALS 01300 -1 SECTION 01400 - QUALITY CONTROL SERVICES 01400 -1 SECTION 01500 - TEMPORARY FACILITIES 01500 -1 SECTION 01600 - PRODUCTS AND SUBSTITUTIONS 01600 -1 SECTION 01700 - PROJECT CLOSEOUT 01700 -1 SECTION 01740 - WARRANTIES & BONDS 01740 -1 DIVISION 2 - SITE WORK SECTION 02060 - SITE DEMOLITION 02060 -1 SECTION 02110 - SITE CLEARING 02110 -1 SECTION 02205 - SOIL MATERIALS 02205 -1 SECTION 02207 - AGGREGATE MATERIALS 02207 -1 SECTION 02222 - EXCAVATING 02222 -1 SECTION 02223 - BACKFILLING 02223 -1 SECTION 02520 - PORTLAND CEMENT CONCRETE PAVING 02520 -1 SECTION 02530 - ATHLETIC FIELD SURFACING 02530 -1 SECTION 02800 - SITE IMPROVEMENTS 02800 -1 SECTION 02810 - IRRIGATION 02810 -1 SECTION 02900 - LANDSCAPING /PLANTING 02900 -1 DIVISION 3 - CONCRETE SECTION 03300 - CONCRETE WORK 03300 -1 DIVISION 6 - WOOD AND PLASTICS SECTION 06100 - ROUGH CARPENTRY 06100 -1 DIVISION 7 - THERMAL AND MOISTURE PROTECTION SECTION 07410 - PREFORMED ROOFING AND SIDING 07410 -1 Z: \JAN \SPECS \02032B - YK.wpd January 25, 2006 DIVISION 13 - SPECIAL CONSTRUCTION SECTION ION 13126 - SPORTS FIELD LIGHTING 13126 -1 DIVISION 16 - ELECTRICAL SECTION 16010 - BASIL ELECTRICAL REQUIREMENTS 16010 -1 SECTION 16050 - BASIC ELECTRICAL MATERIALS AND METHODS 16050 -1 SECTION 16060 - GROUNDING 16060 -1 SECTION 16120 - CONDUCTORS AND CABLES 16120 -1 SECTION 16130 - RACEWAYS AND BOXES 16130 -1 SECTION 16140 - WIRING DEVICES 16140 -1 SECTION 16210 - ELECTRICAL UTILITY SERVICES 16210 =1 SECTION 16520 - EXTERIOR LIGHTING 16520 -1 Z: \JAN \SPECS \020326 - YK.wpd January 25, 2006 CITY OF YAKIMA SUMMARY OF WORK/ KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 PROJECT CONTROLS YAKIMA, WASHINGTON Section 01010 -1 PART I - GENERAL RELATED DOCUMENTS: General Provisions of the Contract, including the Standard Specifications, General and Supplementary Conditions, and other Division 1 Specification Sections, apply to documents covered under this Section. BID DOCUMENTS: Review all of the Bid Forms and Documents prior to submitting the Bid for construction. Include all forms required at the time of submission. Failure to include fully completed forms will result in rejection of the Bid as non - responsive. PROJECT DESCRIPTION: The project consists of construction of improvements to the City of Yakima Gateway Sports Complex at Kiwanis Field facility as shown on the Contract Documents prepared by Huibregtse, Louman Associates, Inc. The Work generally consists of construction of a new fourth softball field. Site Demolition and Clearing work includes, but is not limited to, removal of existing ballfield facilities including concrete slabs, base pad anchors, fencing, and light poles; lawn, tree and stump removal; roadway asphalt and base removal; utility pole and anchor removal; and minor plaza asphalt removal. Site Improvements include, but are not limited to, new lawn and outfield tree planting, new irrigation system, new fencing, ballfield construction, lighting and appurtenances. Specialties include, but are not limited to, ballfield lighting systems, bleachers, and dugout benches. Refer to Section 01030, Alternates. CONTRACTOR USE OF PREMISES: General: Limit use of the premises to construction activities in areas indicated; allow for Owner occupancy and use by the public of adjacent areas. The City of Yakima will be using the existing passive park areas during the construction period. Contractor Staging Area: The Contractor may use a portion of the site not occupied by the Owner for staging of materials and equipment. Arrange with the Owner for the exact area desired. The Contractor shall be responsible for moving and reinstalling all existing items of construction including power, water, air, benches, equipment, and similar items to install new work and finishes. Portions of the site beyond areas in which construction operations are indicated are not to be disturbed. Keep entrances to existing parking lots serving the premises clear and available to the Owner and the public at all times. Do not use these areas for parking or storage of materials. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on site. If the Contractor desires to have access through a secondary entrance not normally used by the Owner, arrange for temporary locking and security of that entry. Lock automotive -type vehicles and other mechanized or motorized construction equipment when parked and unattended. Do not leave such vehicles or equipment unattended with the motor running or the ignition key Z: \JAN \SPECS \020326- YK \01010.wpd January 25, 2006 CITY OF YAKIMA SUMMARY OF WORK/ KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 PROJECT CONTROLS YAKIMA, WASHINGTON Section 01010 - 2 in place. Secure the area of Work at the end of each Work day. Coordinate locking with the Owner's keying system. Contractor shall be responsible for securing the building upon notice to proceed with interior Work. OWNER OCCUPANCY: Owner Occupancy: The Owner and public will occupy portions of the existing adjacent park facility during the periods of construction. Cooperate fully with the Owner during construction operations to minimize conflicts and to facilitate usage. Perform the work so as not to interfere with the Owner's operations of the park. A Certificate of Substantial Completion will be executed after the Contractor has obtained a certificate of occupancy from the local building officials, all interior finish work has been completed and approved by the Engineer and Owner's Representative. ENVIRONMENTAL PERFORMANCE: No later than 300 days after the Date of Substantial Completion, and after Owner occupancy and use of the project, return and again inspect, test, and adjust the work. Measure performance. Submit a report of results to the Owner. Instruct the Owner's operating personnel on operational requirements needed to maintain compliance. Report performance of completed installation after adjustments that appear unable to comply with the requirements. Completion Requirements: On the date indicated for Substantial Completion pletion of the site and facility, have each area or space, or portion of each area or space, fully completed, finished, equipped, furnished, cleaned, and have all mechanical and electrical systems completed and fully functional and operational, or provide temporary construction, services, systems and facilities equal in function, capacity, and operational to new construction as duutptable to Owner and Architect. COORDINATION AND MEETINGS: General: Prepare and distribute to each entity performing Work at project site, a written memorandum of • instruction on required coordination activities, including required notices, reports, and attendance at meetings. Prepare similar memoranda for separate Contractors where interfacing of Work is required. Coordination Drawings : Where Work by separate entities requires off -site fabrication of products and materials which must be accurately interfaced and closely inter - meshed to produce required result, prepare coordination drawings to indicate how Work shown by separate shop drawings will be interfaced, inter- meshed, and sequenced for installation. Comply with submittal requirements of Submittals Section. Coordination Meetings: In addition to specific pre- installation meetings and coordination meetings for each major element of Work, and regular project meetings for other purposes (as indicated elsewhere in Contract Documents), hold monthly, general project coordination meetings at regularly scheduled times which are convenient for everyone involved. Request representation (at each meeting) by every entity currently involved in coordination or planning for Work of the entire project. Conduct meetings in a manner which will resolve coordination problems. Record results of meetings and distribute copies to everyone in attendance and to others affected by decisions or actions resulting from each meeting. At General Contractor's option, monthly coordination meeting may be held integrally with monthly progress meeting as specified elsewhere. Z: \JAN \SPECS \020326- YK\01010.wpd January 25, 2006 • CITY OF YAKIMA SUMMARY OF WORK/ KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 PROJECT CONTROLS YAKIMA, WASHINGTON Section 01010 - 3 ADMINISTRATIVE / SUPERVISORY PERSONNEL: General: In addition to a General Superintendent (see Supplementary Conditions) and other administrative and supervisory personnel required for performance of the Work, provide specific coordinating personnel as specified herein. Protect Coordinator: Provide a project coordinator as part of the Contractor's office staff, who is experienced in administration and supervision of building construction, mechanical and electrical Work, and who is authorized to act as the general coordinator of interfaces between units of Work. For purpose of this provision, "interface" is defined to include the scheduling and sequencing of Work, sharing of access to Work spaces, installation, protection of each other's work, cutting and patching, tolerances, cleaning, selections for compatibility, preparation of coordination drawings, inspections, coordination, location and verification of all known existing below -grade and above -grade elements of construction, tests, and temporary facilities and services. Submittal of Staff Names, Duties: Within 15 days of Contract date, submit a listing of General Contractor's principal staff assignments and consultants, naming persons and listing their addresses and telephone numbers. SPECIAL REPORTS: General: Except as otherwise indicated, submit special reports directly to Owner within one day of occurrence requiring special report, with copy to Engineer and others affected by occurrence. Reporting Unusual Events: When an event of unusual and significant nature occurs at site (examples: visit by Governor plus news media; extraordinary weather phenomenon), prepare and submit a special report listing changing of events, persons participating, response by General Contractor's personnel, evaluation of results or effects, and similar pertinent information. When such events are known or predictable in advance, advise Owner in advance at earliest possible date. Reporting Accidents: Prepare and submit reports of significant accidents, at site and anywhere else Work is in progress. Record and document data and actions; comply with industry standards. For this purpose, a significant accident is defined to include events where personal injury is sustained, or property loss of substance is sustained, or where the event posed a significant threat of loss or personal injury. TRADESMEN AND WORKMANSHIP STANDARDS: General: Instigate and maintain procedures to ensure that people performing Work at site are skilled and knowledgeable in methods and craftsmanship needed to produce required quality - levels for workmanship in completed Work. Remove and replace Work which does not comply with workmanship standards as specified and as recognized in the construction industry for applications indicated. Remove and replace other Work damaged or deteriorated by faulty workmanship or its replacement. Availability of Tradesmen: At each progress or coordination meeting, review availability of tradesmen and projected needs to accomplish Work as scheduled. Require each prime entity employing personnel to report on current and pending trade union actions and jurisdictional matters which might affect progress of Work. Where possible, consider alternatives and take actions to avoid disputes and delays. INSPECTIONS, TESTS AND REPORTS: General: Required inspection and testing services are intended to assist in determination of probable compliances of Work with requirements, but do not relieve General Contractor of responsibility for those Z: \JAN \SPECS \020326- YK\01010.wpd January 25, 2006 CITY OF YAKIMA SUMMARY OF WORK/ KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 PROJECT CONTROLS YAKIMA, WASHINGTON Section 01010 - 4 compliances, or for general fulfillment of requirements of Contract Documents. Specified inspections and tests are not intended to limit General Contractor's quality control program. Afford reasonable access to agencies performing tests and inspections. • Refer to Section 01400, Quality Control Service, for additional information. Qualification of Testing Agencies: Except as otherwise indicated and except where manufacturer's testing facilities are indicated as acceptable, engage independent testing laboratories specializing in the required services and approved by the City of Yakima. Reports: Submit test/inspection reports, including agency's analysis of results and recommendation where applicable, in duplicate to Engineer except as otherwise indicated, and submit copies directly to governing authorities where required or requested. PART 2 - PRODUCTS (Not Applicable) PART 3 = E;;CUTIO": GENERAL INSTALLATION PROVISION: Pre - Installation Conferences: Well in advance of installation of every major unit of Work which requires coordination and interfacing with other Work, meet at project site with installers and representatives of manufacturers and fabricators who are involved in or affected by unit of Work, and its coordination of integration with other Work which has preceded or will follow. Advise Engineer of scheduled meeting dates. At each meeting, review progress of other Work and preparations for particular Work under consideration, including requirements of Contract Documents, options, related change orders, purchases, deliveries, shop drawings, product data and quality control samples, possible conflicts, compatibility problems, time schedules, weather limitations, temporary facilities, space and access limitations, structural limitations, governing regulations, safety, inspection and testing requirements, required performance results, recording requirements, • and protection. Record significant discussions of each conference, and record agreements and disagree- ments, along with final plan of action. Distribute record of meeting promptly to everyone concerned, including Engineer. Do not proceed with the Work if associated pre - installation conference cannot be concluded successfully. Instigate actions to resolve impediments to performance of the Work, and reconvene conference at earliest date feasible. Installer's Inspection of Conditions: Require installer of each major unit of Work to inspect substrate to receive Work, and conditions under which Work will be performed, and to report (in writing to Contractor) unsatisfactory conditions. Do not proceed with the Work until unsatisfactory conditions have been corrected in a manner acceptable to installer. Manufacturer's Instructions: Where installations include manufactured products. comply with manufacturer's applicable instructions and recommendations for installation, to extent these are more explicit or more stringent than requirements indicated in Contract Documents. Inspect each item of material or equipment immediately prior to installation, and reject damaged and defective items. Z: \JAN \SPECS\02032B- YK \01010.wpd January 25, 2006 CITY OF YAKIMA SUMMARY OF WORK/ • KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 PROJECT CONTROLS YAKIMA, WASHINGTON Section 01010 - 5 Provide attachment and connection devices and methods for securing Work properly as it is installed; true to line and level, and within recognized industry tolerances if not otherwise indicated. Allow for expansions and building movements. Provide uniform joint width in exposed Work, organized for best possible visual effect. Refer questionable visual -effect choices to Engineer for final decision. Recheck measurements and dimensions of the Work, as an integral step of starting each installation. Install Work during conditions of temperature, humidity, exposure, forecasted weather, and status of project completion which will ensure best possible results for each unit of Work, in coordination with entire Work. Isolate each unit of Work from non - compatible Work, as required to prevent deterioration. Coordinate enclosure (closing -in) of Work with required inspections and tests, to minimize necessity of uncovering Work for that purpose. Mounting Heights: Where mounting heights are not indicated or noted in Specification Section 01040, Coordination, mount individual units of Work at barrier -free and industry- recognized standard mounting heights for application indicated. Refer questionable mounting height choices first to the Uniform Building Code, secondly to Engineer for final decisions. CLEANING AND PROTECTION: General: During handling and installation of Work at project, site clean and protect Work in progress and adjoining Work on a basis of perpetual maintenance. Apply suitable protective covering on newly installed Work where reasonably required to ensure freedom from damage or deterioration at time of substantial completion; otherwise, clean and perform maintenance on newly installed Work as frequently as necessary throughout remainder of construction period. Adjust and lubricate operable components to ensure operability without damaging effects. Limiting Exposures of Work: To extent possible through reasonable control and protection methods, supervise performance of Work in a manner and by means which will ensure that none of the Work, whether complete or in progress, will be subject to harmful, dangerous, damaging, or otherwise deleterious exposures during construction period. Such exposures include (where applicable, but not by way of limitation) static loading, dynamic loading, internal pressures, external pressures, high or low temperatures, thermal shock, high or low humidity, air contamination or pollution, water, ice, solvents, chemicals, light, radiation, puncture, abrasion, heavy traffic, soiling, bacteria, insect infestation, combustion, electrical current, high speed operation, improper lubrication, unusual wear, misuse, incompatible interface, destructive testing, misalignment, excessive weathering, unprotected storage, improper shipping /handling, theft, and vandalism. Additional Requirements: Refer to Section 01700, Project Closeout, and various sections of the Specification. CONSERVATION AND SALVAGE: General: It is a general procedural requirement for supervision and administration of the Work that construction operations be carried out with maximum practical consideration for conservation of energy, water, and materials; and with maximum practical consideration for salvaging materials and equipment involved in performance of the Work but not incorporated therein. Refer to other Sections for required disposition of salvage materials and equipment which are Owner's property. END OF SECTION 01010 Z: \JAN \SPECS \020326- YK\01010.wpd January 25, 2006 • • CITY OF YAKIMA APPLICATIONS FOR PAYMENT KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 01027 -1 YAKIMA, WASHINGTON PART 1- GENERAL RELATED DOCUMENTS: Drawings and general provisions of Contract, including the Standard Specifications, General and Supplementary Conditions, and other Division 1 Specification Sections, apply to this Section. SUMMARY: This Section specifies administrative and procedural requirements governing the Contractor's Applications for Payment. Coordinate the Schedules of Values and Applications for Payment with the Contractor's Construction Schedule, List of Subcontractors, and other submittals required by the Contract Documents. Refer to the Standard Specifications, Section 1 -09, Measurement and Payment for additional information. The Contractor's Construction Schedule is included in Section 01300, Submittals. SCHEDULES OF VALUES: Coordinate preparation of the Schedules of Values with preparation of the Contractor's Construction Schedule. The Contractor shall furnish a breakdown of the total Contract price showing the amount included for each principal category of the Work, in such detail as requested by the Engineer, to provide a basis for determining progress payments. This breakdown, referred to as the Schedule of Values, will be approved by the Engineer before application for the first payment is made, and will include appropriate amounts for Closeout, demobilization, record drawings, O &M manuals, operation instructions and any other special Contract requirements for Project C:inceni it, in aridition, c\ ihenntractorc chaii provide line item breakdown for each principal category of the Work. Submit the Schedules of Values to the Engineer for approval of acceptable format at the earliest feasible date, but no later than seven days after Notice to Proceed. • tjrmat_ and ijntnnt: Nthc,Cnrist'ii ^find ; i p r r r . i i i r : T = 4 i i : : r 4 . T. = ieiP o f i:nili(iilis.a fsg iii: ie =± t i ; G ,. . i , - 1 N i s h tii.=si('iriii -ii for each Schedule of Values. Identification: Include the following project identification on the Schedule of Values: Project name and location Name of the Engineer Project number Contractor's name and address Date of submittal Arrange each Schedule of Values in a tabular form with separate columns to indicate the following for each item listed: Item /category number (number consecutively) Related Specification Section Item /category name Dollar value Identify all major sub-categories within each line item Z: \_�AMSPECS \02032R_YK \01027 wpd January 25, 2006 • CITY OF YAKIMA APPLICATIONS FOR PAYMENT KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 01027 - 2 YAKIMA, WASHINGTON Provide a breakdown of the Contract sum in sufficient detail to facilitate continued evaluation of Applications for Payment and progress reports. Break principal subcontract amounts down into several line items. All subcontracts of $25,000 or more shall be broken down into subcategories of • labor and materials. Round amounts off to the nearest whole dollar. The total shall equal the contract sum for the schedule. Provide a line item "Closeout" in the amount to be equal to four percent (4 %) of the monies designated for construction which shall be set aside as a separate line item as defined in Section 01700, Project Closeout. Project Closeout will be payable to the General Contractor following Final Completion. Provide a line item breakdown for Contractor's punch list, demobilization, record drawings, O &M manuals, and instruction sessions with the Owner's personnel. Demobilization shall equal the amount of mobilization on the Schedule of Values. The Owner may reimburse the Contractor for materials purchased before their use in the Work if they meet the requirements of the Specifications and Drawings and are delivered to an Engineer- approved storage site. The Contractor shall provide invoices from materials suppliers for payment. Each invoice shall be detailed sufficiently to enable the Engineer to determine the actual costs. Payment for materials on- hand shall not exceed the total Contract cost for that item. The Owner will not pay for material on -hand when the invoice cost is Tess than $2,000. As materials are used in the Work, credits equaling the partial payments for them will be taken on future estimates. Partial payment for materials on -hand shall not constitute acceptance. Any material will be rejected if found to be faulty, even if partial payment for it has been made. APPLICATIONS FOR PAYMENT: Each application for payment shall be based on the Schedules of Values and shall be consistent with previous applications and payments as certified by the Engineer and paid for by the Owner. Certified Payroll: The Owner requires the following Certified Payroll procedures: Certified Payroll: For each payment application, submit Certified Payroll from every entity (including Contractor) that is providing work on the project. Payment Application Times: Submit monthly applications for payment to the Engineer at least five working days before the end of each month for payment of Work completed during the month. Payment will be made by the Owner no later than the last business day of the following month. Payment Application: The Contractor shall prepare a monthly request for payment on a form derived from the Schedule of Values. The form shall show the original value of each item, the work completed through the previous pay period, the work completed in the current pay period, and the percent of work completed to date. The application shall be signed, dated, and forwarded to the Engineer for review. The Engineer shall review and revise the request as needed for recommendation for payment to the Owner. Entries shall match data on the Schedule of Values and the Contractor's Construction Schedule. Each request for payment shall be accompanied by an updated or revised Progress Schedule. Pay requests lacking the updated schedule will not be recommended for payment. Include the amounts of Change Orders and Construction Change Directives approved prior to the end of the pay period. Provide a separate change order summary. Z: \JAN \SPECS\02032B- YK \01027.wpd January 25, 2006 CITY OF YAKIMA APPLICATIONS FOR PAYMENT KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 01027 - 3 YAKIMA, WASHINGTON Subsequent applications for payment must be accompanied by an updated progress schedule, certified payroll, and updated estimated payment request schedule. Failure to do so will automatically stop payment by the Owner. Application for Payment at Substantial Completion: Following issuance of the Final Certificate of Substantial Completion, submit an application for payment package. Administrative actions and submittals that shall precede or coincide with this application are specified in the General Conditions, Supplementary Conditions, and in Project Closeout Sections. i P Application: F_� t to of Final Completion and dmini tr ti Final Payment r- �uuii�atio�i. Following issuance of the Certificate i f i n iai v�iii and a�+���i���s��a���.. actions and submittals which are specified in the General Conditions, Supplementary Conditions and Project Closeout section. PART 2 - PRODUCTS (Not Applicable). PART 3 - EXECUTION (Not Applicable). END OF SECTION 01027 4 Z.WYNSPECJW20332D-YR 0102%.wpd January 25 2006 CITY OF YAKIMA ALTERNATES KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 01030 -1 YAKIMA, WASHINGTON PART 1 - GENERAL RELATED DOCUMENTS: Drawings and general provisions of Contract, including the Standard Specifications, General and Supplementary Conditions, and other Division 1 Specification Sections, apply to this Section. SUMMARY: This Section defines requirements for Bidder's itemization of Bid amounts, specifies administrative and procedural requirements for Alternates and summarizes the nature and scope of Alternates that may be included in the Work. DEFINITIONS: Base Bid for Ballfield No. 4 Improvements: The total Base Bid is the amount proposed by Bidders and stated on the Bid Form to perform all Work required by the proposed Construction Documents for the project. Alternate (Alternate Bid): An "Alternate" is an amount proposed by Bidders and stated on the Bid Form for certain construction activities defined in this Section and other Specification Sections that may be added to the Base Bid, (or "Basic" Bid), amount if the Owner decides to accept a corresponding change in the amount of construction to be completed. ALTERNATE AMOUNTS - BID REQUIREMENTS AND STIPULATIONS: Alternates shall include amounts for all supporting elements of Work and other corresponding Contract Document requirements so that whatever combination of Base Bid and Alternates is selected by the Owner, the amount of the Base Bid plus additive Alternates selected (if any) will equal the total Contract sum for provision of all Work selected by the Owner. Coordination: Coordinate related Work and modify or adjust adjacent and related Work as necessary to ensure that all Work affected by each accepted Alternate is complete and fully integrated into the project. Proposed Alternate amounts shall be apportioned on the Bid Form, as applicable, to show the amount to be added to Base Bid. This breakdown is required for Owner's financing of the project and will not affect the extent of the Work. The Owner reserves the right to select any combination of Base Bid and Alternates and to determine the lowest responsive Bidder based on the combined total of the Base Bid plus any Alternates selected. POST BID REQUIREMENTS: Post Contract Selection of Alternates: The Owner reserves the right to select additional Alternates or to revise the combination of Alternates selected for amounts proposed by the successful Bidder on his Bid Form, for a period of 60 calendar days after the date of the Contract, unless the decision to add an Alternate affects the Contractor's normal sequence of Work. In such case, the Contractor shall give the Owner 10 days' notice, during which time the Owner will notify the Contractor whether he wishes to reinstate an Alternate. The Contract will be amended for any post -bid selection of Alternates by change order. Promptly notify each party involved of any changes in scope of Alternates selected. Z: \JAN \SPECS \02032B- YK \01030.wpd January 25, 2006 CITY OF YAKIMA ALTERNATES KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 01030 - 2 YAKIMA, WASHINGTON SCHEDULE AND DESCRIPTION OF ALTERNATES: Schedule: A "Schedule of Additive Alternates" is included in Part 3 of this Section. Specification Sections referenced in the Schedule contain requirements for materials and methods necessary to achieve the Work described under each Alternate or requirements are included in the description of the Alternate, or a combination of both. The Work of all Alternates shall conform to applicable Specification requirements. Include as part of each Alternate, as applicable, addition and /or deletion of miscellaneous devices, accessory objects, and similar items incidental to or required for a complete installation whether or not mentioned as part of the Alternate. include modifications to adjacent and related Work required and /or resulting from the Work of Alternates. Include addition or deletion of administrative, engineering, and similar costs related to provision of or deletion of Alternate Work, as applicable. Include Washington State Sales Tax in each alternate price. PART 2 - PRODUCTS (Not Applicable). PART 3 - EXECUTION ADDITIVE ALTERNATES: Alternate No. 1A: New asphalt pathway. Furnish and install new asphalt pathway between existing Ballfield No. 3 and New Ballfield No. 4 with 2" HMA class PG 64 -28 over 4" crushed surfacing top course. Note: See key notes 9 and 10 on Drawings L2.0 for revisions to the Irrigation plan if this alternate is not selected. Alternate No. 2A: Additional outfield/plaza fencing. Furnish and instal! 6' high specified green vinyl fencing and gates as shown on Drawing L3.1. Alternate No. 3A: Maintenance Yard Fencing. install 6' high galvanized fence utilizing existing fencing fabric from removed outfield fence from this project and other fencing as furnished by the City of Yakima. The City of Yakima will i vi r anima will also material for the 16' wide CIol7hIP swing (7atA, Contractor to furnish all posts and appurtenances required to complete installation of the fencing. END OF SECTION 01030 Z: \JAN \SPECS \020328- YK \01030.wpd January 25, 2006 CITY OF YAKIMA MODIFICATION PROCEDURES KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 01035 -1 YAKIMA, WASHINGTON PART1- GENERAL RELATED DOCUMENTS: Drawings and general provisions of the Contract, including the Standard Specifications, General and Supplementary Conditions, and other Division 1 Specification Sections, apply to this Section. SUMMARY: This Section specifies administrative and procedural requirements for handling and processing Contract modifications. Related Sections: The following Sections contain requirements that relate to this section: Division 1 Section 01300, Submittals, for requirements for the Contractor's Construction Schedule. Division 1 Section 01027, Applications for Payment, for administrative procedures governing applications for payment. Division 1 Section 01600, Products and Substitutions, for administrative procedures for handling requests for substitutions made after award of the Contract. DESIGN CLARIFICATION / VARIATION REQUEST (DCVR) Requests by the Contractor for interpretation of the requirements or content of the Construction Documents, or for approval of a variation from the Contractor Documents. shall be submitted to the Engineer. Submit requests only after thoroughly verifying that the information cannot be found in the Contract Documents, shop drawings, addenda, or change orders. Include all information necessary for the Engineer to evaluate the request. Incomplete forms and those that are unclear or inadequately documented will be returned to the Contractor for completion or clarification. Questions regarding the Drawings shall be accompanied by sketches of the area in question. Questions regarding the Specification shall identify the proper Section, line or lines. All such requests shall be submitted by the Contractor. None will be accepted from subcontractors, sub - subcontractors, suppliers, or others except through the Contractor. Submit DCVRs in a timely manner. Timing of submittal of complex DCVRs and those anticipating a change of Contract Sum or Contract Time shall allow for an adequate review period and for Contractor's submittal and Engineer's review of cost and time proposals subsequent to the DCVR response. Method of transmittal to the Engineer should be consistent with the requested rapidity of response. Engineer will review DCVRs with reasonable promptness. Unwarranted requests which impede the Engineer's ability to respond to critical decisions regarding the Work will result in the denial of time extension based on the Contractor's requests for delays due to a lack of responses by the Engineer. Should the DCVR require materials or equipment not specified, submit substitution request in compliance with Section 01600. Submit one copy of the DCVR form covering each individual request; in addition, provide the Owner's Representative a copy. Z: \JAN \SPECS \020326- YK \01035.wpd January 25, 2006 CITY OF YAKIMA MODIFICATION PROCEDURES KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 01035 - 2 YAKIMA, WASHINGTON Complete the attached form accurately and in full. Number DCVRs sequentially. DCVRs resubmitted shall have an R -_ added to the number for tracking. If a request has a clear or potential impact on Contract Sum or Contract Time, provide specifics in the space provided. If impacts are not known in detail, provide as much information as is available or provide order -of- magnitude impact estimates, identified as such. If Contract Sum or Contract Time impact depends upon the Engineer's response, check "Yes" to identify impact and explain the conditions that will determine cost or time impact in the space provided. Variation requests will be considered only if there is a clear benefit to the Owner. The benefit shall be in terms of cost, time, quality, performance, maintenance, coordination, simplification, or other clearly identifiable consideration. Drawings, diagrams, or additional explanation may be attached to the DCVR form if necessary. However, information required on the form must be included on the form. Response by the Engineer will be to the specific request as received and is not to be interpreted to extend beyond the specifics of the request. If the Engineer provides a clarification or approves a variation that the Contractor believes to impact Contract Sum or Contract Time, a proposal for such Work that quantifies the impacts must be submitted by the Contractor for approval by the Owner. Return of the DCVR form by the Engineer does not constitute authorization to proceed with any Work requiring a change in the Contract Sum or Contract Time. Any change in Contract Sum or Contract Time requires approval by the Owner of the Contractor's proposal for the Work. MINOR CHANGES IN THE WORK: Supplemental Instructions authorizing minor changes in the Work not involving an adjustment to the Contract Sum or Contract Time will be issued in written form by the Engineer. • The Contractor shall promptly sign and return a copy of the instructions to the Engineer to indicate the Contractor's acceptance of the instructions as consistent with the Construction Documents. CHANGE ORDER PROPOSAL REQUESTS: (C.O.P.) Owner - Initiated Proposal Requests: Proposed changes in the Work that will require adjustment to the Contract Sum or Contract Time will be issued by the Engineer, with a detailed description of the proposed change and supplemental or revised Drawings and Specifications, if necessary. Proposal requests issued by the Engineer are for information only. Do not consider them as instructions either to stop Work in progress or to execute the proposed change. Unless otherwise indicated in the proposal request, within 15 days of receipt of the proposal request. submit to the Engineer for the Owner's review an estimate of cost necessary to execute the proposed change. Using the Cost Estimate Detail Sheet at the end of this Section, or similar breakdown acceptable to the Engineer, include a list of quantities of products to be purchased and unit costs, along with the total amount of purchases to be made. Where requested, furnish survey data to substantiate quantities. Z:\JAN\ortw102032B-YK \01035.wpd January 25, 2006 • • CITY OF YAKIMA MODIFICATION PROCEDURES KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 01035 - 3 YAKIMA, WASHINGTON Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. Include a statement indicating the effect the proposed change in the Work will have on the Contract Time. Requests for time extensions or reductions will only be considered if it affects the critical path of the project and must be proportional to the total dollar cost of the Project. Contractor - Initiated Change Order Proposal Requests: When latent or other unforeseen conditions require modifications to the Contract, the Contractor may propose changes by submitting a request for a change to the Engineer. Include a statement outlining the reasons for the change and the effect of the change on the Work. Provide a complete description of the proposed change. Indicate the effect of the proposed change on the Contract Sum and Contract Time. Requests for time extension or reduction will only be considered if it affects the critical path of the project and must be proportional to the total dollar cost of the project. Using the Cost Estimate Detail Sheet at the end of this Section, or similar breakdown acceptable to the Engineer, include a list of quantities of products to be purchased and unit costs along with the total amount of purchases to be made. Where requested, furnish survey data to substantiate quantities. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. Comply with requirements in Section 01600, Products and Substitutions including submittal of the Substitution Request form if the proposed change in the Work requires the substitution of one product or system for a product or system specified. CONSTRUCTION CHANGE DIRECTIVE: Construction Change Directive: When the Owner and Contractor are not in total agreement on the terms of a COP or in order to maintain the Construction Schedule without delaying the Work, the Engineer may issue a written CCD signed by the Owner and the Architect, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. The CCD will contain a complete description of the change in the Work and designate the method to be followed to determine change in the Contract Sum or Contract Time. The Contractor may only charge for actual time spent to perform the Work at the site. Administrative costs, including all home and field office expenses and fifty percent of the General Superintendent's time, are considered as part of the General Contractor's overhead and profit (see Supplemental Conditions for Changes in Work). Documentation: Maintain detailed records on a time and material basis of Work required by the CCD. After completion of the change, submit an itemized account and supporting data necessary to substantiate cost and time adjustments to the Contract. This should include employer time records, material invoices, overhead and profit, bond and insurance, transportation and cost invoices. The Owner, at his option, may require daily documentation sheets for labor and materials for all Work installed. No claim for such CCD Work shall be allowed except upon written order by the Engineer prior to the performance of such Work. Z: \JAN \SPECS \020326- YK \01035.wpd January 25, 2006 CITY OF YAKIMA MODIFICATION PROCEDURES KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 01035 - 4 YAKIMA, WASHINGTON The amount and cost of any such CCD Work shall be computed by the Engineer. The Contractor shall submit an itemized statement of the cost of Work, purpose and location of the Work, a complete breakdown of labor, materials, equipment, and taxes in accordance with the above provisions. The statement will be submitted to the Engineer for approval within 15 days following the day on which the Work was completed. Failure to submit CCD statements in the time specified will be considered cause for denial of payment for Work done by such CCD. The Contractor's cost records pertaining to Work paid for on a CCD basis shall be open to inspection or audit by representatives of the Owner during the life of the Contract and for a period of not less than three years after the date of Final Completion thereof, and the Contractor shall retain such records for that period. Where payment for materials or labor is based on the cost thereof to forces other than the Contractor, the Contractor expressly guarantees that the cost records of such other forces shall be open to inspection and audit by representatives of the Owner on the same terms and conditions as the cost records of the Contractor. If an audit is to be commenced more than 60 days after the acceptance date of the Contract, the Contractor will be given a reasonable notice of the time when the audit is to begin. CHANGE ORDER PROCEDURES: Upon the Owner's approval of a Change Order Proposal Request, the Engineer will issue a Change Order for signatures of the Owner and Contractor and Engineer on the Engineer's Standard Change Order Form, in accordance with Section 1 -04.4 of the Standard Specifications. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION 01035 7 :\ Jon5SPECS\mnz9a_yu\n1035 .,.,d January 25 : 2006 DESIGN CLARIFICATION / VARIATION REQUEST NO. 'ADDITION AND ALTERATIONS TO KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 PARKS AND RECREATION DIVISION YAKIMA, WASHINGTON JOB NO. 1924 CONTRACTOR'S JOB NO. RESPONSE REQUIRED BY: (Allow a minimum of 3 days for Engineer's response) Reviewed and submitted for Contractor by Date Originator Firm Date Design Clarification Request: Contractor requests interpretation of Construction Documents. Contractor requests information which had not been found in the Construction Documents. Contractor has received the Drawings and Specifications relevant to this request. Design Variation Request: Approval is requested for the following variation from the Construction Documents: Subject: Schedule Activity No.: Drawing Reference: Specification Reference: Description: If this is a clarification request, is there any question of impact on Contract Sum or Contract Time? Yes No If yes, provide specifics below. If this is a variation request, explain below how the Owner will benefit from the variation. ARCHITECT /ENGINEER (Contractor: Do not write below this line.) Response: Change in Contract sum or time: Yes No By: Firm Date HLA Date Faxed to: 2003 2003 This is not an authorization of any work requiring a change in the Contract Sum or Contract Time. Any such change requires approval by the Owner of the Contractor's proposal quantifying cost and time impacts. 7.1 1/1.00CnCV10l1000 Vv,nnv0 ...�,, — — — . COST ESTIMATE DETAIL SHEET Sheet of C.O.P. No. _ Project #1924 Project: KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Contractor ' -- ' -----' --- Unit Costs Item Description Quantity Unit Material Cos Labor Cost Total Material Labor - ' --' -- ' ----- --- --- z.u*mmpscomcwue-Ym COST EST osnAIL.wm • ~. - ' ' CITY OF YAKIMA COORDINATION KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 01040 -1 YAKIMA, WASHINGTON PART 1 - GENERAL RELATED DOCUMENTS: Drawings and general provisions of the Contract, including the Standard Specifications, General and Supplementary Conditions, and other Division 1 Specification Sections, apply to this Section. SUMMARY: This Section includes administrative and supervisory requirements necessary for coordinating construction operations including, but not necessarily limited to, the following: Conduct weekly progress meetings with all subcontractors working on the job for safety, coordination, timing of work, and installations according to Contract Documents. General project coordination procedures Alternates Conservation Coordination drawings Administrative and supervisory personnel General installation provisions Cleaning and protection. Related Sections: The following Sections contain requirements that relate to this Section: Division 1 Section, Summary of Work, for schedules, completion dates and administrative procedures. Division 1 Section, Field Engineering, specifies procedures for field engineering services, including establishment of benchmarks and control points. Division 1 Section, Project Meetings, for progress meetings, coordination meetings, and pre - installation conferences. Division 1 Section, Submittals, for preparing and submitting the Contractor's Construction Schedule. Division 1 Section, Materials and Equipment, for coordinating general installation. Division 1 Section, Contract Closeout, for coordinating Contract closeout. COORDINATION: Coordinate construction operations included in various Sections of these Specifications to assure efficient and orderly installation of each part of the Work. Schedule, sequence, and coordinate construction operations included under different Sections that depend on each other for proper installation, connection, and operation as required to obtain the best results. • Schedule construction operations in the sequence required to obtain the best results where installation of one part of the Work depends on installation of other components, before or after its own installation. Where availability of space is limited, coordinate installation of different components to assure maximum accessibility for required maintenance, service, and repair. Make provisions to accommodate items scheduled for later installation. Z: \JAN \SPECS \020326- YK \01040.wpd January 25, 2006 CITY OF YAKIMA COORDINATION KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 01040 - 2 YAKIMA, WASHINGTON Prepare shop drawing sketches of all proposed mechanical and electrical items for installation of walls, ceiling, floors and review with the Engineer 30 days prior to installation. Where necessary, prepare memoranda for distribution to each party involved, outlining special procedures required for coordination. Include such items as required notices, reports, and attendance at meetings. Prepare similar memoranda for the Owner and separate contractors where coordination of their Work is required. Administrative Procedures: Coordinate scheduling and timing and verify required administrative procedures with other construction activities to avoid conflicts and assure orderly progress of the Work. Such administrative activities include, but are not limited to, the following: Verification of the exact location of all buried utilities and existing above -grade elements of construction to remain prior to the start of construction. Prepare and adhere to schedules. Installation and removal of temporary facilities. Delivery and processing of submittals. Progress meetings. Project closeout activities. Call for locates for buried utilities and locate all electrical and mechanical work which may be damaged by cutting and verify that it has been addrt ri in the Contract Documents. If it is unclear, notify the Engineer i l_ if: a:_ t to Work. request clarification prior to commencement of Vv V11�. Lack of proper supervision by the General Contractor's Superintendent may result in the request to replace the individual with another person or persons qualified to perform the functions and duties of the position. If the Owner and Engineer make such a request, the General Contractor will, within 30 days, replace the individual with a person acceptable to the Engineer. Conservation: Coordinate construction operations to assure that operations are carried out with consider a ioi given to conservation of energy, water, and materials. Salvage materials and equipment involved in performance of, but not actually incorporated in, the Work. SUBMITTALS: Coordination Drawings: Prior to the commencement of Work, prepare coordination and verification drawings where careful coordination is needed for installation of products and materials fabricated by separate entities. Prepare coordination drawings where limited space availability necessitates maximum utilization of space for efficient in of different components. Show the relationship of components shown on separate Shop Drawings. Indicate required installation sequences. Comply with requirements contained in Section, Submittals. ZA AN\SPECS'020328_YK\01040 ,nd January 25, 2006 CITY OF YAKIMA COORDINATION KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 01040 - 3 YAKIMA, WASHINGTON Staff Names: Within 15 days of commencement of construction operations, submit a list of the Contractor's principal staff assignments, including the Superintendent and other personnel in attendance at the project site. Identify individuals and their duties and responsibilities. List their addresses and telephone numbers. Provide statements of qualification and prior work experience to the Engineer that indicates that persons listed are qualified to perform the Work. Post copies of the list in the project meeting room, the temporary field office, and each temporary telephone. Coordination and Review of Drawings: The Contractor, before and during the layout of all building and site elements, shall diligently study and compare the Contract Documents with each other and with information furnished by the Owner and report immediately to the Engineer inconsistencies or omissions. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION GENERAL COORDINATION PROVISIONS: Inspection of Conditions: Require the installer of each major component to inspect and verify the acceptability of both the substrate and conditions under which Work is to be performed. Do not proceed until unsatisfactory conditions have been corrected in an acceptable manner. Coordinate temporary enclosures with required inspections and tests to minimize the necessity of uncovering completed construction for that purpose. Manufacturer's Instructions: Comply with manufacturer's installation instructions and recommendations to the extent that those instructions and recommendations are more explicit or stringent than requirements contained in Construction Documents. Inspect materials or equipment immediately upon delivery and again prior to installation. Reject damaged and defective items. Provide attachment and connection devices and methods necessary for securing Work. Secure Work true to line and level. Allow for expansion and building movement. Visual Effects: Provide uniform joint widths in exposed Work. Arrange joints in exposed Work to obtain the best visual effect. Refer questionable choices to the Architect for final decision. Recheck measurements and dimensions before starting each installation. Install each component during weather conditions and project status that will ensure the best possible results. Isolate each part of the completed construction from incompatible materials as necessary to prevent deterioration. Mounting Heights: Where mounting heights are not indicated, install individual components at standard mounting heights recognized within the industry for the particular application indicated. Refer questionable mounting height decisions to the Engineer for final decision. All items of accessibility shall be installed per ADA standards complying with Regulations for Barrier -Free Design of the State of Washington. Z: \JAN \SPECS \020328- YK \01040.wpd January 25, 2006 CITY OF YAKIMA COORDINATION KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 01040 - 4 YAKIMA, WASHINGTON CLEANING AND PROTECTION: Clean and protect construction in progress and adjoining materials in place, during handling and installation. Apply protective covering where required to assure protection from damage or deterioration at time of Substantial Completion. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to assure operability without damaging effects. Limiting Exposures: Supervise construction operations to assure that no part of the construction, completed or in- progress, is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period. Where applicable, such exposures include, but are not limited to, the following: Excessive static or dynamic loading Excessive internal or external pressures Excessively high or low temperatures Thermal shock Water or ice Light Puncture Abrasion Heavy traffic Soiling, staining, and corrosion Rodent and insect infestation Combustion Electrical current Highspeed operation Improper lubrication v iuoua vdc8r yr vu ici I I IiJUJG Contact between incompatible materials Destructive testing Misalignment Excessive weathering Unprotected storage i mo�rrs r.or c4 n �.,n vN. ?I uNNu iy vi i ZuI iuul 1 y Theft Vandalism. END OF SECTION 01040 Z:\JAN \SPECS \02032B- YK101040.wpd January 25, 2006 • CITY OF YAKIMA FIELD ENGINEERING KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 01050 -1 YAKIMA, WASHINGTON PART 1 - GENERAL RELATED DOCUMENTS: Drawings and general provisions of the Contract, including the Standard Specifications, General and Supplementary Conditions, and other Division 1 Specification Sections, apply to this Section. REQUIREMENTS INCLUDED: Layout of all park improvements including, but not limited to, ballfields and appurtenances, fencing, irrigation, grading, landscaping, and electrical systems including conduits, pull boxes, and lighting. QUALITY ASSURANCE: Project Layout Personnel: Employ qualified land surveying or civil engineering firm to perform project layout work. Compaction testing shall be performed by a certified testing lab. See Section 01400, Quality Control Services. Corrections: Completely correct all faulty, defective or non - conforming work to comply with requirements of Construction Documents at no additional cost. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION EXAMINATION: Verify layout information shown on the Drawings, in relation to the existing improvements, before proceeding to lay out the Work. Locate and protect existing control points. Preserve permanent reference points during construction. Contact the Engineer in the event of discrepancies or questions prior to proceeding with the work. Promptly replace lost or destroyed project control points. Base replacements on the original survey control points. Establish and maintain an adequate number of permanent benchmarks on the site, referenced to data established by survey control points. Record benchmark locations, with horizontal and vertical data, on Project Record Documents. Existing Utilities and Equipment: The exact location of underground and other utilities and construction indicated as existing are not guaranteed. Before beginning site Work, investigate and verify the existence and exact location of all underground utilities and other construction. Prior to construction, verify the location and invert elevation at points of connection of sewer service piping and other points of connection as applicable. Notify Engineer for instructions of all discrepancies prior to proceeding with the Work. Z: \JAN \SPECS \020326- YK \01050.wpd January 25, 2006 CITY OF YAKIMA FIELD ENGINEERING KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 01050 - 2 YAKIMA, WASHINGTON PERFORMANCE: Working from lines and levels indicated and established by existing site information and site features, establish benchmarks and markers to set lines and levels as needed to properly locate each element of the project. Calculate and measure required dimensions within indicated or recognized tolerances. Do not scale drawings to determine dimensions. Advise entities engaged in construction activities of marked lines and levels provided for their use. As construction proceeds, check every major element for line, level, and plumb. On completion of foundation walls, major site improvements and other work requiring field engineering services, prepare as -built drawings showing dimensions, locations, angles, and elevations of construction and site work. Site Improvements: Locate and lay out site improvements, including pavements, stakes for grading, fill and topsoil placement, utility slopes, and invert elevations by instrumentation and similar appropriate means. Lines and Levels: Locate and lay out batter boards, control lines, and levels required for site Work. Compaction: In accordance with applicable sections of the Specifications. END OF SECTION 01050 Z: \JAN \SPECS \020326- YK \01050.wpd January 25, 2006 • • CITY OF YAKIMA APPLICABLE CODES KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 01080 -1 YAKIMA, WASHINGTON PART 1- GENERAL RELATED DOCUMENTS: Drawings and general provisions of Contract, including the Standard Specifications, General and Supplementary Conditions, and other Division 1 Specification Sections apply to this Section. SUMMARY: This section lists the minimum governing codes relating to the construction Work and materials incorporated into the project. The General Contractor and his subcontractors shall have a working knowledge of these codes and shall not deviate from the provisions contained therein. A copy of each volume shall be maintained in good order in the construction office of the General Contractor for reference by the Engineer and the building official. Applicability of Standards: Except where Construction Documents include more stringent requirements, applicable codes have the same force and effect as if bound or copied directly in the Construction Documents. Such codes are made a part of the Construction Documents by reference. Referenced codes take precedence over standards that are not referenced, but recognized in the construction industry as applicable. Publication Dates: Where compliance with a code is required, comply with standard in effect as of date of Construction Documents. Copies of Standards: Each entity engaged in construction on the project is required to be familiar with codes applicable to the entity's construction activity. Copies of applicable codes are not bound with the Construction Documents. Where copies of codes are needed for performance of a required construction activity, the Contractor shall obtain copies directly from the publication source: GENERAL: Standard Specifications for Road, Bridge, and Municipal Construction as published bythe Washington State Department of Transportation and the American Pubic Works Association. International Building Code: Latest Edition State of Washington Rules and Regulations of the State Board of Health Washington State Administration Code (WAC) Chapters 296 -24, 296 -155 and 296 -62 State Fire Marshal Regulations The Regulations for Barrier -Free Design of the State of Washington; Latest Edition Washington State Energy Code; Latest Edition American Disabilities Act (ADA) MECHANICAL: Uniform Mechanical Code: Latest Edition Uniform Plumbing Code: Latest Edition ELECTRICAL: NFPA No. 70, National Electrical Code State of Washington Electrical Construction Code NFPA No. 110 Life Safety Code FIRE: International Fire Code; Latest Edition END OF SECTION 01080 Z: \JAN \SPECS \020326- YK \01080.wpd January 25, 2006 • CITY OF YAKIMA DEFINITIONS AND STANDARDS KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 01090 -1 YAKIMA, WASHINGTON PART 1 - GENERAL RELATED DOCUMENTS: Drawings and general provisions of Contract, including the Standard Specifications, General and Supplementary Conditions, and other Division 1 Specification Sections, apply to this Section. DEFINITIONS: General: Basic Contract definitions are included in the General Conditions. Indicated refers to graphic representations, notes, or schedules on the Drawings, or other paragraphs or schedules in Specifications, and similar requirements in Construction Documents. Where terms such as "shown," "noted," "scheduled" and "specified" are used, it is to help locate the reference. No limitation on location is intended except as specifically noted. Directed: Terms such as "directed," "requested," "authorized," "selected," "approved," "required" and "permitted" mean "directed by the Engineer," "requested by the Engineer" and similar phrases. However, no implied meaning shall be interpreted to extend the Engineer's responsibility into the Contractor's area of t. c t: l�ol lbU 1.1 liUVl lI supervision. Approve: The term "approved," where used in conjunction with the Engineer's action on the Contractor's submittals, applications and requests, is limited to the responsibilities and duties of the Engineer stated in General and Supplementary Conditions. Such approval shall not release the Contractor from responsibility to fulfill Construction Document requirements, unless otherwise provided in the Construction Documents. Regulation: The term "regulations" includes laws, statutes, ordinances, and lawful orders issued by authorities having jurisdiction, as well as rules, co n ve enti o n s a_nd agreements within the ronstru llotion industry that control performance of the Work, whether they are lawfully imposed by authorities having jurisdiction or not. Furnish: The term "furnish" is used to mean "supply and deliver to the project site, ready for unloading, unpacking, assembly, installation, and similar operations." Install: The term "install" is used to describe operations at project site including the actual "unloading, unpacking, assembly, erection, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning, and similar operations." Provide: The term "provide" means "to furnish and install, complete and ready for the intended use." Installer: An "installer" is an entity engaged by the Contractor, either as an employee, subcontractor or sub - subcontractor, for performance of a particular construction activity, including installation, erection, application and similar Install required to be experienced in the operations th a re engaged to aliu $ililiial operations. ia�a Installers are re uir�,u to v., .. .. ....�. perform. Typical or Similar: Where the word "similar" or "typical" occurs on or within the Drawings, it shall be used in this general sense and not as meaning identical nr exert and all details shall be worked out in relation to their location and their connection to other parts of the work. Where there is a question of intent, notify the Architect regarding interpretation. 2:\, iAMSPECS\n2O32a_yinn1non w pd January 25. 2006 • • CITY OF YAKIMA DEFINITIONS AND STANDARDS KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 01090 - 2 YAKIMA, WASHINGTON SPECIFICATION CONTENT EXPLANATION: Specification Content: This Specification uses certain conventions in the use of language and the intended meaning of certain terms, words, and phrases when used in particular situations or circumstances. These conventions include: Abbreviated Language: Language used in the Specifications and other Contract Documents may be of abbreviated type. Implied words and meanings will be appropriately interpreted. Singular words will be interpreted as plural and plural words interpreted as singular where applicable and where the full context of the Contract Documents so indicates. Imperative and streamlined language is used generally in the Specifications. Requirements ex- pressed in the imperative mood are to be performed by the Contractor. At certain locations in the text, for clarity, subjective language is used to describe responsibilities that must be fulfilled indirectly by the Contractor, or by others when so noted. Assignment of Specialists: The Specification requires that certain specific construction activities shall be performed by specialists who are recognized experts in the operations to be performed. The specialists must be engaged for those activities, and assignments are requirements over which the Contractor has no choice or option. Nevertheless, the ultimate responsibility for fulfilling Contract requirements remains with the Contractor. This requirement shall not be interpreted to conflict with enforcement of building codes and similar regulations governing the Work. It is also not intended to interfere with local trade union jurisdictional settlements and similar conventions. Trades: Use of titles such as "carpentry' is not intended to imply that certain construction activities must be performed by accredited or unionized individuals of a corresponding generic name, such as "carpenter." It also does not imply that requirements specified apply exclusively to trades persons of the corresponding generic name. DRAWING SYMBOLS: Graphic symbols used on the Drawings are those recognized in the construction industry for purposes indicated. Where not otherwise noted, symbols are to be clarified through Huibregtse, Louman Associates, Inc. Mechanical /Electrical Drawings: Graphic symbols used on mechanical and electrical drawings are generally aligned with symbols recommended by ASHRAE. Where appropriate, they are supplemented by more specific symbols recommended by technical associations including ASME, ASPE, IEEE and similar organizations. Refer instances of uncertainty to the Engineer for clarification before proceeding. INDUSTRY STANDARDS: Applicability of Standards: Except where Construction Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Construction Documents. Such standards are made a part of the Construction Documents by reference. Individual sections indicate which codes and standards the Contractor must keep available at the project site for reference. Referenced standards take precedence over standards that are not referenced but recognized in the construction industry as applicable. Z: \JAN \SPECS \02032B- YK \01090.wpd January 25, 2006 CITY OF YAKIMA DEFINITIONS AND STANDARDS KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 01090 - 3 YAKIMA, WASHINGTON Publication Dates: Where compliance with an industry standard is required, comply with standard in effect as of date of Construction Documents. Copies of Standards: Each entity engaged in construction on the project is required to be familiar with industry standards applicable to that entity's construction activity. Copies of applicable standards are not bound with the Construction Documents. Where copies of standards are needed for performance of a required construction activity, the Contractor shall obtain copies directly from the publication source. Abbreviations and Names: Trade association names and titles of genera! standards are frequently abbreviated. Where acronyms or abbreviations are used in the Specifications or other Construction Documents, they mean the recognized name of the trade association, standards generating organization, authority having jurisdiction or other entity applicable to the context of the text provision. Refer to the "Encyclopedia of Associations," published by Gale Research Co., available in most libraries. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION 01090 Z: \JAN \SPECS \02032B- YK \01090.wnd January 25, 2006 CITY OF YAKIMA PROJECT MEETINGS KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 01200 -1 YAKIMA, WASHINGTON PART 1 - GENERAL RELATED DOCUMENTS: Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. SUMMARY: This Section specifies administrative and procedural requirements for project meetings including, but not limited to: Pre - Construction Conference Progress Meetings Pre - Installation Conferences Coordination Meetings PRE- CONSTRUCTION CONFERENCE: Schedule a pre- construction conference and organizational meeting at the project site or other convenient location prior to commencement of construction activities. Conduct the meeting to review responsibilities and personnel assignments. Attendees: The Owner, the Engineer, the Contractor, major subcontractors, and other concerned parties shall each be represented at the conference by persons familiar with and authorized to conclude matters relating to the Work. Agenda: Discuss items of significance that could affect progress including such topics as: Proposed construction schedule Critical work sequencing Designation of responsible personnel Procedures for processing field decisions and change orders Procedures for processing Applications for Payment Distribution of Construction Documents Submittal of shop drawings, product data, and samples Preparation of record documents Use of the premises Office, work, and storage areas Equipment deliveries and priorities Safety procedures First aid Security Housekeeping Working hours. PROGRESS / PROJECT MEETINGS: Conduct project meetings at the project site each week. Coordinate meeting date and time with Owner and Engineer. Conduct progress meetings at the project site once each month. The last regularly scheduled project meeting of the month will include a review of the payment request. Z: \JAN \SPECS \02032B- YK \01200.wpd January 25, 2006 CITY OF YAKIMA PROJECT CLOSEOUT KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 01700 - 2 YAKIMA, WASHINGTON Complete final clean up requirements, including touch -up painting. Touch -up and otherwise repair and restore marred exposed finishes. RECORD DOCUMENT SUBMITTALS: General: Do not use Record Documents for construction purposes; but protect from deterioration and loss in a secure, fire - resistive location; provide access to Record Documents for the Engineer's reference during normal working hours. Update changes on a bi- weekly basis. Record Drawings: Maintain a clean, undamaged set of blueline print drawings of Contract Drawings. Mark the set to show the actual installation where the installation varies substantially from the Work as originally shown or where Work is shown diagrammatically on Contract Drawings. Mark whichever drawing is most capable of showing conditions fully and accurately. Give particular attention to concealed elements that would be difficult to measure and record at a later date. Mark record sets with red erasable pencil; use other colors to distinguish between variations in separate categories of the Work. Mark new information that is important to the Owner, but was not shown on Contract Drawings or Shop Drawings. Note related Change Order numbers where applicable. Organize Record Drawing sheets into manageable sets, bind with durable paper cover sheets, and print suitable titles, dates, and other identification on the cover of each set. Transfer record information onto a Mylar sepia reproducible of the entire set of contract document drawings. All work shall be neatly and professionally drafted. Note: Printing of original drawings to produce as- built, sepia M iar drawings as required herein is Contractor's 9 9 9 P P y as responsibility and shall be paid for by Contractor. Engineer will make original contract drawings available to Contractor (at Contractor's expense for reproduction) so that these can be made. Record Specifications: Maintain one complete copy of the Construction Specifications, including addenda, and one copy of other written Construction Documents such as change orders and modifications issued in during these documents to show at: actual work p�lilted form UlJring construction. Mark IIICJe UUlllflelll5 LV JIIVVYI substantial variations in a�.tuaf work performed in comparison with the text of the Construction Specifications and modifications. Give particular attention to substitutions, selection of options, and similar information on elements that are concealed or cannot otherwise be readily discerned later by direct observation. Note related record drawing information and product data. Upon completion of the Work, submit record Construction Specifications to the Engineer for the Owner's records. Miscellaneous Record Submittals: Refer to other Specification Sections for requirements of miscellaneous record - keeping and submittals in connection with actual performance of the Work. Immediately prior to the date or dates of Substantial Completion, complete miscellaneous records and place in good order, properly identified and bound or filed, ready for continued use and reference. Submit to the Engineer for the Owner's records. Maintenance Manuals: Organize operating and maintenance data into three suitable sets of manageable size. Refer to mechanical and electrical Specifications for additional requirements. Bind properly indexed data into as many individual, heavy -duty three -inch or larger, three -ring, vinyl - covered binders, with pocket folders for folded sheet information as required to hold all information required. Mark appropriate identification on front Z: \JAN \SPECS\02032B- YK \01700.wpd January 25, 2006 CITY OF YAKIMA PROJECT CLOSEOUT KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 01700 - 3 YAKIMA, WASHINGTON and spine of each binder. Provide section tabs for each Section of the Specification that requires data to be provided. Include the following types of information: Emergency instructions Spare parts listing Copies of warranties Wiring diagrams Recommended "turn- around" cycles Inspection procedures Shop drawings and product data Fixture Tamping schedule Telephone /Data diagrams FINAL INSPECTION AND PHYSICAL COMPLETION: Refer to Section 1- 05.11(2) (APWA Only). The Contractor shall also comply with Section 1- 05.11(3) Operational Testing, prior to requesting Final Inspection. Submit the Final Payment request with releases and supporting documentation not previously submitted and accepted. Include certificates of insurance for products and completed operations where required. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION CLOSE -OUT PROCEDURES: Operating and Maintenance Instructions: Arrange for each installer of equipment that requires regular maintenance to meet with the Owner's personnel to provide instruction in proper operation and maintenance. If installers are not experienced in procedures, provide instruction by Manufacturer's representatives. Include a detailed review of the following items: Maintenance manuals Record documents Spare parts and materials Tools Lubricants Fuels Identification systems Control sequences Hazards Cleaning Warranties and bonds Maintenance agreements and similar continuing commitments. As part of instruction for operation of equipment, demonstrate the following procedures: Start -up Shut -down Emergency operations Noise and vibration adjustments Safety procedures Z: \JAN \SPECS \020328- YK \01700.wpd January 25, 2006 • CITY OF YAKIMA PROJECT CLOSEOUT KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 01700 - 4 YAKIMA, WASHINGTON Economy and efficiency adjustments Effective energy utilization. FINAL CLEANING: General: General cleaning during construction is required by the General Conditions and included in Section 01500, Temporary Facilities. Cleaning: Employ professional cleaners for final cleaning. Clean each surface or unit to the condition expected in a normal, commercial building cleaning and maintenance program. Comply with Manufacturer's instructions. Complete the following cleaning operations before requesting observation for Final Inspection and Physical Completion. Remove labels that are not permanent labels. Clean the site, including landscape development areas, of rubbish, litter, and foreign substances. Sweep paved areas broom clean, remove stains, spills, and other foreign deposits. Rake grounds that are neither p n or ptant to a smooth even-textured s Compliance: Comply with regulations of authorities having jurisdiction and safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on the Owner's property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from the site and dispose of in a lawful manner. Z: \JAN \SPECS \020326- YK \01700.wpd January 25, 2006 CITY OF YAKIMA PROJECT CLOSEOUT KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 01700 - 5 YAKIMA, WASHINGTON REQUIRED PROJECT OPERATION AND MAINTENANCE MANUALS, WARRANTIES AND AS BUILT DRAWINGS As- Builts Drawing Sheet No. Type of Drawings Received HLA C1.0 through C4.2 Mylar Reproducible A1.1 through A2.2 Mylar Reproducible S1.1 through S1.3 Mylar Reproducible M1.1 through M4.1 Mylar Reproducible L1.1 through L3.0 Mylar Reproducible E1.0 through E4.0 Mylar Reproducible Operations and Maintenance Manual and Warranty Submit (3) Copies Warranty Specification Section Requirements Period* Received HLA General Conditions Warranty 1 Year General Contractor 02800 Site Improvements Shop Drawings 1 Year Product Data 02810 Irrigation Shop Drawings 1 Year Product Data 02900 Landscaping /Planting Material Data 1 Year 07410 Pre - Formed Roofing Finish Warranty 20 Year And Siding Product Data Shop Drawings 09900 Painting Product Data Color Schedule Maintenance Information 13126 Sports Field Lighting Warranty 10 Year Product Data Shop Drawings Maintenance Information 16000 Electrical Warranty 1 Year Product Data Shop Drawings Maintenance Information Warranty Period* Refer to Section 01740 Warranties and Bonds, General and Supplementary Conditions, and other Division 1 Specifications for additional information. END OF SECTION 01700 Z: \JAN \SPECS \020326- YK \01700.wpd January 25, 2006 • CITY OF YAKIMA SITE DEMOLITION KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 section (mm-1 YAKIMA, WASHINGTON PART 1 - GENERAL 1.01 DESCRIPTION OF WORK A. Work included in this section consists of all work necessary to remove from the site, in accordance with these Specifications, those items so indicated on the Drawings. B. This section includes removal of concrete foundations and footings, lighting and electrical services, asphalt paving, and related items. r. Dust ntrol shall be provided f the full duration of the O 8 a .,e N ,.,�,�eu for the iu duration Oi the project. 1.02 RELATED SECTIONS A. Section 02110 - Site Clearing 1.03 REFERENCE STANDARDS A. The Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington Late Department ofTransportation and the State Chapter f + • .�...a �.. by �� �c � vaa� ��� � � S�a�C �.i iaNier of the American Public Works Association. 1.04 REGULATORY REQUIREMENTS A. Conform to applicable Local, State, and Federal codes for environmental requirements, disposal • of debris, burning debris on site. B. Coordinate demolition work with utility companies and the City of Yakima Water and Irrigation • Division and the Wastewater Division. C. Conform to clean air regulations of the Washington Department of Ecology. Copy of regulations are available at the Central Regional Office, Washington Department of Ecology, Yakima, Washington. D. Comply with the State of Washington regulation regarding disposal of waste material as outlined in WAC 173 -304, Subchapter 461. 1.05 QUALITY ASSURANCE A. Work shall be performed in accordance with the requirements of Section 2 -01, Clearing, Grubbing, and Roadside Cleanup, and Section 2 -02, Removal of Structures and Obstructions, of the WSDOT /AP RAJA Standard Specifications. B. Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for the work of this Section. PART 2 - PRODUCTS 2.01 MATERIALS NOT USED. Z: \JAN\ SPECS \0203213- YK102060.wpd January 25, 2006 CITY OF YAKIMA SITE DEMOLITION KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 02060 -2 YAKIMA, WASHINGTON PART 3 - EXECUTION 3.01 SURFACE CONDITIONS A. Examine the areas and conditions under which the work of this Section will be performed, noting the proximity of the adjacent existing ballfield K -1 which will remain in service by the City of Yakima during this project. 3.02 DEMOLITION A. Prior to the start of demolition, carefully study the Drawings and these Specifications. B. Visit the site in the company of the Engineer and verify the extent of demolition to be performed if there are questions. C. Using only the means and equipment approved for the intended purpose by the governmental agencies having jurisdiction, demolish and completely remove from the job site the existing construction designated to be removed. D. Shut off, cap, and otherwise protect existing public utility lines to remain. E. Completely remove footings, foundations, and above - ground and under - ground construction of all kinds. Remove rocks larger than 6 inches in diameter, roots, and debris. F. In the event of demolition of items not so scheduled to be demolished, promptly replace such items to the approval of the Engineer at no cost to the Owner. 3.04 REMOVAL A. Demolished material shall be considered to be the property of the Contractor and shall be completely removed from the job site. 3.05 DUST CONTROL A. The Contractor shall be solely responsible for dust control on this project and shall protect motoring public, adjacent homes, orchards, and crops from damage due to dust, by whatever means necessary. The Contractor shall be responsible for any claims for damages and shall protect the Contracting Agency, Yakima County, and the Consultant from any and all such claims. B. When directed by the Engineer, the Contractor shall provide water for dust control within two hours of such order and have equipment and manpower available at all times including weekends and holidays to respond to order for dust control measures. END OF SECTION 02060 Z: \JAN \SPECS \020328- YK \02060.wpd January 25, 2006 • • CITY OF YAKIMA SITE CLEARING KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 S e c tion 02110 -1 YAKIMA, WASHINGTON PART 1 - GENERAL 1.01 DESCRIPTION OF WORK • A. Work included in this section consists of all work necessary to prepare the site for further site work activities such as excavation, backfilling, and earthwork. B. This section includes removal of surface debris; weeds, shrubs, and other plant life; and removal of large surface rock, concrete slabs and curbs, asphalt paving, and abandoned utilities. C. Dust control shall be p rovided for the full duration of th t be provided for u�...u.. uura�ivii of uic project. 1.02 RELATED SECTIONS A. Section 02900 - Landscape /Planting 1.03 REFERENCE STANDARDS A. The Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation and by the Washington State Chapter of the American Public Works Association. 1.04 REGULATORY REQUIREMENTS A. Conform to applicable Local, State, and Federal codes for environmental requirements, disposal of debris, burning debris on site. B. Coordinate clearing wnrk with utility companies. C. Conform to clean air regulations of the Washington Department of Ecology. Copy of regulations are available at the Central Regional Office, Washington Department of Ecology, Yakima, Washington. D. Comply with the State of Washington regulation regarding disposal of waste material as outlined in WAC 173 -304, Subchapter 461. 1.05 QUALITY ASSURANCE A. Work shall be performed in accordance with the requirements of Section 2 -01, Clearing, Grubbing, and Roadside Cleanup, and Section 2 -02, Removal of Structures and Obstructions, of the WSDOT /APWA Standard Specifications. PART 2 - PRODUCTS 2.01 MATERIALS NOT 11SE®_ PART 3 - EXECUTION 3.01 PREPARATION A. Identify a salvage or stockpile area for placing removed materials prior to removing from site. Z: \JAN \SPECS1020328- YK102110 wpd January 25 2005 CITY OF YAKIMA SITE CLEARING KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 02110 -2 YAKIMA, WASHINGTON B. A waste site has not been provided by the Contracting Agency for disposal of unsuitable material, asphalt concrete, debris, waste material, or any other objectionable material that is directed to waste by the Engineer. 3.02 PROTECTION A. Locate, identify, and protect from damage any utilities which are to remain. B. Protect bench marks, survey control points, and existing structures from damage or displacement. 3.03 CLEARING A. Clear areas required for access to site and execution of work. B. Remove brush, shrubs, trees, stumps, and surface rock. 3.04 REMOVAL A. Remove debris, pipes, and rock from ground, and extracted plant life from site. 3.05 DUST CONTROL A. The Contractor shall be solely responsible for dust control on this project and shall protect motoring public, adjacent homes, orchards, and crops from damage due to dust, by whatever means necessary. The Contractor shall be responsible for any claims for damages and shall protect the Contracting Agency, Yakima County, and the Consultant from any and all such claims. B. When directed by the Engineer, the Contractor shall provide water for dust control within two hours of such order and have equipment and manpower available at all times including weekends and holidays to respond to order for dust control measures. END OF SECTION 02110 Z: \JAN \SPECS \020326- YK \02110.wpd January 25, 2006 • CITY OF YAKIMA SOIL MATERIALS KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 02205 -1 YAKIMA, WASHINGTON PART 1 - GENERAL 1.01 DESCRIPTION OF WORK A. This section includes the requirements for subgrade materials, whether obtained from project excavations, excavated and hauled from owner - provided borrow sites designated on the Plans, or imported from off -site sources. B. Soil materials obtained from project excavations shall be separated and stockpiled for later incorporation into the work. 1.02 RELATED SECTIONS A. Section 02207 - Aggregate Materials. B. Section 02223 - Backfilling. C. Section 02225 - Trench Excavation and Backfill CD Sectio 02530 - Athletic Field Surfacing. tr � E. Section 02900 - Landscape /Planting. 1.03 REFERENCE STANDARDS A. The Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation and by the Washington State Chapter of the American ubllc Wnrks Association. B. AS T M D 24137 - Classification of Soils for Engineering Purposes. 1.04 SUBMITTALS A. SECTION 01300 - Submittals Procedure. B. Materials Source: Submit name of imported materials source. Use WSDOT Form 350 -071, Request for Approval of Materials Sources form (RAM). • 1.05 QUALITY ASSURANCE A. Perform work in accordance with WSDOT /APWA Standard Specifications. PART 2- PRODUCTS 2_n1 St1RGRAf]F MATFRIAI A. Subgrade materials are those materials used to accomplish rough grading and to bring ground surfaces to top of subgrade elevation, prior to placement of aggregate courses or athletic field surfacing. B Common • . B. i.vi i m wi i Fill. 1. Material o btai ne d f irr excavation 7t \.JAN\SPECS\02032B.YK \02205.wpd January 25, 2006 • CITY OF YAKIMA SOIL MATERIALS KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 02205 -2 YAKIMA, WASHINGTON 2. Rock embankment material - common fill material which contains 25 percent or more, by volume, of gravel or stone 2 inches or more in diameter. 3. Earth embankment material - common fill material other than rock embankment material. 4. Free of debris. C. Common Borrow: 1. Imported common borrow meeting the requirements of Section 9- 03.14(3) of the Standard Specifications. D. Structural Fill 1. Material available from an on -site borrow area designated on the Plans, which is approved by the Engineer for use as structural fill. 2. Imported gravel borrow. E. Topsoil 1. See Section 02900, 2.05 2.02 SOURCE QUALITY CONTROL A. Testing and Analysis of Topsoil Material: Perform in accordance with ASTM D 5268. B. If tests indicate materials do not meet specified requirements, change material and retest. C. For each type of materials provided to the project, use the same source throughout the work. PART 3 - EXECUTION 3.01 MATERIAL REMOVAL A. Excavate rock, subsoil, and topsoil from areas designated. B. Separate removed materials for use as common fill, structural fill, and landscaping as required by other sections of these Specifications. C. The Contractor may provide a screen for separation of the excavated materials into the gradations required for use as common fill or structural fill. 3.02 STOCKPILING A. Stockpile materials on site at locations in accordance with the Contractor's work plan. B. Stockpile in sufficient quantities to meet Project schedule and requirements. C. Separate differing materials with dividers or stockpile apart to prevent mixing. D. Prevent intermixing of soil types or contamination. E. Direct surface water away from stockpile site to prevent erosion or deterioration of materials. Z: \JAN \SPECS \02032B- YK \02205.wpd January 25, 2006 CITY OF YAKIMA EXCAVATING KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 02222 -3 YAKIMA, WASHINGTON F. Grade top perimeter of excavating to prevent surface water from draining into excavation. G. Hand trim excavation. Remove loose matter. H. Remove unsuitable lumped subsoil, boulders, rock, and deleterious materials. Notify Engineer of unexpected subsurface conditions and discontinue affected work in area until notified to resume work. J. Correct areas over - excavated in accordance with Section 02223. K. Stockpile excavated material in area designated on site in accordance with Section 02205 and 02207; remove excess or unsuitable material from site. Suitable materials may be used for backfilling and embankment construction. L. Dewater excavations as required for subsequent construction. 3.03 FIELD QUALITY CONTROL A. Section 01400 - Quality Control Services. Submit test results as required. B. Provide for visual inspection of bearing surfaces. 3.04 PROTECTION A. Prevent displacement or loose soil from falling into excavation; maintain soil stability. B. Protect bottom of excavations and soil adjacent to and beneath foundation from freezing. 3.05 FINAL TRIMMING AND CLEAN -UP A. Final trimming and clean -up shall consist of all work as follows: 1. All irregularities shall be made smooth; washouts shall be filled; slopes made uniform, slightly rounded at top and bottom; and the entire area of the fill compacted and completed to the required lines, grades, and cross sections within 1/10 foot above or below the established grade. 2. Where additional material is required for filling, it shall be similar to that used in fill and may be obtained from source approved by the Engineer. 3. When work is completed, the Contractor shall remove and dispose of all surplus xi material including stumps, trees and brush, and leave premises in condition acceptable to the Engineer. 3.06 TOLERANCES A. Excavation methods shall be controlled to prevent over - excavation. All over - excavated areas which result from inadequate control of excavation methods shall be backfilled to the correct subgrade elevation at no cost to the Owner. B. Bottom of excavation to established subgrade in roadway areas: To line and grade shown on Plans. Z: \JAN \SPECS \020326- YK \02222.wpd January 25, 2006 CITY OF YAKIMA EXCAVATING KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 02222 -4 YAKIMA, WASHINGTON C. Bottom of excavation to establish subgrade beneath structures: Plus 0.00 feet above the line and grade shown on the Plans to minus 0.10 feet below the line and grade shown on the Plans. END OF SECTION 02222 Z: \JAN \SPECS \02032B- YK \02222.wpd January 25, 2006 • • CITY OF YAKIMA BACKFILLING KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 02223 -1 YAKIMA, WASHINGTON PART 1 - GENERAL 1.01 DESCRIPTION OF WORK A. This section includes requirements for placement of all materials necessary for construction of the improvements. B. Work includes, but is not necessarily limited to, filling to finished subgrade elevations in the following areas: 1. Site filling and emhankment 2. Fill under paving. 3. Consolidation and compaction as scheduled. C. Work includes preparation of subgrade for placement of subsequent fill materials and aggregate materials. 1.02 RELATED SECTIONS A. Section 01400 - Quality Control Services B. Section 02205 - Soil Materials C. Section 02207 - Aggregate Materials D. Section 02222 - Excavating E. Section 02225 - Trench Excavation and Backfll F_ Section 02900 o a _ d s c __i ng!F l_ n �i n _ F. Section ULyUU - Landscaping/Planting. 1.03 REFERENCES A. ASTM D 1557 - Test Methods for Moisture - Density Relations of Soils and Soil- Aggregate Mixtures Using 10 lb (4.54 Kg) Rammer and 18 inch (457 mm) Drop. B. ASTM D 2922 - Test Methods for Density of Soil and Soil - Aggregate in Place by Nuclear Methods (Shallow Depth). C. ASTM D 3017 - Test Methods for Moisture Content of Soil and Soil- Aggregate Mixtures. D. The Standard Specifications for Road, Bridge, and Municipal Construction prepared by the VVashington State Department of Transportation and by the Washington State Chapter of the American Public Works Association. 1.04 SUBMITTALS A. Submit compaction test results as required. 1.05 QUALITY CONTROL 4 Perform Y.fork ccordance with �n/SDOT //\PWA Standard d � if ,^ a���,uG„ � �;�,� J'��, ��a;luar„ �pe:,l�lcat lons. Z: \JAN \SPECS \020328- YK \02223.wpd January 25 2006 • CITY OF YAKIMA BACKFILLING KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 02223 -2 YAKIMA, WASHINGTON PART 2- PRODUCTS 2.01 FILL MATERIALS A. Fill Material: Refer to WSDOT /APWA Standard Specifications, Section 2 -03. B. See Section 02205, Soil Materials. PART 3 - EXECUTION 3.01 EXAMINATION A. Verify subdrainage, dampproofing, or waterproofing installation has been inspected. B. Verify structural ability of unsupported walls to support imposed loads by the fill. 3.02 PREPARATION A. Compact subgrade to density requirements for subsequent backfill materials. B. Cut out soft areas of subgrade not capable of compaction in place. Backfill with suitable fill and compact to density equal to or greater than requirements for subsequent fill material. C. Scarify and proof roll subgrade surface to a depth of 8 inches to identify soft spots; fill and compact to density equal to or greater than requirements for subsequent fill material. 3.03 BACKFILLING A. Backfill areas to contours and elevations with unfrozen materials. B. Systematically backfill to allow maximum time for natural settlement. Do not backfill over porous, wet, frozen, or spongy subgrade surfaces. C. Employ a placement method which does not disturb or damage other work. D. Maintain optimum moisture content of backfill materials to attain required compaction density. Backfill beneath structures, roadways, and other paved plaza and parking areas shall be compacted to at least 95 percent of maximum density as determined by ASTM D 1557. Backfill beneath lawn, landscaped, infield and outfield areas, and other non - traffic areas shall be compacted to at least 95 percent of maximum density as determined by ASTM D 1557. E. Construct and compact earth and rock embankment materials as required by Section 2- 03.3(14)C of the Standard Specifications, Method C. F. Make gradual grade changes. Blend slope into level areas. G. Remove surplus backfill materials from site. H. Leave fill material stockpile areas free of excess fill materials. In freezing weather, the following additional requirements will apply: Z: \JAN \SPECS \02032B- YK \02223.wpd January 25, 2006 • CITY OF YAKIMA BACKFILLING KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 02223 -3 YAKIMA, WASHINGTON 1. Prior to terminating work for the day, the final layer of compacted subbase material, after compaction, shall be rolled with a smooth -wheel roller, if necessary to eliminate ridges of soil left by tractors or trucks used for compaction. 2. A layer of loose protective material shall be left on top at the end of each day's operation. This material shall be removed and wasted at start of the next day's operations. 3. The Contractor shall not place a layer of compacted fill on snow, ice, or soil that was permitted to freeze prior to compaction. Removal of these unsatisfactory materials will be required prior to fill placement as directed by the Engineer at no additional cost to the Owner. 4, No frozen material shall he u8Srl in structural fill 3.04 TOLERANCES A. Top surface of subgrade in roadway areas: To line and grade shown on Plans. B. Top surface of subgrade beneath structures: Plus 0.00 feet above the line and grade shown on the Plans to minus 0.10 feet below the line and grade shown on the Plans. C. Top surface of general backfllling: Pies or minus 0,10 feet from required elevations. 3.05 FIELD QUALITY CONTROL A. Section 01400 - Quality Control Services. B. Compaction testing will be performed in accordance with ASTM D 1557 and ASTM D 2922. C. If tests indicate work does not meet specified requirements, remove work, replace, and retest. D. Frequency of Tests: A minimum of one test for every 2,500 square feet of each lift of backfilled surface area. Additional testing will be required if specified compaction requirements are not met. E. Proof roll compacted fill surfaces under slabs -on- grade, and paving. 3.06 P ROTECTION OF rinno WORK A. Protect finished work throughout remainder of construction. B. Reshape and re- compact fills subjected to vehicular traffic. END OF SECTION 02223 Z:\JAN \SPECS \020328- YK \02223.wpd January 25, 2006 • CITY OF YAKIMA PORTLAND CEMENT CONCRETE PAVING KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 02520 -1 YAKIMA, WASHINGTON PART 1 - GENERAL 1.01 DESCRIPTION OF WORK A. This section includes all Portland cement concrete work related to concrete edging and miscellaneous concrete slabs and features. B. Furnish and install aggregate base materials beneath Portland cement concrete work included in areas described in Item A. C. Concrete for curb, gutter, and sidewalk for public street improvements shall conform to City of Yakima requirements and details. 1.02 RELATED SECTIONS A. Section 02207 - Aggregate Materials. B. Section 02223 - Backfilling: Compacted subbase for paving. C. Section 02900 - Landscape /Planting D. Section 03300 - Concrete Work 1.03 REFERENCES A. The Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation and by the Washington State Chapter of the American Public Works Association, Section 5 -05. B. ACI 304 - Recommended Practice for Measuring, Mixing, Transporting, and Placing Concrete. C. ASTM A 615 - Deformed and Plain Billet -Steel for Concrete Reinforcement. D. ASTM C 33 - Concrete Aggregates. E. ASTM C 94 - Ready Mix Concrete. F. ASTM C 150 - Portland Cement G. ASTM C 260 - Air- Entraining Admixtures for Concrete. H. ASTM C 309 - Liquid Membrane - Forming Compounds for Curing Concrete. ASTM C 494 - Chemical Admixtures for Concrete. J. ASTM D 1751 - Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction. 1.04 SUBMITTALS A. Section 01300 - Submittals. B. Product Data: Provide data on joint filler, admixtures, and curing compounds. Z: \JAN \SPECS \02032B- YK \02520.wpd January 25, 2006 CITY OF YAKIMA PORTLAND CEMENT CONCRETE PAVING KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 02520 -2 YAKIMA, WASHINGTON C. Samples: Submit samples of the full range of color to Engineer. Color to be verified by Engineer. D. Materials Source: Submit name of materials source. E. Mix Design: Provide mix design per Section 03300. 1.05 QUALITY ASSURANCE A. Perform work in accordance with WSDOT /APWA Standard Specifications, Section 5 -05, 8 -04 and 8 -14. B. Obtain cementitious materials from same source throughout the course of the project. 1.06 ENVIRONMENTAL REQUIREMENTS A. Do not place concrete when base surface temperature is less than 40° F, or surface is wet or frozen. PART2- PRODUCTS 2.01 FORM MATERIALS A. Form Materials: WSDOT /APWA Standard Specifications, Section 8 -14. B. Joint Filler: Refer to Section 03300. 2.02 REINFORCEMENT A. Reinforcing Steel and Wire Fabric: WSDOT /APWA Standard Specifications, Section 9 -07. WWF to be 6 x 6 - W2.9 x W2.9. 2.03 CONCRETE MATERIALS A Refer o C."...4,.. ii J300 A. R t w�ci w �c�.uvi i v.J.wv. B. Fine and Coarse Mix Aggregates: ASTM C 33. C. Water: Potable, not detrimental to concrete. D. Air Entrainment: ASTM C 260. 2.04 ACCESSORIES A. Curing Compound: Cur -to- Spec -MS colorless curing system or equal. • 2.05 CONCRETE MIX A. Refer to Section 03300. Z:\JAN \SPECS \020328- YK \02520.wpd January 25, 2006 CITY OF YAKIMA PORTLAND CEMENT CONCRETE PAVING KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 02520 -3 YAKIMA, WASHINGTON 2.06 SOURCE QUALITY CONTROL AND TESTS A. Submit proposed mix design of each class of concrete for review prior to commencement of work. B. Tests on cement and aggregates will be performed to ensure conformance with specified requirements. C. Test samples in accordance with WSDOT /APWA Standard Specifications and Section 03300. PART 3 - EXECUTION 3.01 EXAMINATION A. Verify base conditions. B. Verify compacted subgrade, granular base, and stabilized soil is acceptable and ready to support paving and imposed loads. C. Verify gradients and elevations of base are correct. D. Concrete placement shall not proceed until base conditions are correct. 3.02 SUBBASE A. Refer to WSDOT /APWA Standard Specifications. B. Place aggregate base materials to depths shown on Plans. 3.03 PREPARATION A. Moisten base to minimize absorption of water from fresh concrete. B. Coat surfaces of manhole and catch basin frames with oil to prevent bond with concrete pavement. C. Notify Engineer minimum 24 hours prior to commencement of concreting operations. 3.04 FORMING A. Place and secure forms to correct location, dimension, profile, and gradient. B. Assemble formwork to permit easy stripping and dismantling without damaging concrete. C. Place joint filler vertical in position, in straight lines. Secure to formwork during concrete placement. 3.05 REINFORCEMENT A. Place reinforcement as indicated. B. Provide reinforcement at contraction and expansion joints as indicated on the Drawings. Z: \JAN \SPECS \020328- YK \02520.wpd January 25, 2006 CITY OF YAKIMA PORTLAND CEMENT CONCRETE PAVING KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 02520 -4 YAKIMA, WASHINGTON C. See Drawings for specified joint requirements. 3.06 PLACING CONCRETE A. Refer to WSDOT /APWA Standard Specifications. 3.07 JOINTS A. Place expansion joints at maximum 15 -foot intervals, unless noted otherwise. Align curb, gutter, and sidewalk joints. B. Place joint filler between paving components and building or other appurtenances and as indicated on the Drawings. Recess top of filler 1/4 -inch typical, unless noted otherwise. C. Provide scored control joints at 5 feet maximum in all flatwork or as otherwise indicated on the Drawings to achieve patterns shown. D. Provide keyed joints as indicated. E. Provide keyed or expansion joints extending each direction from building or structure corners. Refer to Section 03300. F. Coordinate joint patterns with adjoining doorways and geometry of the flatwork. Provide equal spacing of joints. Refer to jointing plan on the Drawings. G. Provide additional joints as directed by Engineer. 3.08 FINISHING A. Plaza and miscellaneous slabs: Light broom, radius to %2 -inch radius. B. Sidewalk Paving: Light broom, radius to %2 -inch radius. C. Edging: Light broom. D. Direction of Texturing: Perpendicular to pavement direction. Verify with Engineer. 3.09 JOINT SEALING A. Refer to Section 03300 and WSDOT /APWA Standard Specifications. 3.10 TOLERANCES A. Variation From True Elevation: Paving surface to be at grade and elevation shown. B. Flatness: maximum variation of 1/8 -inch measured with 10 - foot straightedge_ C. Straightness of Vertical Faces and Edges: Maximum variation of 1/4 -inch measured with 10- foot straightedge. D. Ponding: No ponding will be allowed. All surfaces shall drain. Z: \JAN \SPECS \020328- YK \02520.wpd Janus. 25, 2006 CITY OF YAKIMA PORTLAND CEMENT CONCRETE PAVING KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 02520 -5 YAKIMA, WASHINGTON 3.11 FIELD QUALITY CONTROL A. Section 01400 - Quality Control Services. B. Testing firm will take cylinders and perform slump and air entrainment tests in accordance with Section 03300. C. One additional test cylinder will be taken during cold weather and cured on site under same conditions as concrete it represents. D. One slump test will be taken for each set of test cylinders taken. E. Maintain records of placed concrete items. Record date, location of pour, quantity, air temperature, and test samples taken. 3.12 PROTECTION A. Immediately after placement, protect cement concrete pavement from premature drying, excessive hot or cold temperatures, and mechanical injury. B. Do not permit pedestrian or vehicular traffic over cement concrete pavement for 7 days minimum after finishing, until 75 percent design strength of concrete has been achieved. C. See Section 03300 for additional requirements. END OF SECTION 02520 Z: \JAN \SPECS \02032B- YK\02520.wpd January 25, 2006 CITY OF YAKIMA ATHLETIC FIELD SURFACING KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 02530 -1 YAKIMA, WA • PART 1 - GENERAL 1.01 RELATED WORK IN OTHER SECTIONS A. Section 02200 - Earthwork B. Section 02800 - Site Improvements C. Section 02900 - Landscaping / Planting 1.02 SCOPE OF WORK Work under this section includes, but is not necessarily limited to: installation of imported Athletic Field Surfacing and Conditioner Materials for Base Course, Infield, Outfield and Warning Track areas. • 1.03 QUALITY ASSURANCE A. Reference Specification: State of Washington Standard Specifications for Road, Bridge and Municipal Construc- tion, Current Edition. B. Submittals - Samples and Test Results: Submit samples of specified materials with certificates from materials suppliers and certified testing laboratory as per Section 01300 documenting that all materials supplied conform to requirements of these Specifications, prior to delivery and placing on -site. Because of the critical nature of the mix and gradation of materials specified in this Section, the Contractor shall arrange for continuous testing of all athletic surfacing materials to assure that they conform to the specifications. A minimum of one mix and gradation test per 500 cubic yards of each surfacing material shall be performed at the materials source i.e. pit, mixing yard, etc. Tests shall be paid for by Contractor. Submit test results to the Owner's Representative for review. Additional tests shall be performed if there is an apparent visual change in the furnished material. Under no circumstances shall materials from an untested source be brought to the project site. in addition, the Owner may elect to have additional testing performed of materials installed. Any materials not meeting specifications shall be removed and replaced by the Contractor at no additional cost to the Owner. C. Protection: • Provide adequate protection from damage for all areas, including settlement and erosion, until final project acceptance. Repl ca damaged work at no additional cost to Ownep tdl � p.� ..�..0 �..N,av�.. aII uw i �u J'wr r a� i w a i uunivi jai cost C vvv� ici . 1.04 BARRIERS, SAFETY GUARDS AND WARNING LIGHTS Provide for public protection ac required by the Washington State Department of I ahnr and Industries. HLA Project No. 02032A CITY OF YAKIMA ATHLETIC FIELD SURFACING KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 02530 -2 YAKIMA, WA PART 2 - MATERIALS 2.01 BALLFIELD MATERIAL TESTING A minimum of one wet sieve gradation analysis per 500 cubic yards of each surfacing material shall be performed. All tests shall be paid for by the Contractor. Submit test results to the Owner's Representative for review. Additional tests shall be performed if there is an apparent visual change in the furnished material. 2.02 INFIELD AND WARNING TRACK BASE COURSE SAND The base course sand shall be comprised of a special blend of sands meeting the following specifications for a wet sieve gradation analysis per ASTM C136 / D1140. Minimum compacted depth shall be six inches (6 "). Sieve Size % Passing 1/4" 95 - 100 #10 90 - 100 #40 30 -70 #80 10 - 40 #100 5 - 30 #200 0 - 5 #270 0 - 3 2.03 BALLFIELD SURFACING MATERIALS A. INFIELD TOP COURSE SAND The top course shall be comprised of a special blend of sands and silts meeting the following specifications for a wet sieve gradation analysis per ASTM C136 / D1140. Minimum compacted depth shall be four inches (4 "). Sieve Size % Passing #4 100 #10 85 - 100 #'10 45 - 60 #80 30 - 40 #100 20 - 35 #200 9 - 20 #270 4 -7 B. OUTFIELD SAND MIX The mix shall be comprised of a special blend of sands meeting the following specifications for a wet sieve gradation analysis per ASTM C136 / D1140. Minimum compacted depth shall be ten inches (10 "). HLA Project No. 02032A • CITY OF YAKIMA ATHLETIC FIELD SURFACING KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 02530 -3 YAKIMA, WA Sieve Size % Passing 1/4" 95 - 100 #10 75 -90 #40 35 - 50 #80 10 - 25 #100 5 - 12 #2vv 3 -5 #270 0 - 3 2.04 IMPORTED INFIELD CONDITIONER Infield Conditioner shall be Turface Pro League Red, calcined clay, as distributed by Sunmark Seeds International, Troutdale, OR, 1- 847 - 215 -3470, or approved equal. Application rate: 'A" per 1,000 square feet. 2.05 IMPORTED WARNING TRACK MATERIAL Warning track material shall be "Red Track Sand with Clay" as furnished by Bishop Red Rock, Goldendale, WA, (509) 773 -5335, or approved equal. Maximum depth to be four (4 ") inches. PART 3 - EXECUTION 3.01 PREPARATION A. Subgrades: Field verify that subgrades are sufficient to receive all work contained in this Contract. All subgrades to receive field surfacing materials shall be reviewed by the Landscape Architect prior to placement of any surfacing materials. B. Grade all areas to a neat and smooth surface to uniform grades indicated and as detailed. Orchestrate work in such a manner so as to minimize disruption to field surfacing, taking care not to mix different courses of surfacing material. Leave field surfaces uniform and free from ruts, hollows, hummocks or other uneven features /obstructions to surface drainage. Refill and recompact all areas which settle or erode, at no additional cost to the Owner. 3.02 INFIELD / OUTFIELD BASE COURSE SAND MIX A. Complete grading of subgrade soils to line and elevation indicated allowing for the installation of imported field surfacing materials. Verify positive drainage of all subqrade areas. B. Place specified top surfacing material in field areas as identified on the drawings. Use outfield Surfacing Mix where required to create a smooth grade transition (maximum slope 3 :1) between the peripheral edges of the various field surfacing materials and existing adjacent grades. HLA Project No. 02032A CITY OF YAKIMA ATHLETIC FIELD SURFACING KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 02530 -4 YAKIMA, WA C. Place and spread uniform lifts of specified surfacing materials with final depth of surfacing no less than that specified. Provide uniform final finish grades as indicated with positive drainage of all areas. 3.03 BALLFIELD OUTFIELD SURFACING A. Complete grading of Base Course materials to line and elevation indicated allowing for the installation of imported field surfacing materials. Verify positive drainage of all Base Course materials. B. Place specified top surfacing material in field areas as identified on the drawings. Use outfield Surfacing Mix where required to create a smooth grade transition (maximum slope 3:1) between the peripheral edges of the various field surfacing materials and existing adjacent grades. C. Place and spread uniform lifts of specified surfacing materials with final depth of surfacing no less than that specified. Provide uniform final finish grades as indicated with positive drainage of all areas. D. Adjust all sprinkler heads located within work area as required to match final finish grades of field surfacing materials. E. Complete installation of soil amendments and grass seeding as specified in Section 02900. 3.04 BALLFIELD INFIELD SURFACING AND PITCHING MOUND A. Complete installation of cast -in -place concrete edging along backstop and wing fencing. Allow concrete to cure a minimum of 14 days prior to installation of any field surfacing materials. B. Complete installation of Base Course and Outfield Surfacing materials to line and elevation indicated allowing for the installation of imported field surfacing materials. Verify positive drainage of all Base Course materials. C. Install temporary wood header board of 1x4 lumber sections along outside radius of infield /outfield line. Place specified base course surfacing material in field areas as identified on the drawings. D. Place and spread uniform lifts of specified surfacing materials with final depth of surfacing no less than that specified. Provide uniform final finish grades as indicated with positive drainage of all areas. E. Roll, compact, and drag final finish grade of ballfield infield per direction from Yakima Parks staff. Install pitching mound as detailed. Remove temporary wood header between infield and outfield line after establishment of grass seeding. F. Adjust all sprinkler heads located within work area as required to provide one inch (1 ") cover of field surfacing material over the top of sprinkler heads. 3.05 INFIELD SOIL CONDITIONER A. After infield mix has been installed and finish graded, water the skinned infield area the day before installation of the infield soil conditioner. HLA Project No. 02032A CITY OF YAKIMA ATHLETIC FIELD SURFACING KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 02530 -5 YAKIMA, WA B. Spread 1 /2 inch of Infield Conditioner on the entire infield area. C. Till the 1 /2 inch of Infield Conditioner into the infield mix to a depth of 2" to 3 ". D. Level and roll the infield area. E. Water the infield surface evenly. Allow ample time for the water to soak in. F. Adjust all sprinkler heads located within work area as required to provide one inch (1 ") cover of field surfacing material over the top of sprinkler heads. G. Screen drag the infield area and water again. 3.06 WARNING TRACK SURFACING A. Complete grading of subgrade soils to line and elevation indicated allowing for the installation of the full depth of the warning track materials. Verify positive drainage of all subgrade areas. B. Place specified warning track material in field areas as identified on the drawings. C. Place and spread uniform lifts of specified warning track materials with final depth of surfacing no less than that specified. Provide uniform final finish grades as indicated with positive drainage of all areas. 3.07 CLEANUP Clean up entire area of all excess materials, debris, surfacing, etc., and leave project in a neat, orderly condition. 3.08 ADDITIONAL HELD SURFACING MATERIALS A. Provide and stockpile an additional twenty cubic yards (20 C.Y.) of Ballfield Infield Surfacing material at location directed by Owner's Representative. END OF SECTION HLA Project No. 02032A • CITY OF YAKIMA SITE IMPROVEMENTS KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 02800 -1 YAKIMA, WA PART 1 - GENERAL 1.01 RELATED WORK IN OTHER SECTIONS A. Section 02510 - Paving and Surfacing B. Section 02530 - Athletic Field Surfacing C. Section 06100 — Rough Carpentry D. Section 07410 — Preformed Roof Panels E. Section 09050 — Finishes, Materials and Finish Schedule 1.02 SCOPE OF WORK Site Improvements for this work includes, but is not necessarily limited to the following: A. Base Bid items include: colored vinyl clad, chain link backstop, wing fencing, foul line fencing, outfield fencing, chain link gates, colored powder coated fencing and backstop posts and fencing appurtenances; dugouts with metal roofing, baseball home plate and bases, players benches, bleachers, bat racks, foul line poles, miscellaneous cast -in -place concrete items, and miscellaneous site construction items as noted on the drawings and details. 1.03 REFERENCE SPECIFICATIONS A. "Standard specifications for Road, Bridge and Municipal Construction" Washington State Department of Transportation, Current Edition. B. "West Coast Lumber Inspection Bureau Grading and Dressing Rules" issued by the West Coast Lumber Inspection Bureau, and hereinafter called WCLB. 1.04 BARRIERS, SAFETY GUARDS AND WARNING LIGHTS Provide for public protection, as required by the Washington State Department of Labor and Industries. 1.05 PREPARATION OF SUBGRADE The Contractor shall be responsible for compacting subgrade materials to 90% Modified Proctor (ASTM D:1557) immediately before placement of all items specified in this Section. 1.06 SUBMITTALS A. Submit shop drawings detailing chain link fencing, gates, dugouts, metal fabrications, and assemblies. Shop drawings shall include details illustrating fence material, height, size of posts, rails, braces, footings, hardware, and accessories. B. Submit manufacturer's recommended installation details of items specified by name of manufacturer. C. Submit certificates of wood treatment and wood grading for lumber where applicable. • D. Manufacturer's color chart and samples for selection of vinyl clad chain link fencing color and matching color for powder coated fencing posts and appurtenances. • CITY OF YAKIMA SITE IMPROVEMENTS KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 02800 -2 YAKIMA, WA 1.07 PROTECTION Provide adequate protection for all work installed under this section from all damage whatsoever, including all construction activities and vandalism until the Certificate of Substantial Completion is issued. Provide protection for all existing sports facilities, pedestrian trails, paving and paths located adjacent to construction areas. PART 2 - PRODUCTS 2.01 BASE COURSE A. Spread and compact in accordance with Paving and Surfacing, Section 02510. B. Surface variation not more than one -half inch (1/2 ") in ten feet (10') from grades necessary to produce indicated finish grades. 2.02 MISCELLANEOUS CAST-1N-PLACE CONCRETE Shall include concrete footings, concrete edging, and slabs on grade. All concrete materials for site work shall be in accordance with Paving and Surfacing, Section 02510. 2.03 MISCELLANEOUS STEEL FABRICATIONS A. Where shown on the drawing as steel, miscellaneous embedded and non - embedded metalwork, including brackets, hangers, clip angles, seat angles, guides, inserts, railings shall be fabricated as shown of mild steel, ASTM A 36. All miscellaneous steel metalwork shall be hot -dip, 1.25 ounce, galvanized after fabrication, unless otherwise noted on Draw- ings or specified herein. B. Hot -dip ealvanizina. Unless otherwise specified, galvanizing by the hot -dip prnrnss shah conform to the applicable requirements of ASTM A 123, A 153, A 385, A 386 and A 525. C. Field Galvanizing shall not be done on any steel items. D. Steel embedded in concrete is not to be primed except portions projecting from concrete and first 3 inches of ernbedment. E. Surface treatments: 1. Galvanized surfaces: After fabrication but before installation, touch up galvanized metal surfaces damaged during fabrication with "Gals- Weld." as manufactured by Galy- Weld Products, P.O. Box 1087, Holmes Beach, Florida, or equal. Finish surface color shall be uniform over entire fabricated unit. • 2. Raw Steel surfaces: Clean steel to SSPC- SP -2 -63 requirements. Apply Tnemec 99 Red Metal Primer or other approved primer. Apply in accordance with manufac- turer's instructions to 4.0 wet mii thickness (2.0 dry mil). A minimum of two (2) coats of paint shall be applied. 3. Store jobsite steel on blocks above snow or mud and soil. After erection, remove any weld spatter, oil and grease. Clean abraded, bolted and welded areas, and touch up with above primer or galvanizing paint. • CITY OF YAKIMA SITE IMPROVEMENTS KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 02800 -3 YAKIMA, WA 4. Where indicated on the drawings or in the specifications, finish on selected galvanized or steel surfaces and hardware shall be colored polyester powder coating that is electrostatically applied in conformance with ASTM F626 -96. Use color matched PVC touch -up paint to cover minor scratches and exposed metal surfaces. 2.04 HARDWARE All metal hardware including bolts, deformed bars for connections, threaded rod, anchor bolts, nuts, washers - shall be hot - dipped galvanized unless otherwise noted. All framing nails galvanized wire nails. All bolts, threaded rod and anchor bolts conform to ASTM A -307, Grade A, unless otherwise noted. Hex head and nut on all bolts and threaded rod unless otherwise indicated. All bolts, threaded rod shall have standard cut washers respective size, unless otherwise indicated - bolts to have washers each end, galvanized steel bolts, rods, etc. shall have galvanized steel washers and nuts. Hardware not noted by size shall be sufficient to draw and hold members securely. 2.05 CHAIN LINK FENCING A. General: All fabric mesh size shall be 2" galvanized steel wire with a 7 -10 mil colored, thermally fused PVC coating as per Federal Specification RR -F -191, Type IV and in conformance with ASTM F 668 -96 Class 2B. All chain link appurtenances including posts, tensions rods, railings, bolts, washers, hardware, fittings, etc. shall be coated with a 3 -5 mil colored polyester powder coating that is electronically applied over galvanized steel in conformance with ASTM F626 -96. Color of fence fabric and all chain link appurtenances shall be dark green color matching the existing chain link fencing. B. 72" High Fencing (Outfield Fencing) as follows: 1. Fabric: 9 gage (2" mesh), KK Chain link wire. 2. Top Rail: 1 5/8" OD Schedule 40 pipe, 2.27 Ibs per foot. Top rail 21' in length, joined with 1 5/8" pressed steel, 6" long pipe sleeve. 3. Line Post: 2 3/8" OD Schedule 40 pipe post, 3.65 Ibs per foot. Line posts set on 10' on center maximum spacing. Concrete footing 12" diameter, 36" depth. 4. Terminal Post: 2 7/8" OD Schedule 40 pipe post, 5.79 lbs per foot. Concrete footing 12" diameter, 36" depth. All terminals to be boxed braced. 5. Gates: Framework of 1 7/8" Schedule 40 pipe, 2.72 Ibs per foot. Gates braced and trussed as necessary. Same fabric as fence. 6. Gate Post: 2 7/8" OD Schedule 40 pipe post, 5.79 lbs per foot. Concrete footing 12" diameter, 36" depth. 7. Tension wire: 7 gage, spring galvanized steel tension wire attached to bottom of fence fabric with 12 gage steel (224 / lb) hog rings spaced 24" ( + / -) on center. 8. Fittings: Regular brace band and galvanized carriage bolt, die cast aluminum rail end, regular pressed steel eye top, die cast aluminum cap, 3 1/16" x 5/8" tension bar, regular tension band and galvanized carriage bolt. 9. Tie Wire: 8 1/4 ", 9 gage aluminum with hook tie wire and 6'/z', 9 gage aluminum with hook tie wire spaced 15" ( + / -) on center for line posts and 24" ( + / -) on center for rails. 10. Post Footing: 4 -sack ready mix commercial concrete. CITY OF YAKIMA SITE IMPROVEMENTS KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 02800 -4 YAKIMA, WA C. 84" High Fencing (Dugout Fencing) as follows: 1. Fabric: 9 gage (2" mesh), TT Chain link wire. 2. Top Rail: 1 5/8" OD Schedule 40 pipe, 2.27 Ibs per foot. Top rail joined with 1 5/8" pressed steel, 6" long pipe sleeve. • 3. Line Post: 3" OD Schedule 40 pipe post, 5.79 lbs per foot. Line posts set on 10' on center maximum spacing. Concrete footing 12" diameter, 36" depth. 4. Terminal Post: 3" OD Schedule 40 pipe post, 5.79 Ibs per foot. Concrete footing 12" diameter, 36" depth. All terminals to be boxed braced. 5. Gates: Framework of 1 7/8" Schedule 40 pipe, 2.72 Ibs per foot. Gates braced and trussed as necessary. Same fabric as fence. 6. Gate Post: 3" OD Schedule 40 pipe post, 5.79 Ibs per foot. Concrete footing 12" diameter, 36" depth. 7. Bracing: 1 -5/8" OD Schedule 40 pipe, 2.27 Ibs per foot, used for middle and • bottom rail. 8. Fittings: Regular brace band and galvanized carriage bolt, die cast aluminum rail end, regular pressed steel eye top, die cast aluminum cap, 3 1/16" x 5/8" tension bar, regular tension band and galvanized carriage bolt. 9. Tie Wire: 10 -1/2 ", 9 gage aluminum with hook tie wire and 61 ", 9 gage aluminum with hook tie wire spaced 15" ( + / -) on center for line posts and 24" ( + / -) on center for rails. 10. Post Footing: 4 -sack ready mix commercial concrete. D. 120" High Fencing (Wing Fencing) as follows: 1. Fabric: 9 gage (2" mesh), KK Chain link wire. 2. Top Rail: 1 5/8" OD Schedule 40 pipe, 2.27 Ibs per foot. Top rail 21' in length, joined with 1 5/8" pressed steel, 6" long pipe sleeve. 3. Line Post: 3" OD Schedule 40 pipe post, 5.79 Ibs per foot. Line posts set on 10' • on center maximum spacing. Concrete footing 16" diameter, 48" depth 4. Terminal Post: 2 7/8" OD Schedule 40 pipe post, 5.79 Ibs per foot. Concrete footing 16" diameter, 48" depth. All terminals to be boxed braced. 5. Bracing: 1 -5/8" OD Schedule 40 pipe, 2.27 Ibs per foot, used for middle and bottom rail. 6. Fittings: Regular brace band and galvanized carriage bolt, die cast aluminum rail end, regular pressed steel eye top, die cast aluminum cap, 3 1/16" x 518" tension bar, regular tension band and galvanized carriage bolt. 7. Tie Wire: 10 1/2 ", 9 gage aluminum with hook tie wire and 6 9 gage aluminum with hook tie wire spaced 15" ( + / -) on center for line posts and 24" ( + / -) on center for rails. 8. Post Footing: 4 -sack ready mix commercial concrete. E. 360" High Fencing (Backstop Fencing) as follows: 1. Fabric: Bottom Rows (120 ") 6 gage (2" mesh), KK Chain link wire. 2. Fabric: Top Rows (240 ") 9 gage (2" mesh), KK Chain Zink wire. 3. Top Rail: 1 5/8" OD Schedule 40 pipe, 2.27 ibs per foot. Top rail joined with 1 5/8" pressed steel, 6" long pipe sleeve. 4. Line Post: 5" X- Strong Pipe (5 - 1/2" OD), or 6" Standard Pipe. Line posts set on 10' on center maximum spacing. Concrete footing 24" diameter, 5' 9" depth, reinforced as shown on the drawings. CITY OF YAKIMA SITE IMPROVEMENTS KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 02800 -5 YAKIMA, WA 5. Terminal Post: 5" X- Strong Pipe (5 - 1/2" OD), or 6" Standard Pipe. Concrete footing 24" diameter, 5' -9" depth, reinforced as shown on the drawings. All terminals to be boxed braced. 6. Bracing: 1 -5/8" OD Schedule 40 pipe, 2.27 Ibs per foot, used for middle and bottom rail. 7. Fittings: Regular brace band and galvanized carriage bolt, die cast aluminum rail end, regular pressed steel eye top, die cast aluminum cap, see drawings for special tension band, galvanized carriage bolts. 8. Tie Wire: 8 1/4 ", 9 gage aluminum with hook tie wire and 6 1 /2 ", 9 gage aluminum with hook tie wire spaced 15" ( + / -) on center for line posts and 24" ( + / -) on center for rails. 9. Post Footing: 4 -sack ready mix commercial concrete. F. Chain Link Gates: 1. Pedestrian Gates: Seven foot (7') height (dugout gates) or six foot (6') height (outfield fence gates - see drawings for location and height) by three foot six inch (3' -6 ") width; type 6 single -swung gate; 9 gauge fabric, full welded frame, with truss rod braces and locking hardware. 2. Maintenance Gates: Six foot (6') height by six foot (6') width per leaf; type 6 double -swung gate; 9 gauge fabric, full welded frame, with truss rod braces and locking hardware. Two (2) gates required. 3. Rolling Gate (Alternate 2A): Six foot (6') high, twenty foot (20') wide (double 10' sections) rolling gate manufactured per ASTM F900 -94 Specifications. Fabric: 9 gage (2" mesh), to match fence fabric. Green Vinyl coated to match. Gate Frame: 1 -7/8" OD Schedule 40 pipe, 2.72 lbs per foot. Trussed and braced as necessary. Gate Post: 2 -7/8" OD Schedule 40 pipe, 2.27 lbs per foot. Concrete footing 12" diameter, 38" minimum depth. Gate Tracks: 1 -5/8" OD Schedule 40 pipe, 2.27 lbs per foot. Industrial Double Wheel Assembly; Safe -T -Rear Wheel. Fittings: Tension band, post caps, carriage bolts, truss rod and tightener, tension bar, aluminum ties, Safe -T -Line track bracket, Rolo latch. Post Footing: 4 -sack ready mix commercial concrete. 4. All gates shall have positive latching devices with provisions for pad locking and cane bolts. 5. All gate hinges shall be non -lift -off type, offset to permit full 180 degree swing. 6. All gate posts shall have galvanized round caps, size as required. G. Any exposed steel shall be painted with "Gals- Weld" high -zinc content paint. H. Wood backstop section shall be 2 x 10 pressure- treated Hem -fir, S4S. Coat all cut ends of wood surfaces with two (2) coats of wood preservative stain to match pressure treatment material. Install approx. 3' high x 3' -0" wide chain link panel (with 1 -5/8" O.D. top and bottom rail) above each dugout entry and pedestrian access gate where fencing is 10' height, or higher. Mount bottom of panel at approximate 7' -0" height. Allow clearance for gates. • • CITY OF YAKIMA SITE IMPROVEMENTS KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 02800 -6 YAKIMA, WA 2.06 BLEACHERS A. Non - elevated 5 -row bleachers No. 527 Silver Edition meeting or exceeding UBC with galvanized chain link guardrails and four wheel chair areas, galvanized steel understructure as manufactured by Southern Bleacher Company and supplied by Northwest Recreation, Portland, OR (800) 448 -4858. Length shall be 27 feet with center aisle; seat planks shall be nominal 2" x 10" Aluminum plank with a clear anodic coating; foot planks shall be similar with mil! finish; all planks shall have end caps. Secure bleachers to concrete slabs with stainless steel anchor or expansion bolts as recommended by bleacher manufacturer. B. Base Bid: Two (2) bleachers required for Base Bid. 2.07 PLAYER BENCHES A. Player bench with seat back and galvanized steel understructure — RB -21 straight leg as manufactured by Southern Bleacher Company and supplied by Northwest Recreation, Portland, OR (800) 448 -4858. Length shall be 21 feet; seat and back planks shall be nominal 2" x 10" fluted Aluminum with a clear anodic coating, all planks shall have end caps. Benches shall be installed in concrete footings. B. Four (4) player benches required for Base Bid. 2.08 DUGOUT ROOFS A. Dugout roofs shall be constructed of wood structural members and wood tongue and groove decking as shown on the drawings. Wood and wood construction shall be in conformance with Section 06100 — Rough Carpentry. Metal roofing for dugout ha iv�cdai rooi��su Dui uugoiit shall be in conformance with Section 0174 17 — Preformed Roof Panels and all flashing shall be in conformance with Section 07600 — Flashing and Sheet Metal. Roofing material and color shall match that of the Restroom /Concession Building. C. Base Bid: Two (2) dugout roofs required. 2.09 RAT RACKS A. Custom fabricated galvanized steel bat racks, two (2) required for each field. Fabricate as shown in details and install in dugout . Finish shall be colored polyester powder coating that is electrostatically applied in conformance with ASTM F626 -96. Color shall match that of chain !ink fencing and fencing appurtenances. B. Two (2) bat racks required for Base Bid. 2.10 BALLFIELD BASES AND PITCHING PLATES • A . Bases: Bolco 400 -BB intermediate Bases, 255 -IBA T M " Universal Steel Anchor Plate`, and 227 -FAS "Ground Stake ". Provide and instal! six (6) bases with ground stakes (three (3) at each field) at the 60' baseline layout. B. Home Plate: Bolco 300 -AS "All Play Home Plate ". Provide and install two (2) home plates (one (1) at each field) at the 60' baseline layout. CITY OF YAKIMA SITE IMPROVEMENTS KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 02800 -7 YAKIMA, WA C. Pitching Rubber: Bolco 450 -C1 "Four Way Las - Long ". Provide and install two (2) pitching rubbers (one (1) at each field) at the 50' baseline layout. D. Supplier: Northwest Recreation, Portland, OR. (800) 448 -4858. E. Base Bid: Six (6) bases and anchors, one (1) home plate, and two (2) pitching rubbers required. 2.11 BACKSTOP PROTECTION PAD A. 3/4" thick black rubber pad — "Dinomat" from Dinoflex Manufacturing- supplied by Sitelines Park and Playground Products, Everett, WA (800) 235 -2440. B. Base Bid: Backstop protection padding required for one (1) backstop. 2.12 FOUL LINE POLES A. Foul Line Poles by Patterson — Williams Athletic Company, or approved equal. Supplier: Northwest Recreation, Tualitin, OR 97062. Local Contact Roland Radtke: Ph. 360 -357- 9966 or cell 306 -556 -9933. B. Model # 1273 20' high Telescoping Foul Ball Poles constructed of Schedule 40 galvanized pipe and #11 diamond steel mesh; concrete embedded installation. Finish shall be electrostatically applied, baked -on yellow dry polyester powder. Two pair (four (4) units total) required. C. Base Bid: One pair (two units) required. PART 3 - EXECUTION 3.01 GENERAL A. Stake alignment and locations of all site improvements for review by Landscape Architect prior to installation. Incorrectly located work shall be removed and replaced by the Contractor at no additional cost to the Owner. B. Verify that subgrade has been properly compacted and compaction tests, if required, have been accomplished. Guarantee against settlement for one (I) year. C. Install rigid, plumb and true to lines and levels shown. Verify that all elements called for in this Section "fit" according to the Drawings and existing site features. D All ends of bolts to be balipeened or otherwise tamperproof. File or grind all sharp edges. Touch up all powder coated hardware and fittings with minor scratches with color matched PVC touch up paint. E. Assemble (if required) and install all equipment specified by name /manufacturer as per approved manufacturer's printed instructions /recommendations. • 3.02 CAST -IN -PLACE CONCRETE A. Conform to requirements of Paving and Surfacing, Section 02510. Layout as shown on drawings. Unless otherwise indicated exposed concrete shall have a light broom finish. • CITY OF YAKIMA SITE IMPROVEMENTS KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 02800 -8 YAKIMA, WA Contractor shall take particular care to install expansion joints and control joints as indicated on drawings. B. Install following items with concrete footings - sized as per manufacturer's recommendations, Reference Specification, Standard Plans, or as detailed: 1. Chain Link Fencing, Backstop and Gate Posts 2. Player Benches 3. Bases and Plates 4. Foul Line Poles C. Tops of all footings shall be installed below all paving and 3" below ground surface, unless, otherwise indicated on drawings or specified herein. 3.03 CHAINLINK FENCE AND GATES A. Field stake layout of all fencing items for review by the Owner's Representative prior to installation. Verify minimum required clear distances between gate posts. • B. Excavate field surfacing materials for installation of concrete footings for fencing posts. Install footings and fencing posts as per the Contract Documents. All posts shall be plumb and tops cut off level. Backfill all excavations with field surfacing materials to match surrounding field conditions. Compact surfacing materials above all footings. C. install paving area below gates where indicated. See Section 02510, Paving. D. Minor touch -up of powder coated chain link appurtenances such as bolts, washers, clips, etc. will be permitted with matching color PVC touch -up spray paint. :i i )CL Ri PAC:HPPs A. Assemble bleachers as per manufacturer's written instructions. Remove all sharp edges from entire assembly. Attach assembly to timber ground sills. Position completed assembly over concrete slab in locations indicated on the drawings and as directed by the Owner's Representative. 3.05 BAT RACKS A. Install inside dugout area near entrance to the infield. 3.06 PLAYER BENCHES A. Install two (2) player benches inside the dugout areas of each ball field where indicated on the drawings. Install with two (2) cubic foot concrete footings on each leg. Verify exact locations. B. All sharp edges on bench assemblies shall be ground smooth. 3.07 DUGOUT ROOFS A. Install dugout roofs secured to chain link fencing and posts as shown on the drawings. All bolts and fasteners shall be powder coated in color to match fence posts. CITY OF YAKIMA SITE IMPROVEMENTS KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 02800 -9 YAKIMA, WA B. Install metal roof per Section 07410 — Preformed Roof Panels. C. Wood finish: paint underside of dugout roof white and fascia trim green to match other dugouts; two coats minimum. 3.08 BALLFIELD BASES AND PITCHING PLATES A. Provide and install two (2) sets of bases and one (1) pitching plate with ground stakes and concrete footings at the 60' baseline layout and the 65' baseline layout. 3.09 BACKSTOP PROTECTION PAD A. Attach protection pad material to timber backstop area with galvanized screws and cut washers at minimum 6" on center around the perimeter at 2" from all edges. 3.10 FOUL LINE POLES A. Install foul line poles in concrete footings in accordance with manufacturer's standard drawings and instructions. Install plumb and level in locations shown on Drawings. Verify exact locations with Owner's Representative. END OF SECTION CITY OF YAKIMA IRRIGATION KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 02810 -1 YAKIMe W4 PART 1 - GENERAL 1.01 SCOPE OF WORK Work in this section includes, but is not limited to, the automatically controlled Irrigation System equipment, installation, testing, and water auditing as indicated. 1.02 RELATED WORK IN OTHER SECTIONS Coordinate related work specified in other parts of the Project Manual, included but not necessarily limited to, the following: A. Section 01300 - Submittals B. Section 01400 - Quality Control C. Section uzzuu - Earthwork D. Section 02510 - Paving and Surfacing E. Section 02530 - Athletic Field Surfacing. F. Section 02800 - Site Improvements G. Section 02900 - Landscape /Planting H. Section 16000 - Electrical Work 1.03 REFERENCES A. Selections from within the following standards (current as of Project Manual date) are stated herein: 1. Washington State Division of Industrial Safety, latest rules and regulations. 2. Western Plumbing Officials - Uniform Plumbing Code, latest edition. 3. Local Plumbing Code. 4. American Society for Testing and Materials (ASTM). D.1785 -83 Poly (Vinyl Chloride)(PVC) Plastic Pipes, Schedules 40, 80 and 120. D2466 -80 Poly (Vinyl Chloride)(PVC) Plastic Pipe Fittings, Schedule 40. Al20 -84 Pipe, Steel, Black and Hot Dipped Zinc - coated (Galvanized) Welded and Seamless, for Ordinary Uses. D2672 -81 Bell -End Poly (Vinyl Chloride)(PVC) Pioo. 5. National Fire Protection Association (NFPA) Publications: NFPA 70 National Electrical Code - latest edition 6. American Water Works Association (AWWA) Publications: C506 -78 Standard Backflow Prevention Devices - Reduced Pressure and Double Check Valve Types. B. When these specifications and /or drawings call for or describe materials, workmanship or construction of a better quality, higher standards or larger size, these Specifications and/ or Drawings shall take precedence over the above rules, regulations or codes. 1.04 PERM iTS/FEES Obtain all permits and pay required fees to any governmental agency having jurisdiction over the work. Arrange inspections if required by local agencies and ordinances during the course of • construction. CITY OF YAKIMA IRRIGATION KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 02810 -2 YAKIMA, WA 1.05 SYSTEM DESCRIPTION Provide all materials, labor and equipment necessary for furnishing and installing automatically controlled irrigation system complete and fully operational. Includes, but is not limited to, connection to existing irrigation mains, laterals and control valves, trenching and backfilling, furnishing and installing all equipment and items indicated and specified, and balancing and testing of system. 1.06 SUBMITTALS A. At least 30 days prior to beginning work, submit the following data for products submitted for approval as equal. 1. Manufacturer's descriptive data including operating characteristics, operating pressures, pressure losses, materials used in products, test certificates, special features, guarantees and other data required to completely describe the product. 2. Samples of the proposed substitution when requested. Samples will be returned to Contractor whether or not approval is given. B. Project Record Drawings: Furnish Record Drawings of the complete irrigation system in accordance with the General and Special Conditions. 1. Contractor shall be furnished with one (1) set of full -size blueline prints and one (1) set of mylar reproducible prints showing irrigation work as designed under this contract. 2. Maintain the blueline prints on site at all times during construction. Make a daily record of all work installed on the prints. 3. On the prints, show actual location of valves, manual drains, risers, drainage piping and sleeving. Dimension from easily identified permanent features such as buildings, curbs, fences, walks or property lines. 4. Show approved manufacturer's name and catalog number on prints. 5. Make drawings to scale with all notations neat in appearance. 6. After testing and approval of mainlines and laterals for backfill, transfer all information noted on blueline prints to mylar in a neat, orderly way. 7. Turn the Record Mylar over to the Owner's Representative for review at or before the Preliminary Review of the Project. 8. At Final Review, submit Record Drawings, with all required changes, to Owner's Representative. Record Drawings must be approved prior to final payment. C. Operations and Maintenance Manual: At, or before, Preliminary Review of irrigation system, submit for review, one (1) manual, bound in hardback, 3 -ring notebook, to Owner's Representative. At a minimum, the following information /items are required to be in each manual: 1. List of authorized distributors and service representatives for each item of irrigation equipment including names, addresses and phone numbers. 2. Guarantee /warranty certificates for all equipment used and Contractor's written warranty for entire system one (1) year guarantee. • 3. Instruction manuals for all equipment used. 4. Parts lists for each item with exploded views of each item showing part #'s. 5. Complete trouble shooting guide to common irrigation problems. CITY OF YAKIMA IRRIGATION KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 02810 -3 YAKIMA, WA 6. Winterization and spring start -up procedures. 7. Chart of approximate length of operating times per each zone for programming controller zones for spring, summer and fall schedule. 8. A pocket for one (I) blueline print of the reviewed mylar Record Drawings. The print shall be added at time of Final Review. 9. 8 -1 /2" x 11" copies of all irrigation construction details for the irrigation installation. 1.07 QUALITY ASSURANCE A. Substitutions: 1. Specific reference to manufacturers' names and products specified in this Section are used as standards, but this implies no right to substitute other material or methods without written approval of the Owner's Representative. 2. installation of any approved substitution is Contractor's responsibility. Any changes required for installation of any approved substitution must be made to the satisfaction of Owner's Representative and without additional cost to Owner. 3. No substitutions will be permitted which have not been submitted for prior review (and approved) by the Owner's Representatives. 4. Approval by Owner's Representative of substituted equipment and/or dimensional drawings does not waive these requirements. B. Personnel: 1. Superintendent to be experienced and fully qualified to direct and perform all work in this Section. 2. Workmen to be qualified and competent. 0. Special Requirements of Regul y Agencies: 1. See referenced Codes, Ordinances. 2. Local Plumbing Code. 3. State of Washington rules, regulations and requirements. 1.08 DELIVERY, STORAGE AND HANDLING A. in accordance with the following: 1. Deliver material in original containers bearing the name of manufacturer, brand, and model. 2. Prevent damage to system components during loading, transporting and unloading, or due to water conditions or any activities at the project site. and • 3. Protect polyvinyl chloride (PVC) pipe and fittings from direct sunlight. 4. Beds on which polyvinyl chloride (PVC) pipe is stored must be full length of pipe. 5. Do not use any pipe or fittings that have been damaged, dented, or rusted. 1.09 PROJECT SITE CONDITIONS A. Site Conditions: 1. vvater Source. C ulinuct to existing irrigation) main detailed. CITY OF YAKIMA IRRIGATION KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 02810 -4 YAKIMA, WA 2. Sleeving: Sleeving is required for lines under all paved or surfaced areas, walls, and for control wire not running with piping. Coordinate installation with other trades. B. Underground Conditions: 1. All underground utilities shall be located and identified with proper color code. 2. Be familiar with all utility, irrigation, mechanical, and electrical drawings so that digging / drilling operations do not damage lines. Should utilities or other work not shown on the drawings be found during excavations, promptly notify Owner's Representative. Failure to do so will make you liable for any and all damage thereto arising from your operations subsequent to discovery of such utilities not shown on drawing. C. Replace or repair at your expense any existing planting, building, equipment, underground utilities, walks, stairs, and /or forms damaged as a result of your operations in a manner satisfactory to the Owner before final payment is made. 1.10 WARRANTY In addition to manufacturer's guarantees or warranties, warrant all work for one (I) year from the date of Provisional Acceptance against defects in material, equipment and workmanship. Warranty shall also cover repair of damage to any part of the premises (including planting) resulting from leaks, settlement or other defects in materials, equipment, and workmanship, including removal and repair of any settled pavement, to the satisfaction of the Owner. 1.11 BARRIERS, CONSTRUCTION WARNING FENCING, SAFETY GUARDS, AND WARNING LIGHTS Provide for public protection, as required by the Washington State Department of Labor and Industries. PART 2 - PRODUCTS 2.01 GENERAL A. Material and equipment of types and sizes shown on Drawings, Details, or as specified. Material throughout the system is required to be new and in perfect condition. B. Materials or products not as specified or not submitted for prior approval and approved shall be replaced immediately with the specified item. No field approvals will be given. 2.02 PIPE A. General: No substitutions of smaller pipe sizes will be permitted but substitutions of larger sizes of same type at no extra cost with approval are acceptable. Each length of PVC pipe is to be coded with an identifying extrusion "run" number and the manufacturer's name or trade name, the pipe size and schedule or class. • CITY OF YAKIMA IRRIGATION KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 02810 -5 YAKIMA WA B. Polyvinyl Chloride Pipe (PVC): 1. Mainline - all sizes: Polyvinyl chloride (PVC) 1120, 1220, Schedule 40, solvent weld and shall conform to ASTM D1784. 2. Laterals - all sizes: Polyvinyl chloride (PVC) 1120, 1220, Class 200, solvent weld and shall conform to ASTM D1784. 3. Threaded Pipe and Nipples: PVC 1120 and 1220, Schedule 80, conforming to ASTM D1785. 4. Brass Pipe and Nipples: threaded cast red brass nipples conforming to ASTM B43. 2.03 FITTINGS A. Pressure mains: Solvent Weld Pipe (PVC) Schedule 40, conforming to ASTM D2466, Type, Grades ! or 2. Fittings shall match pipe sizes indicated. B. Laterals: Solvent Weld Pipe (PVC) Schedule 40, conforming to ASTM D2466, Type, Grades I or 2. Pipe may be belled on one end with the dimensions of the tapered bell conforming to ASTM D2672. Molded fittings manufactured of the same material as the pipe, suitable for solvent weld. Slip fitting socket taper shall be so sized that a dry, unsoftened pipe end can be inserted no more than halfway into the socket. Plastic saddles and flange fittings not permitted. C. Brass Fittings: cast, red brass unions and fittings as noted on construction drawings. 2.04 SOLVENT WELD COMPOUND Two -step application using weld -on P -70 purple with primer and weld -on 711 heavy - bodied glue as recommended by pipe manufacturers to meet site conditions encountered. 2.05 VALVE BOXES A. Automatic Control Valve Box: 12" Standard Box #1419 -12 with locking cover as manufactured by Carson industries Inc. or approved equal. Provide extensions as required. One valve per box, no exceptions. See drawings for detail. C. Shut -off Valve Box: Ametek #111129 -01 Roadway Valve Box, or approved equal.. 2.06 CONTROL WIRING . A, Copper, insulated single stranri, minimum size AWG No. 14, 600 V., UL approved as Type UF. Color code as follows: Common ground wire White Control valve wire Red spare wire Ordilye • B. Trace Wire: 12 gauge bare copper wire. C. Splice: Watertight electrical splices with 3M, DBY Connectors. D. Electrical Tape: Black plastic, 3M" wide, spec. grade, min. .007" thick, all weather type. CITY OF YAKIMA IRRIGATION KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 02810 -6 YAKIMA, WA E. Duct Tape: All weather cloth tape. F. Plastic Ties: clear, plastic locking ties - size to allow for pipe diameter. 2.07 SLEEVE MATERIALS For control wires and water lines: PVC 1120, 1220, Schedule 40 pipe. 2.08 DRAIN ROCK Unfractured rock, pea gravel. 2.09 SWING JOINTS A. Quick coupling valve: Lasco # T1110 (1 "). B. Sprinklers: Triple swing joint assemblies with Schedule 80 Elbows and Schedule 80 Nipples. 2.10 MAINTENANCE EQUIPMENT Provide two (2) manufacturer's service wrenches for each head type requiring such. PART 3 - EXECUTION 3.01 EXAMINATION A. Available Water Verification: Prior to the start of any work, verify available water source. Verify available gallonage at required operating pressure at point -of- connection to pump assembly. B. Verify installation conditions as satisfactory to receive work of this Section and as have been approved by Owner's Representative. Do not begin work until unsatisfactory conditions are corrected. Beginning work constitutes your acceptance of conditions as satisfactory. C. Discrepancies in drawings /site: Report to the Owner's Representative any deviations between irrigation drawings and the site. Failure to do so prior to the installing of the equipment and resulting in replacing, and /or relocating equipment shall be done at Contractor's expense. 3.02 PREPARATION A. Protection: 1. Protect work, adjacent property, public, visitors, and workers. Be responsible for any damage or injury arising from this contract. Take reasonable care to discourage vandalism. Confine work to areas designated. Do not disturb natural vegetation outside of project limit lines. Protect all trees and shrubs within project limits not designated to be removed. Repair or replace vegetation damaged as a result of your operations to satisfaction of Owner at your expense. • • CITY OF YAKIMA IRRIGATION KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 02810 -7 YAKIMA. WA 2. Furnish and maintain all warning signs, shoring, barricades, red lanterns, etc., as required by the Safety Orders of the Division of Industrial Safety, and local ordinances. Take care to protect open trenches and pits. B. Layout: 1. Layout work as accurately as possible to drawings. Drawings are diagrammatic to the extent that swing joints, offsets, and all fittings are not shown. 2. Stake the sprinkler irrigation system head locations following the schematic design shown on the plans for review by the Landscape Architect before the construction begins. Alterations and changes in the layout may be expected in order to conform to the ground conditions and to obtain full and adequate coverage of water. It is understood that corrective measures may become necessary but no changes or alterations in the system as planned shall be made without the prior authorization of the Owner's Representative. 3. Where connections to existing stub -outs are required, make necessary adjustment in layout to connect should stubs not be located exactly as shown. Adjust layout as necessary to install around existing work. Where piping is shown to be under paved areas, but running parallel and adjacent to planted areas, intention is to install piping in planted areas. Do not install directly over another line in same trench. No stacked pipe allowed! 4. Install irrigation to avoid proposed tree locations. Plant locations will be field adjusted at direction of Owner's Representative to avoid irrigation equipment. 5, Provide fnr dewatering of trenches as r to k a!! tr dry until hack - filling. 3.03 EXCAVATING AND TRENCHING A. Perform ail excavations ac rein sired for installation of w ork included u nder this Section including shoring of earth banks, is necessary. Restore all surfaces, existing underground installations, etc., damaged or cut as a result of the excavations, to their original condition. B. Dig trenches wide enough to allow a minimum of 3" between parallel pipe lines. Trenches shall be of sufficient depth to provide minimum cover from finish grades as follows: 1. Over PVC pipe on pressure side of irrigation control valve, control wires and quick - coupling valves (mainlines): 24" min. 2. Over pipe on non - pressure side of irrigation control valve (lateral lines): 18" min. 3. Over all sleeving: 24" min. 4. Excavate to depth required in any material encountered with no extra r n_i__:_�_ moo_ for bedding of �_ compensation. Materials unsuitable for bedding of pipe to be removed to depth 3" below trench bottom and replaced with any of the following suitable bedding materials as directed by the Owner's Representative. a. From bottom of trench to specified subgrade: Excavated trench material free of material which might .•!a +ham including. rocks, .�t�. v v. material ... u v.. I lil damage a 0.. pipk., ii iL.*uu lg ry JI O, rvvto, sticks, debris, or other sharp objects over 1" in diameter; or an approved sand bedding material (minimum 3" below pipe to 3" above pipe at no additional cost to Owner.) b. From subgrade to finish grade: Topsoil or field surfacing materials as required, depth and type as specified in Section 02900, Landscape i CITY OF YAKIMA IRRIGATION KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 02810 -8 YAKIMA, WA Planting and Section 02530 Athletic Field Surfacing. (Except in paved areas) 5. The top 6" of topsoil, when such exists, shall be kept separate from subsoil and shall be replaced as the top layer when backfill is made. Imported topsoil shall be used as backfill where native topsoil is less than 4" depth in lawn areas and 6" depth in planting areas. 6. If rocky conditions are encountered, excavated trenches shall be backfilled with an approved sand bedding material. (Minimum 3" below pipe to 3" above the pipe at no additional cost to the Owner.) C. Exercise care when excavating trenches near existing trees and shrubs. Where roots are 2" and greater in diameter, except in the direct path of the pipe, hand - excavate and tunnel, where large roots are exposed, wrap with heavy burlap for protection and prevent excessive drying. Trenches dug by machines adjacent to trees having roots 2" and less in diameter, shall have the sides hand trimmed making a clean cut of the roots. All roots 1/2" and greater in diameter that are cut and trimmed shall be treated with an approved tree wound dressing. Trenches having exposed tree roots shall be backfilled within 24 hours unless adequately protected by moist burlap or canvas. D. Dispose of all surplus excavation from trenches off the project site. Remove all sticks, trash and other extraneous material over 3" in diameter off the project site. 3.04 SLEEVING A. Install sleeves for all piping and wiring under all paved or surfaced areas, through walls, and as required to facilitate a smooth construction sequence prior to paving and pouring operations. B. Sleeves shall be minimum twice the IPS diameter of insert pipe and shall extend a minimum of 12" beyond edge of walls, walks, and paving. Allow sufficient space for valve wiring. C. Plug ends of sleeves around insert piping with fiberglass insulation material to prevent soil from entering ends. Complete this prior to backfilling of trenches. D. Coordinate sleeving with other trades as required. 3.05 PIPE LINE ASSEMBLY A. General: • 1. Install pipe in accordance with manufacturer's instructions. 2. Seal all threaded joints with Teflon tape, Rectorseal "Heavy Duty" #100 Virgin Teflon Thread Sealing Paste, or Lasco Blue Pipe Thread Sealant. 3. Take care not to overtighten metal pipe to PVC fittings. 4. Keep interior of pipes clean and free from dirt, debris, excess solvent, pipe cuttings or burrs and ream to full diameter. When pipe laying is not in progress, close end of pipe. CITY OF YAKIMA IRRIGATION KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 02810 -9 YAKIMA, WA B. PVC Pipe: 1. Use two -step solvent weld process only, apply as per manufacturer's recommendations. 2. No water shall be permitted in pipe until a period of at least 10 hours has elapsed for solvent weld setting and curing. 3. The joints shall be allowed to cure at least 24 hours before pressure is applied to the system. 4. Only factory threaded Schedule 80 PVC pipe may be connected to a threaded fitting without an adapter. 5. Snake pipe from side to side of trench bottom to allow for expansion and contraction. C. Brass Pipe: 1. Install pipe in accordance with industry standards and manufacturer's recommendations. 3.06 SPRINKLER HEADS / QUICK COUPLERS A. Quick Couplers: 1. Install on gasketted triple swing joints as detailed. 2. Minimum riser size shall be the iron pipe size of the quick coupler inlet. 3. Set all quick couplers flush with final finish grade. B. Rotary Sprinklers: 1. install on Marlex triple swing risers as detailed. 2. Minimum riser size shall match pipe size of the sprinkler inlet. 3. Set top of all heads to finish grade. 4. Set all heads perpendicular to finish grade, maximum 6 ", and minimum 3 ", back from curbs or walks unless otherwise noted. 3.07 AUTOMATIC CONTROL VALVES / VALVE ROXFS A. Install in approximate locations shown on plan, outside of paved areas, and grouped • together where possible. B. Avoid all proposed tree locations. Adjust equipment location as needed. C. Where valves occur adjacent to paved areas, install so that the valve box will be no closer than 12" to paving and perpendicular or parallel to it. Grouped valves shall be spaced evenly to present a neat appearance. D Enclose all valves in valve boxes except drain valves which are to be enclosed in protective sleeves with locking caps. Valve box extensions may be required. Install as per detail and locate precisely by dimensions of two (2) fixed objects on Record Drawings. E. Check and tighten all valve bonnet packings and bolts. F, Provide sufficient room in boxes to service all equipment. • CITY OF YAKIMA IRRIGATION KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 02810 -10 YAKIMA, WA 3.08 AUTOMATIC CONTROLLERS A. Install in accordance with local code and manufacturer's printed instructions. Provide conduit stub -out from service location as necessary to complete installation. See Electrical Drawings. B. Connect remote control valves to controller in sequence as noted on the drawings. C. Install controller in Restroom /Concession Building as noted. Verify exact location with Owner's Representative. D. Affix a copy of the irrigation diagram to inside of cabinet door. Irrigation diagram shall be a copy of the mylar record drawing and clearly show all valves operated by the controller, showing station number, valve size, and type of planting irrigated. 3.09 CONTROL WIRING A. Wiring between automatic controller and automatic control valve shall comply with National Electrical Code, latest edition, and shall have a common neutral, white; and separate control conductor for each valve. B. Splices will be permitted only at junction boxes, valve boxes, or at control equipment. A minimum of 2' of excess conductor is to be left at all splices, terminal and control valves to facilitate inspection and future splicing. Encapsulate all splices with approved sealants. C. Control wires are to be taped together at 5' intervals with electrical tape, then this bundle is to be taped to the bottom of the main (supply) line at 10' intervals with at least one (I) full wrap of duct tape. Tie a loose 20" loop in all wiring at changes of direction greater than 30 degrees. Untie all loops after all connections have been made. D. At your option, the control wire may be placed to the side of the main rather than below, provided that the wire is not installed above the top of the main nor more than 8" from the side of the main. The bundle of control wires are to be taped together at 5' -0" intervals. E. Run two (2) unconnected continuous spare control wires through each intermediate valve box (with loop) between controller and furthest automatic control valve. F. Sleeve all control wire which does not run with irrigation piping. G. When backfilling around valve box, make sure that spare wires are exposed in valve box. H. Provide and install bare copper trace wire with all piping, mains and laterals. Attach to piping with nylon wire tie at minimum 10 foot intervals and at all changes in direction. All splices shall be made by twisting ends together and attaching with watertight splices as specified. 3.10 STUB -OUTS A. Install capped stub -outs of pressure main piping along with additional and spare valve wiring at locations indicated on the Irrigation Plans. Install stub -out and all wiring inside CITY OF YAKIMA IRRIGATION KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 02810 - 11 YAKIMA, WA standard valve box with locking cover. Install concrete thrust blocking on all end caps as detailed. 3.11 FLUSHING A. Two (2) fully -open flushing: One (1) prior to placement of valves, the second after placement of valves and quick coupler and prior to hydrostatic testing. B. Mainlines: Two (2) fully -open flushings: One (I) prior to placement of valves, and a second, prior to hydrostatic testing after placement of control valves, quick couplers and drain valves. CCU+ Lateral Lines: One (I) fully -open flushing prior to placement of sprinkler heads. 3.12 TESTING A. General: 1. To be valid, all tests must be performed under the observation of the Owner's Representative. 2. Submit verbal requests for review to Owner's Representative at least 48 hours prior to anticipated testing. Do not request testing until satisfied that work will pass test. 3. If any part of the irrigation system is backfilled before testing or review, it must be completely uncovered and exposed until approved for backfilling. 4. Furnish a pressure gauge mounted on a quick coupler valve key for testing at point directed by Owner's Representative. B . Preparation: 1. Prior to request for preliminary testing, accomplish the following: a. Install all piping, valves and other equipment except sprinkler heads. b. Purge all air from lateral lines and cap all risers. c. Purge all air from mainlines. C. Testing: 1. Test of Mainlines and Valves: With all valves in place and closed, test at 150 psi minimum for 30 minutes without introduction of additional service or pumping pressure. Lines which show loss of pressure exceeding 5 psi at the end of specified test period shall be rejected. 2. Test of Laterals: Purge all air from laterals and cap all risers. Open valves and bring system to line pressure. Lateral lines will be reviewed visually. Piping and fittings which evidence visible leakage shall be rejected. Leakage of temporary caps on risers is acceptable. 0 J. I \c . IcUlcU oyotcl l to vi put LILA 10 UI oyo10I11 011011 tJC r cpalr GU al lU r ctcolcU UI ILII approved. Do not request retest until satisfied that system will pass testing requirements. CITY OF YAKIMA IRRIGATION KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 02810 -12 YAKIMA, WA 3.13 BACKFILL AND COMPACTION A. Backfill: 1. After system is operating and the required tests and approvals have been made, backfill excavations and trenches with the specified backfill. 2. Backfill when PVC pipe is not in an expanded condition due to heat or pressure. Cooling the pipe can be accomplished by operating the system a short time or by backfilling in the early part of the morning. 3. The top of the backfill shall be topsoil (as per Section 02900) with all rocks, sod, and sticks removed. B. Compaction: 1. Trenches shall be backfilled with moist soil material. Water shall be applied to dry backfill as required for optimum compaction. No sluicing of backfill material shall be permitted. Trenches will be backfilled uniform flush with the surrounding grade, raked and rolled with a roller weighing min. 90 lbs. per linear foot. 2. Trenches or tunnels under roads or paved areas shall be backfilled and tamped with a mechanical tamper in successive 6" lifts. 3. Backfill for all trenches, regardless of the type of pipe covered, shall be compacted to minimum 95% density under pavements, 85% under planted and lawn areas. 4. Dress all areas to surrounding finish grades 3.14 RESTORATION AND CLEAN UP A. Restore all planting and lawn areas to original condition prior to beginning work. B. Repair any damage to plant material or adjacent areas. C. All roots, rocks and debris shall be removed from site. D. Sweep and wash spotlessly clean all walks and pavement. 3.15 WATER AUDIT IMPLEMENTATION A. Upon completing the installation of the irrigation system, an irrigation audit shall be conducted by an Irrigation Association Certified Water Auditor prior to the Final Review. B. A licensed Landscape Architect, professional irrigation consultant or other licensed or certified professional in a related field shall conduct a Final Review and upon completion of all punchlist items generated during the audit and Final Review shall provide a certificate of substantial completion to the Owner. C. At a minimum, audit shall be in accordance with the State of California Landscape Water Management Program, as described in the Landscape Irrigation Auditor Handbook, the entire document which is hereby incorporated by reference (See Landscape Irrigation Auditor Handbook, June 1990, Version 5.5). D. The primary test performed for each system will be to determine the system's uniformity. A low quarter uniformity test will be utilized in which plastic catchments are layed out in a grid • CITY OF YAKIMA IRRIGATION KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 02810 - 13 YAKIMA, WA pattern over the zone. The valve is operated for a timed duration and then the water caught in the catchment is recorded. The average water amount caught is then divided by the average caught in the lowest 25% to achieve a low quarter uniformity percentage. All zones must meet a minimum of .625% to pass. Zones not passing the test will require retesting and a passing score before the project installation will be approved. E. Al{ testing and retesting will be at contractor's expense. Selection of the Certified Water Auditor is subject to the Owner's approval. 3.16 REVIEWS A. Notification: Submit verbal request for reviews to Owner's Representative at least 48 hours prior to anticipated reviews. S. Prior to request for Preliminar Review accomplish the following: 1. Complete all work including balancing, adjusting the system (flow adjustment keys, nozzles, etc.) to provide optimum coverage without fogging. 2. Adjust sprinkler heads to finish grade as detailed. 3. Clean out all sediment from valve boxes. Verify that all wiring (including spare wires) are visible. 4. Complete the Operations and Maintenance Manual ready for review by Owner's Representative. O &M Manual shall include written description of winterization measures. 5. Complete mylar Record Drawing for review by Owner's Representative. 6. Obtain all miscellaneous keys, spare parts and tools required under this contract for review by Owner's Representative and delivery to Owner. r'. Provide Copy of Record I g attach +o inside face , f + o f b Drawin and auai,i i 6u n iaiue ia�c of controller cabinet. C. Preliminary Review (Punch List): Request review at time of completion of all work under this contract (including planting, seeding). 1. Coverage check: Operate each zone of the system with the controller at direction of Owner's Representative. 2. Make all adjustments recommended by Owner's Representative. D. Final Review /Provisional Acceptance: 1. Correct all Punch List items prior to requesting Final Review. 2. At the time of, and as part of, the Final Review, conduct a training and orientation session for the Owner covering the operation, adjustment and maintenance of the irrigation system. The Record Drawings and Operations and Maintenance Manual shall be reviewed and all features explained. Notify the Owner in writing two (2) weeks prior to the training and orientation session. The date and time of the session shall be subject to approval of the Owner. 4 rinnrn+ inns Test: Test i if o stern operates through n+ least one (I\ V. V I .IVI GLIVI IJ IL+JL. ILr0L is acceptable 11 OyOLLrl 11 VpVI LALVJ LI11 V%A j 4 UL 4(44.404. L/Ily \ I J complete cycle in a satisfactory manner, with uniform coverage of areas to be irrigated, and automatic controls functioning properly. 4. Acceptance of work establishes beginning of one (I) year warranty period for irrigation system. END OF SEC T 'ON CITY OF YAKIMA LANDSCAPING /PLANTING KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 02900 -1 YAKIMA, WA PART 1 - GENERAL 1.01 SCOPE OF WORK Work in this section includes, but is not necessarily limited to, the Landscape /Planting as indicated. 1.02 RELATED WORK IN OTHER SECTIONS Coordinate related work specified in other parts of Project Manual, including, but not limited to, the following: A. Section 01400 - Quality Control B. Section 01630 - Substitutions and Product Options C. Section 02100 - Site Preparation D. Section 02200 - Earthwork E. Section 02530 - Athletic Field Surfacing F. Section 02810 - Irrigation 1.03 REFERENCES A. Selections from within the following standards (current as of Project Manual date): 1. Washington State Department of Agriculture (WSDA): Washington State Standards for Nursery Stock, Order No. 1627. 2. United States Department of Agriculture (USDA): Soil Classification. 3. U.S. Department of Agriculture (USDA) Publications: a. Federal Seed Act of August 9, 1939. Reprinted September 1975: 53 Stat 1275 Rules and Regulations b. Soil Survey Investigation, Report No. 1, Soil Survey Laboratory Methods and Procedures for Collecting Soil Samples, Soil Conservation Service, April 1972 4. American Association of Nurserymen: American National Standards Institute (ANSI): ANSI -Z 60.1 -1980 American Standard for Nursery Stock. 5. American Joint Committee of Horticulture Nomenclature: Standard Plant Names, current edition. 6. Federal Specifications: (FS) O- F -241D: Fertilizer, Mixed, Commercial. (FS) Q- P -166E: Peat Moss, Peat Humus and Reed -Sedge Peat 1.04 SYSTEM DESCRIPTION Provide all materials, labor, and equipment necessary for finish testing, grading; spreading, imported topsoil, topsoil preparation, amendments and installation; planting of trees, seeding; protection, maintenance, guarantee and replacement of plants; and related items necessary to complete the work indicated. Work includes providing all necessary equipment for watering until final acceptance, for establishing all lawn areas and planting. 1.05 SUBMITTALS A. In accordance with 01300 and the following: CITY OF YAKIMA LANDSCAPING /PLANTING KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 02900 -2 YAKIMA, WA B. Plant Material Documentation: 1. Within 30 days after award of General Contract, submit documentation that all specified plant materials have been ordered. 2. List suppliers names, addresses, and phone number. 3. List respective growing or storage locations with addresses. C. Soil Testing: Submit two (2) representative samples of proposed imported topsoil to Soils & Plant Laboratory, Bellevue WA (Phone 2'6'6-746-1665) for test i?i'AVJ, and one (1) sample to Landscape Architect. Submit test results to Landscape Architect for review. Adjust fertilizer /amendment composition as recommended by the laboratory. Contractor to make arrangements for, and pay, for tests and fertilizers /amendments. 1.06 QUALITY ASSURANCE A. Supplier /Installer Qualifications: To be a "specialist" in landscape installation. B. Special Requirements of Regulatory Agencies: 1. See referenced Codes, ordinances, and the like Section 01060. 2. Washington State Department of Agriculture: Regulations. 3. Standard Specifications for Road, Bridge and Municipal Construction, Cur- rent Edition. 1.07 DELIVERY, STORAGE AND HANDLING A. in accordance with the following: B. Delivery: 1. Protect plants during delivery to prevent damage. Protect trees during transport by tying in branches and covering all exposed branches. 2. Protect seed during delivery from drying out or becoming contaminated. 3. Fertilizers to be in original unopened container, each bearing the manufacturer's guaranteed analysis. 4. Pesticides, herbicides and soil fumigants to be in original unopened containers labeled with Environmental Protection Agency and State registration number and manufacturer's registered uses. J. Acceptance at site: Upon delivery, verify undamaged conditions. 6. Deliver all plants with legible identification nurser y labels. a. Label trees and bundles of like shrubs. b. State correct plant name and size. c. Use durable waterproof labels with water - resistant ink, which will remain k riihIP for at least 6n days C. Storage: 1. Protect plants and seed from sun and drying winds. 2. Keep seed, lime, and fertilizers in dry storage and away from contaminants. CITY OF YAKIMA LANDSCAPING /PLANTING KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 02900 -3 YAKIMA, WA 3. Maintain and protect plant material not to be planted within four (4) hours in a safe, healthy, vigorous condition. 4. Do not store pesticides, herbicides, and soil fumigants with any other landscape materials. Store in secure separate structure or vehicle. D. Handling: Protect plants from injury during handling and transportation on -site. 1.08 PROJECT SITE CONDITIONS A. Environmental Requirements: 1. Plant during periods normal for optimum growth, as determined by season, weather conditions, and accepted practice. Planting operations may be conducted under unseasonable conditions, without additional compensation, and by accepting FULL responsibility for any subsequent, resulting losses. 2. Seeding: All seeding shall be completed before October 1, regardless of any time extensions to the contract. 3. All graded areas not seeded or paved by October 1 shall be covered with two inch (2 ") depth straw to prevent erosion. Straw to be provided and installed by the Contractor. 4. Do not perform seeding when ground is frozen, snow covered, muddy, or in an unsatisfactory condition. B. Underground Conditions: 1. Be cognizant of utility lines and underground obstructions. 2. Be familiar with utility, irrigation, mechanical, and electrical plans so that digging/ drilling operations do not damage lines. C. Satisfactorily repair and replace at Contractor's expense damaged buildings, equipment, underground utilities, paving, surfacing, and forms damaged as a result of your operations. 1.09 SEQUENCING /SCHEDULING A. Phase in properly with Engineer. B. Coordinate ordering of all materials immediately following General Contract award. Assure that specified sizes, quantities, and the like are furnished and installed. C. See seeding deadline date (above). 1.10 WARRANTY A. Note that Warranty Period for this work, while of the standard / General Conditions one year's duration, is timed to begin not at Substantial Completion, but as specified this Section, Part 3. CITY OF YAKIMA LANDSCAPING /PLANTING KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 0 - YAKIMA, WA B. Guarantee Replacement: 1. Plant Material: Warrant for healthy, thriving conditions: a. Trees for one (1) year. b. Seeded lawn until active, vigorous growth is evident. 2. Remove and replace immediately during the Guarantee Period: dead, diseased, dying, broken or disappeared plant materials (due to any cause, except those noted below). Perform, at no additional expense to Owner. Use specified plants and plant as specified; guarantee until acceptable active, healthy growth is evident. 3. During Guarantee Period, Contractor is not held responsible for replacing plants destroyed or damaged by vandalism, accidents caused by vehicle (other than Contractor's), or Acts of God (provided that Contractor has exercised due care to protect the work). When required replacement time falls due during non - planting season, Contractor may request Owner's permission to defer planting until proper season. If granted, immediately remove from site dead plants, including all roots. Backfill pits properly with planting mix. Finish grade and leave in acceptable condition until proper planting season occurs. Replacement plants are required to be of same kind and size originally planted. Plant as originally specified. 1.11 SUBSTITUTIONS Propose only at the time of submitting documentation of ordered plant material. Any proposed substitution requires written proof from at least five (5) sources (major plant suppliers) that specified plant is not available. 1.12 RARRIFRS CONSTRUCTION WARNING FENrriNG SAFETY GUARDS AND _WARNING LIGHTS Provide for public protection, as required by the Washington State Department of Labor and Industries. PART 2 - PRODUCTS 2.01 MATERIALS / GENERAL Comply with "Quality Assurance" provisions, "References ", Specifications, and Manufacturer's data. Where these may be in conflict, the more stringent requirements govern. 2.02 PLANT MATERIALS A Standards: Meet or exceed following reference standards for quality, size, and rnnrli +inn• 1. Washington State Standards for Nursery Stock: Order No. 1627. 2. ANSI Z 60.1 -1980: American Standards for Nursery Stock. • CITY OF YAKIMA LANDSCAPING /PLANTING KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 02900 -5 YAKIMA, WA B. Plant Names: Plant varieties shall be as specified in the plant list and be true to botanical name as listed in the latest edition of "Standardized Plant Names" as adopted by American Joint Committee of Horticulture Nomenclature. C. Plant stock shall: 1. Be fresh, well - foliaged, in prime condition when in leaf, and exhibiting normal habit of growth. 2. Have all leaders and buds intact, free of disease, injury, insects, insect eggs, larvae, and indications of strawberry root weevil. 3. Be free of seeds, weed roots, and other such contaminants. D. All plant material shall be nursery grown unless otherwise indicated. Native plants shall be locally grown in Western Washington. E. Plants are required to be from stock acclimated to Project Site environmental conditions, having been consistently cultivated and grown under these conditions. No cold storage plants are permitted. Grafted trees are required to be grafted at ground level. F. Bali and burlapped (B &B) stock is required to have a natural ball sufficient to ensure survival and healthy growth. G. Bare root (BR) materials are required to have sufficient root system ensuring survival and healthy growth. H. Container grown plants are required to have sufficient growth to hold the earth intact when removed from containers, but shall not be root bound. 2.03 SEED A. Quality: 1. State certified seed of the latest season's crop. 2. Deliver in original sealed packages bearing producer's guaranteed analysis for percentages of mixtures, purity, germination, weed seed content, and inert material. 3. Seed labels are required to be in conformance with U.S. Department of Agriculture rules and regulations under Federal Seed Act 53 Stat. and applicable State seed laws. 4. All seed shall be blue tag or certified quality. B. Balifield and Irrigated Lawn Seed Mixture: 1. All Balifield Areas and irrigated lawn areas (% by weight) 40% Low -grow turf-type Perennial Rye Blend of three different varieties 40% Kentucky bluegrass blend of drought resistant varieties such as Touchdown, Banff, Baron, or Adlephi. 20 %Turf-type tall fescue cultivars CITY OF YAKIMA LANDSCAPING /PLANTING KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 02900 -6 YAKIMA, WA 2. Seeding Rate: 7 lbs. per 1,000 sq. ft. 3. All seed minimum 98% pure and minimum 90% germination. 2.04 HYDROSEED MULCH /TACKIFIER A. Woodfiber mulch with 3% tackifier, or approved equal. Apply at rate of 2,000 lbs / acre. 2.05 IMPORTED TOPSOIL A. Imported topsoil for irrigated lawn areas shall be minimum 4" compacted depth of the specified Outfield Surfacing Mix in Section 02530 Athletic Field Surfacing. Apply specified fertilizers as adjusted by the soils testing lab. Thoroughly incorporate amendments into surfacing by rototilling to a depth of 3 ". B. Specific amendments and fertilizer specification shall be as per Soils and Plant Laboratory, Bellevue, WA recommendations from representative topsoil samples furnished by Contractor. Adjust fertilizer /soil amendment composition as recommended by the laboratory. Contractor to rnake arrangements for, and pay for, tests and furnishing and incorporating all recommended fertilizers /amendments into the topsoil. 2.06 SOIL AMENDMENT A. Soil Amendment: `Steerco' fine grade material, <7/16" screened and conditioned in storage piles for at least three months prior to use, or approved equal. 2.07 pH ADJUSTERS: A. Lime: 50% Agricultural grade finely ground dolomitic limestone and 50% calcium carbonate limestone with gradation as follows: minimum 75 percent passing 100 - mesh sieve, and 100 percent passing 20 -mesh sieve. 2.08 FERTILIZER A. General: Use brands acceptable to Engineer and that conform to applicable State fertilizer laws. 1. Pre -plant fertilizer for all seeded areas: 16 -20 -20 at 5 lbs. per 1,000 square feet and 38% ureaformaldehyde at 5 lbs. per 1,000 square feet. 2. Post -plant fertilizer for all seeded areas: Ammonium sulfate at 5 Ibs. per 1,000 square feet. Two (2) applications required. B. Trees: 1. Fertilizer packets, 21 -gram size, as manufactured by Agriform International • Chemicals, Inc., 20 -10 -5 analysis. Apply at rate of: • CITY OF YAKIMA LAN DSCAPING/PLANTING KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 02900 -7 YAKIMA, WA Trees *4 packets * 4 tablets for every foot of ball diameter. 2.09 MULCH - TREE PLANTING BEDS A. Composted Yard Waste - Medium grade material, screened and conditioned in storage piles for at least three months prior to use. Material as supplied by Cedar Grove Compost Company (206) 763 -2700 or approved equal. None of following content permitted: 1. Resin, tannin, wood fiber, salts, or: 2. Other compounds detrimental to plant life B Size Range: 7/16" to 3/4 ", with maximum of 30% passing a 1/2" screen. 2.10 PLANTING PIT BACKFILL MIX A. Backfill mix for planting trees and irrigated lawn areas outside of ballfield areas shall be the imported topsoil amended to the soils laboratory recommendations. Above materials shall be thoroughly blended prior to use for backfilling planting pits. B. Only non - amended, native soil shall be used immediately below the root ball for purposes of establishing plant depth. The above blended formulation shall only be used as a backfill mix around the sides of the rootball after the proper depth of the plant material has been established. 2.11 STAKING MATERIAL A. All trees shall be staked with minimum two (2) 2" diameter pressure- treated pine stakes driven a minimum of three feet six inches (3' -6 ") into the ground. Top of stake shall be six feet (6') above finish grade and stand vertical. Tie tree to stake as detailed. PART 3 - EXECUTION 3.01 EXAMINATION A. Verify installation conditions as satisfactory to receive work of this section and have been approved by Landscape Architect. Do not begin work until unsatisfactory conditions are corrected. Beginning work constitutes your acceptance of conditions as satisfactory. B. Field Measurements: Verify actual layout in relation to drawings. Make adjustments as required by Landscape Architect, at no additional cost to the Owner. 3.02 PREPARATION A Preparation includes soil preparation in all planting and seeding areas and any finish grading necessary or incidental to all planting operations. • CITY OF YAKIMA LANDSCAPING /PLANTING KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 S _ e _ ct n 0 - YAKIMA, WA B. Subgrade: • 1. Adjust all subgrades as required along all existing permanent surfaces such as paving, curbs, concrete structures, etc. to permit the installation of, and smooth transition with, imported topsoil to the minimum specified depths. (All finish grades shall be flush with adjacent surfaces unless otherwise shown.) C. Topsoil Installation in Irrigated Lawn Areas: 1 Place uniform 2" lift of imported topsoil over prepared subgrade Thoroughly incorporate topsoil into subgrade by rototilling to a depth of 4 ". 2. Place second uniform 2" lift of imported topsoil overfield surfacing materials. Apply specified fertilizers to surface per the Soils testing lab recommendations. Thoroughly incorporate amendments into surfacing by rototilling to a depth of 4 ". D. Finish Grading All Seeded and Planting Areas: 1. Establish finish surfaces to conform with grades shown on the drawings. Provide for rounded tops and flared bottoms at mounds (berms) and ensure positive surface drainage to drainage structures or the pond. 2. Spread pre -plant fertilizer and rake int the top tt in ( 3. Rake, float, drag, roll and perform all necessary operations to remove surface irregularities and to provide a firm, smooth surface with positive drainage. Remove all rocks, sticks and other debris 1" and larger. 4 . Finish grades, after installation of topsoil or mulch, shall be flush with adjacent Surfaces winless o th e r wise specified o r de 5. Surface drainage shall be away from all foundations and hardscape. 6. Finish grades must be reviewed by the Landscape Architect prior to any planting or seeding. E. Plant Locations: After placement of topsoil, stake tree locations for Landscape Architect's review and approval. Make required field adjustments as directed without additional cost to the Owner. Avoid obstructions such as power lines, electrical equipment, irrigation lines and heads, and the like. F. Protect the public, adjacent properties, surfaces, and surrounding areas to preclude harm during work of this Section. n Provide planting safeguards V. rIUVIUe all necessary pldllUlll�. SdICIJ. Ud1U5 regUlled until Provisional Inspection Acceptance is accomplished, or for such time as required to assure vigorous establishment of the plant material. H . Protect unfinished work when stopping for the day 3.03 INSTALLATION A. Install the work in accordance with "Quality Assurance" provisions, "References," Specifications, and Manufacturer's directions and recommendations. Where these may he in conflict, the more stringent requirements govern. • CITY OF YAKIMA LANDSCAPING /PLANTING KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 02900 -9 YAKIMA, WA B. Trees: 1. Excavate pits 6" deeper and twice diameter of root ball. Remove excavated soil from the site. Thoroughly scarify bottom of pits by shovel cutting to a depth of 12 ". Shovel cut pit sides to help root penetration. 2. Backfill bottom of tree pit (minimum 6 ") with compacted native soil to such an elevation that when tree is installed, it will be at proper finish grade. Compact backfill by hand methods and water to eliminate all voids. 3. If water is encountered in excavation, raise bottom of pit above water level. At surface, create slight mound feathered into surrounding grade. 4. Place tree in upright position in center of pit; release root covering; spread roots. Place roots to have a natural spread and distribution. Cut and spread any circling roots encountered. Thoroughly pack and puddle planting mix around roots. Take care not to injure root systems while back - filling and compacting. After water settles, fill again with planting mix and water. Then compact to a grade of not more than 1/2" higher than original ball. 5. Watering Basins: Construct a small berm of planting mix as detailed around each tree. In lawn areas, finish grade smooth with surrounding area. 6. Fertilize trees at specified rate; apply uniformly around circumference of root spread under 2" planting mix cover, push specified fertilizer tablets into the backfill mix a minimum of 4 ", evenly spaced. 7. Stake trees immediately after planting, as detailed. Trees and their supports are required to be vertical. 8. Excess Soil: Use excess planting mix to form watering basins. Dispose of unsuitable excess soil off -site. C. Mulching: Immediately after completion of tree planting, mulch a 3' diameter ring around each tree to a minimum compacted depth of 2 ". Install continuous 2" mini- mum compacted depth mulch in all planting areas. D. Seeding: 1. Seeding of ballfields and lawn areas shall proceed immediately after completion of soil amendment incorporation, finish grading, and review of grades by the Landscape Architect. All grass ballfield and lawn areas shall be seeded with a brillion type seed applicator. Seed shall be applied in two separate directions each 90 degrees to the other. Seeding rates shall be as specified. 2. Seeding of rough grass areas shall proceed immediately after completion of soil amendment incorporation, finish grading, and review of grades by the Landscape Architect. Rough grass areas shall be seeded by hydroseed application. Seeding rates shall be as specified. E. Finishing: 1. Edging: Uniformly edge beds of individual plantings to provide a clear -cut division line between planting area and adjacent lawn. Form bed shape as indicated on drawing. CITY OF YAKIMA LANDSCAPING /PLANTING KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 02900 -10 YAKIMA, WA F. Pruning and Repair: 1. Upon completion of the work of this Section, prune new trees as directed. Repair any injuries. 2. Pruning: Do not change the natural habit or shape of the plant. Make cuts flush. Do not remove leader. Leave no stubs. Trace back to living tissue and remove injured cambium or cuts over 3/4" diameter, bruises, and bark scars. Smooth and shape wounds so as not to retain water. Coat treated areas 1/2 inch diameter and larger with approved tree wound dressing. 3. Limb up existing trees as shown on the Drawings. G. Restoration and Clean -Up: 1. Remove excess waste material daily. When planting in an area is complete, clear the area of debris, spoil piles and containers. Where existing turf areas have been scarred or damaged, restore these damaged areas to their original condition. H. Protection of Seeded and Planted Areas: 1. Immediately after seeding and planting protect the area against traffic or other use by erecting barricades and placing signs at appropriate intervals. Maintain the barricades and signs until provisional acceptance. 3.04 FIELD REVIEWS BY LANDSCAPE ARCHITECT A. Notifications: You are required */� g Landscape Architect ii 8 hours t' h fully LV give an6Ascape ArC1116eC6 48 IIOUIJ notice lie VV 116111 you are lully prepared for the desired review. Reviews are required as fniinws 1. Rough Grades: Subgrades require review prior to topsoil placement. 2. Finish Grades: Finish grading requires review prior to planting plant material. 3. At the site, immediately prior to installation: Plant material requires review and approval. Immediately remove unsatisfactory material from site. 4. Plant Locations: Require review adjustment and acceptance prior to • installation. B. Preliminary Punchlist Review: Upon completion of all planting and all other work, request a preliminary review. The Landscape Architect shall prepare a punchlist detailing all remaining work to correct/complete. Partial approvals viii not be given. C. Final Review: Request a Final Review upon satisfactory completion of all punchlist items and any nthar ‘ A,r rk ran! iirarl l Inrlar this rnntrart D. Notice -of- Substantial Completion: The issuance of the Notice -of- Substantial Completion of the work establishes the beginning of the one (1) year guarantee period for all plant materials and the beginning of the one (1) year extended main- tenance period. • CITY OF YAKIMA LANDSCAPING /PLANTING KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 02900 -11 YAKIMA, WA 3.05 MAINTENANCE PERIOD A. Maintain all planted and seeded areas until acceptance of the entire project. No partial approvals will be permitted. Remove and replace any dead plants as directed. 1. Water all plantings by thorough sprinkling. Provide as needed to keep the ground moist and the plants healthy. Prevent wilting. Prevent soil erosion, particularly on sloped areas. Repair any occurring erosion gullies. 2. Water trees as required for vigorous thriving condition. Prune, cultivate, fertilize, spray and perform other necessary operations. Spray only as required and as acceptable to Landscape Architect. Plantings will not be accepted until active, healthy growth is evident. Maintain tree supports, and the like intact. Adjust as required to maintain firm support throughout the maintenance period. 3. Seeded Lawn Areas: a. Water seeded areas to maintain an equivalent of one inch of absorbed moisture delivered per week. During dry periods or hot weather water frequently to maintain moisture level. b. Mow seeded areas to a height of I -1/2 inches whenever average grass height reaches 3 inches. c. After first mowing, fertilize all seeded areas with specified post -plant fertilizer. d. Maintain seeded areas until the entire project is accepted. All seeded areas shall maintain vigorous growth and establish an adequate stand of grass. An adequate stand of grass is defined as a uniform grass cover with no bare spots over 3" square. Reseed as originally specified, all bare areas and areas that fail to vigorously establish a uniform stand of grass. e. Perform other work, including but not limited to, eradicating of weeds using approved herbicide or approved mechanical means, erosion repair, and overseeding as necessary to maintain a healthy stand of turf. f. Four (4) weeks after first mowing, again fertilize all seeded areas with specified post -plant fertilizer. 3.06 FINAL REVIEW /ACCEPTANCE At the end of one (1) year guarantee period, request Final Review for acceptance of all landscape planting work. Make all required replacement and repairs prior to review. END OF SECTION 02900 • CITY OF YAKIMA CONCRETE KIWANIS PARK IMPROVEMENTS - PHASE 2 Section 03300 -1 YAKIMA, WASHINGTON PART 1- GENERAL 1.01 RELATED DOCUMENTS A. Drawings and provisions of the Contract, including General and Supplementary Condi- tions and other Division 0 and 1 Specification Sections, apply to work of this Section. 1.02 SUMMARY A. This Section specifies but is not limited to: 1. Cast -in place concrete, including formwork, reinforcing, mix design, placement procedures, sealer, and finishes. 1.03 RELATED SECTIONS A. Sections that are related to this Section include, but are not limited to, the following: 1. Division 2 Section "Site Work." 1.04 SUBMITTALS A. General: Submit the following in accordance with Conditions of Contract and Division 1 Specification Sections. B. Submit shop drawings for reinforcement: Indicate reinforcement sizes, spacing, diagrams of bent bars, wire fabric, bending and cutting schedules, splicing, supporting and spacing devices and arrangement of concrete reinforcement. C. Material suppliers test reports for concrete materials and mix design. 1.05 QUALITY ASSURANCE A. Codes and Standards: Comply with provisions of following codes, specifications, and standards, except where more stringent requirements are shown or specified: 1. AC! 302.1R-R9 "Guide for Concrete Floor and Slab Construction.' 2. ACI 305R -77, "Hot Weather Concreting." 3. ACI 306R -78 "Cold Weather Concreting." 4. ACI 308 -81 (Revised 1986) "Standard Practice for Curing Concrete." 5. ACI 309 -72 (Revised 1982) "Standard Practice for Consolidation of Concrete." 6. ACI 318, "Building Code Requirements for Reinforced Concrete." 7. AOl 347 -78 "Recommended Practice for Concrete Formwork." 8. ACI 360R -92, "Design of Slabs on Grade." 9. Concrete Reinforcing Steel Institute (CRSI), "Manual of Standard Practice." PART 2 - PRODUCTS 2.01 FORM MATERIALS A. Forms for Exposed Finish Concrete: Plywood, metal, metal- framed plywood faced, or other acceptable panel -type materials, to provide continuous, straight, smooth, exposed surfaces. Furnish in largest practicable sizes to minimize number of joints and to conform to joint system shown on Drawings. Z: \. AN \SPECS \02032R - -YK \03.300 wpd January 2 5, 2006 CITY OF YAKIMA CONCRETE KIWANIS PARK IMPROVEMENTS - PHASE 2 Section 03300 - 2 YAKIMA, WASHINGTON 1. Use overlaid plywood complying with U.S. Product Standard PS -1 "A -C or B -B High Density Overlaid Concrete Form," Class 1. B. Form Ties: Factory- fabricated snap -off metal form ties, designed to prevent form deflection and to prevent spalling concrete upon removal. Provide units that will leave no metal closer than 1 -1/2 inches to exposed surface. 1. Provide ties that, when removed, will leave holes not larger than 1 -inch diameter in concrete surface. Patch holes to receive appropriate finish. 2.02 REINFORCING MATERIALS A. Reinforcing Bars: ASTM A 615, Grade 60, deformed, unless otherwise indicated. B. Welded Wire Fabric: ASTM A 185, welded steel wire 6x6x2.9x2.9. 2.03 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, for cast -in -place and pre -cast concrete. 1. Use one brand of cement throughout project unless otherwise acceptable to Architect. a. Provide low alkaline cement in combination with other low alkaline materials which results in pH 9 (maximum) at 28 day strength and at time of flooring installation. b. Use cement that exhibits low shrinkage characteristics. c. Type of cement (Type I, Type I /II, Type II, etc.) used will be at discretion of the batching plant in order to meet the specified criteria for low shrinkage, low alkalinity, low permeability, etc. B. Aggregates: ASTM C 33 and as herein specified. 1. Local aggregates not complying with ASTM C 33 but that special tests or actual service have shown to produce concrete of adequate strength and durability may be used when acceptable to Architect. 2. Provide aggregates that test low in alkalinity. 3. Aggregate size shall be as indicated in ACI 301 -96 for structural concrete and as indicated in ACI 302.1R-89 and ACI 360R -92. a. For slab -on -grade construction and for concrete pavements, maximum aggregate sizing shall equal approximately 1/3 of the slab section, but shall not exceed 1 -1/2 ". (Example: For 4" slabs, maximum aggregate size equals ± 1 -1/2 "; for 2" topping, maximum aggregate size equals ± 5/8".) C. Water: Drinkable with low alkaline characteristics. D. Admixtures, General: Provide admixtures for concrete that contain not more than 0.1 percent chloride ions. E. Air - Entraining Admixture: ASTM C 260, certified by manufacturer to be compatible with other required admixtures. Minimum of 5 to 7 percent per applicable code. 1. Available Products: Subject to compliance with requirements, products that may be incorporated in the work include: a. "Air - Tite," Cormix. Z: \JAN \SPECS \020328- YK \03300.wpd January 25, 2006 CITY OF YAKIMA CONCRETE KIWANIS PARK IMPROVEMENTS - PHASE 2 Section 03300 - 3 YAKIMA, WASHINGTON b. "Air -Mix" or `Derma- Air," Euclid Chemical Co. c. "Darex AEA" or "Daravair," W.R. Grace & Co. d. "MB -VR" or "Micro- Air," Master Builders, Inc. e. "Sealtight AEA," W.R. Meadows, Inc. f. "Sika AER," Sika Corp. g. Or Approved. 2.04 RELATED MATERIALS A. Moisture- Retaining Cover for Interior Slabs -On- Grade: The following complies with ASTM C 171. 1. Polyethylene film per ACI 302.1 R -89, 4.8.2. B. Non - Shrink Grout: Premixed compound with non - metallic aggregate cement, water reducing and plasticizing agents; capable of minimum compressive strength of 4,000 psi. Master Builders "Embeco" or approved. NNE C. Curing Compound: Clear, Waterborne, Membrane - Forming Curing Compound: ASTM C 309, Type 1, Class B, dissipating. D. Joint Material: Semirigid Joint filler: Two component, semirigid, 100 percent solids, • epoxy resin with a Type A shore durometer, hardness of 80 per ASTM D 2240. 2.05 PROPORTIONING AND DESIGNING MIXES A. Prepare design mixes for each type and strength of concrete by using methods as specified in ACI 301. Proportions shall be as necessary to obtain indicated strengths. 1 . Niue requirements for low alkaline component. materials. B. Submit written reports to Engineer of each proposed mix for each class of concrete at least 15 days prior to start of work. Do not begin concrete production until proposed mix designs have been reviewed. C. Design mixes to provide normal weight concrete with the properties as indicated on drawings and schedules. D. Water- Cement Ratio: Provide concrete for following conditions with maximum water - cement (W /C) ratios as follows (with entrained air): 1. Interior; W/C 0.45. 2. Subjected to freezing and thawing; VV/C 0,45. 3. Subjected to deicers; W/C 0.45. E. Slump Limits: Proportion and design mixes to result in concrete slump at point of placement as follows: 1. Slabs, maximum 4 inches. (Water to cement ratio shall not exceed 0.45). 2. Reinforced foundation systems: 4 inches. 3. Other concrete: Not more than 4 inches. 2.06 ADMIXTURES A. Use accelerating admixture in concrete slabs placed at ambient temperatures below 50 F 14 r f" \ klv -,). 7 :1JAN \ SPECS \020328- YK \03300.wpd January 25, 2006 CITY OF YAKIMA CONCRETE KIWANIS PARK IMPROVEMENTS - PHASE 2 Section 03300 - 4 YAKIMA, WASHINGTON B. Use of high -range water - reducing admixture (HRWR) in pumped concrete, may be used as approved by Engineer. Submit mix design. C. Air - entraining admixtures shall be used for exterior slab concrete to achieve 4 -7% air entrainment. No air - entraining admixture is required for interior slabs and isolated or strip footings. D. Where used, admixtures for water reduction and set control shall be provided in strict compliance with manufacturer's directions. 2.07 CONCRETE MIXING A. Ready -Mix Concrete: Comply with requirements of ASTM C 94, and as specified. 1. When air temperature is between 85 F (30 C) and 90 F (32C), reduce mixing and delivery time from 1 -1/2 hours to 75 minutes, and when air temperature is above 90 F (32 C), reduce mixing and delivery time to 60 minutes. 2. Verify with Engineer the procedures to be taken to comply with referenced standards regarding hot or cold weather delivery and placement of concrete. PART 3 - EXECUTION 3.01 GENERAL A. Coordinate the installation of joint materials insulation and vapor retarders with placement of forms and reinforcing steel. B. Comply with requirements of ACI 301 "Standard Specification for Structural Concrete." 3.02 FORMS A. General: Design, erect, support, brace, and maintain formwork to support vertical and lateral, static and dynamic loads that might be applied until concrete structure can support such loads. Construct formwork so concrete members and structures are of correct size, shape, alignment, elevation, and position. Maintain formwork construction tolerances complying with ACI 347. B. Construct forms to sizes, shapes, lines, and dimensions shown and to obtain accurate alignment, location, grades, level, and plumb work in finished structures. Provide for openings, offsets, etc., required in work. Solidly butt joints and provide backup at joints to prevent leakage of cement paste. C. Fabricate forms for easy removal without hammering or prying against concrete surfaces. D. Chamfer exposed corners and edges using wood, metal, PVC, or rubber chamfer strips fabricated to produce uniform smooth lines and tight edge joints. E. Provisions for Other Trades: Provide openings in concrete formwork to accommodate work of other trades. Determine size and coordinate location of openings, recesses, locker bases and chases from trades providing such items. Accurately place and securely support items built into forms. F. Cleaning and Tightening: Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, or other debris just before concrete is Z: \JAN \SPECS \02032B- YK \03300.wpd January 25, 2006 CITY OF YAKIMA CONCRETE KIWANIS PARK IMPROVEMENTS - PHASE 2 Section 03300 - 5 YAKIMA, WASHINGTON placed. Retighten forms and bracing before concrete placement as required to prevent mortar leaks and maintain proper alignment. 3.03 PLACING REINFORCEMENT A. General: Comply with Concrete Reinforcing Steel Institute's recommended practice for "Placing Reinforcing Bars," for details and methods of reinforcement placement and supports and as herein specified. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other materials that could reduce or destroy bond with concrete. C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcing by metal chairs, runners, bolsters, spacers, and hangers, as approved. D. Place reinforcement to obtain at least minimum coverage for concrete protection. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement operations. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. 3.04 JOINTS A. Construction Joints: Locate and instal! construction joints as acceptable to Architect, unless indicated on drawings. B. Isolation Joints in Slabs-on-Ground: Construct isolation joints in slabs -on- ground at points of contact between slabs -on- ground and vertical surfaces, such as column pedestals, foundation walls, grade beams, and elsewhere as indicated. C. Contraction (Control) Joints in Slabs -on- Grade: Construct contraction joints in slabs -on- grade to form panels of patterns shown. cuts 1 1 wide " 1 deep Sll�lty il. Use saw %u�a 8 inch wine by e ueeii oil interior slabs as shown on drawings. 1. Contraction joints in exposed floor slabs should be formed as soon as possible after slab finishing as may be safely done without dislodging aggregate to minimize shrinkage cracking. 2. For joint patterns not shown, provide j n ot e i 12 feet in either direction and located to conform to bay spacing wherever possible (at wall lines or column centerlines, half bays, third bays, etc.). Verify joint layout with Architect. 3. Joint sealant material is specified in Division 7 Sections of these specifications. 3.05 INS T AL L ATiON OF EfinRi=ilill=-D ITEMS A. General: Set and build into work anchorage devices and other embedded items required for other work that is attached to or supported by cast -in -place concrete. Use setting drawings, diagrams, instructions, and directions provided by suppliers of items to be 1L ICU U I_...._a_ a UaI..IICU ICICW. B. Forms for Slabs: Set edge forms, bulkheads, and intermediate screed strips for slabs to obtain required elevations and contours in finished surfaces. Provide and secure units to support screed strips using strike -off templates or compacting -type screeds. DAN \SPECS \02032B-Yk\ 03300 wed January 2000 CITY OF YAKIMA CONCRETE KIWANIS PARK IMPROVEMENTS - PHASE 2 Section 03300 - 6 YAKIMA, WASHINGTON 3.06 PREPARATION OF FORM SURFACES A. General: Coat contact surfaces of forms with an approved, non residual, low -VOC, form- coating compound before reinforcement is placed. B. Do not allow excess form - coating material to accumulate in forms or to come into contact with in -place concrete surfaces against which fresh concrete will be placed. Apply in compliance with manufacturer's instructions. C. Coat steel forms with a non staining, rust - preventative material. Rust - stained steel formwork is not acceptable. D. Install expansion joint material when abutting to other construction. 3.07 CONCRETE PLACEMENT A. Soil Residual Herbicide shall be applied under all surfacing including bleacher slabs, dugout slabs, concrete edging, and curbs. B. Inspection: Before placing concrete, inspect and complete formwork installation, reinforcing steel, and items to be embedded or cast in. Notify other crafts to permit installation of their work; cooperate with other trades in setting such work. Notify Building Official and Architect prior to placement of concrete. C. General: Comply with ACI 304, "Recommended Practice for Measuring, Mixing, Transporting, and Placing Concrete," and as herein specified. D. Deposit concrete continuously or in layers of such thickness that no concrete will be placed on concrete that has hardened sufficiently to cause the formation of seams or planes of weakness. If a section cannot be placed continuously, provide construction joints. Deposit concrete to avoid segregation at its final location. E. Placing Concrete in Forms: Consolidate placed concrete by mechanical vibrating equipment supplemented by hand - spading, rodding, or tamping. Use equipment and procedures for consolidation of concrete in accordance with ACI 309. 1. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations not farther than visible effectiveness of machine. F. Placing Concrete Slabs: Deposit and consolidate concrete slabs in a continuous operation, within limits of construction joints, until the placing of a panel or section is completed. 1. Consolidate concrete during placing operations so that concrete is thoroughly worked around reinforcement and other embedded items and into corners. 2. Bring slab surfaces to correct level with straightedge and strike off. Use appropriate equipment to smooth surface, free of humps or hollows. Do not disturb slab surfaces prior to beginning finishing operations. 3. Maintain reinforcing in proper position during concrete placement. 4. Place expansion joint material. 5. Apply water and moisture retaining cover. Keep continuously wet for 7 to 10 days, depending on conditions. Z:\JAN \SPECS \020328- YK \03300.wpd January 25, 2006 CITY OF YAKIMA CONCRETE KIWANIS PARK IMPROVEMENTS - PHASE 2 Section 03300 - 7 YAKIMA, WASHINGTON G. Cold- Weather Placing: Comply with provisions of ACI 306 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. H. When air temperature has fallen to or is expected to fall below 40 F (4 C), uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 F (10 C) and not more than 80 F (27 C) at point of placement. 1. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. Hot - Weather Placing: When hot weather conditions exist that would seriously impair quality and strength of concrete, place concrete in compliance with ACI 305 and as herein specified. 1. Cool ingredients before mixing to maintain concrete temperature at time of • placement below 90 F (32 C). 2. Cover reinforcing steel with water- soaked burlap if it becomes too hot, so that steel temperature will not exceed the ambient air temperature immediately before embedment in concrete. 3. Fog spray forms, reinforcing steel, and subgrade just before concrete is placed. J. Slab Tolerances: 1. Interior slabs shall be plus or minus a maximum of 1/8" in 10' -0" foot. 2. Exterior pavements shall be within plus or minus 1/4" variance from the finish grade elevation except that grade variation for path of travel per WAC 51 -40 shall not exceed 1/8 ". Any tolerance from design for path of travel shall not cause the minimum cross and travel slopes, expressed in percentage, to be exceeded. • a. Maximum cross slope shall not exceed 2%. VV%Jrk not in ',ompllance with VV'AC 51 -40 shall be rejected and shall be removed and replaced. 3.08 FINISH OF FORMED SURFACES A. Rough Form Finish: For formed concrete surfaces not exposed to view in the finish work or concealed by other construction. This is the concrete s ha texture imparted by form - facing material used, with tie holes and defective areas repaired and patched and fins and other projections exceeding 1/4 inch in height rubbed down or chipped off. B. Smooth Form Finish: For formed concrete surfaces exposed to view or to be covered with a coating material applied directly to concrete, or a covering material applied directly to concrete such as waterproofing, damn roofin v e e n S8 r pl painting, o r o th e r similar system. This is an as -cast concrete surface obtained with selected form - facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch defective areas with fins and other projections completely removed and smoothed. 1. Perform "smooth rubbed finish" or "grout cleaned finish" (sack finish) per ACI 301- 96 depending on timing when rubbed finish is applied. C. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces occurring adjacent to formed surfaces, strike -off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces unless otherwise indicated. Z: \.JAN\SPECS \0203213-M.03300.wpd January 25, 2008 CITY OF YAKIMA CONCRETE KIWANIS PARK IMPROVEMENTS - PHASE 2 Section 03300 - 8 YAKIMA, WASHINGTON 3.09 MONOLITHIC SLAB FINISHES A. Finish: Apply nonslip broom finish to exterior concrete slabs, and elsewhere as indicated. Refer to Division 2 section "Portland Cement Concrete Paving" for finishing requirements for exterior concrete flatwork and concrete edging.. 1. Immediately after trowel finishing, slightly roughen concrete surface by brooming with fiber - bristle broom perpendicular to main traffic route. Coordinate required final finish with Engineer before application. 3.10 MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures for passage of work by other trades after work of other trades is in place. Provide other miscellaneous concrete filling required to complete work. B. Curbs: Provide monolithic finish to interior curbs by stripping forms while concrete is still green and steel - troweling surfaces to a hard, dense finish with corners, intersections, and terminations slightly rounded. 3.11 CONCRETE CURING AND PROTECTION A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. In hot, dry, and windy weather, protect exterior concrete from rapid moisture Toss before and during finishing operations with an evaporation - control material. Apply in accordance with manufacturer's instructions after screeding and bull floating, but before power floating and troweling. Protect freshly placed interior concrete from rapid moisture loss by use of water and moisture retaining cover such as burlap, polyethylene sheeting, or kraft paper. Continue to keep covered and damp for 7 to 10 days following finishing. 1. Concrete with shrinkage cracks will be assumed to have been improperly cured and will not be accepted. Before forming, advise Engineer of detailing or restraints that Contractor believes may cause shrinkage cracking. B. Start initial curing as soon as free water has disappeared from concrete surface after placing and finishing. Weather permitting, keep continuously moist for not less than 7 days. C. Provide curing and sealing compound to exposed exterior slabs, walks, parking lot light standard bases, and curbs as follows: 1. Apply specified curing and sealing compound to concrete slabs as soon as final finishing operations are complete (within 2 hours and after surface water sheen has disappeared). Apply uniformly in continuous operation by power spray or roller in accordance with manufacturer's directions. Recoat areas subjected to heavy rainfall within 3 hours after initial application. Maintain continuity of coating and repair damage during curing period. D. Curing Formed Surfaces: Cure formed concrete surfaces by moist curing with forms in place for the full curing period or until forms are removed. If forms are removed, continue curing by methods specified above, as applicable. E. Curing Unformed Surfaces: Cure unformed surfaces, including slabs, by application of moisture retaining covers and water as recommended by ACI 302.1 R -89. Z: \JAN \SPECS \020328- YK \03300.wpd January 25, 2006 • CITY OF YAKIMA CONCRETE KIWANIS PARK IMPROVEMENTS - PHASE 2 Section 03300 - 9 YAKIMA, WASHINGTON 1. Final cure concrete slab on grade surfaces to receive finish flooring by use of a moisture - retaining cover, unless otherwise directed. a. Water used to "wet cure" concrete slab surfaces shall be similar in temperature to that of the concrete. b. Do not allow alternate wetting and drying of flat surfaces during early curing ages. 2. Moist cure all concrete slabs on grade for 7 days minimum and allow the slabs at least 6 weeks of drying period before conducting moisture tests. 3.12 SHORES AND SUPPORTS A. General: Comply with ACI 347 for shoring concrete construction. B. Remove shores and reshore in a planned sequence to avoid damage to partially cured concrete. Locate and provide adequate reshoring to support work without excessive stress or deflection. 3.13 REMOVAL OF FORMS A. General: Formwork not supporting weight of concrete, such as sides of beams, walls, columns, and similar parts of the work, may be removed after cumulatively curing at not less than 50 F (10 0) for 24 hours after placing concrete, provided concrete is sufficiently hard to not be damaged by form - removal operations, and provided curing and protection operations are maintained. R Formwork supporting weight of concrete and other structural elements, may not be removed in less than 14 days and until concrete has attained at least 75 percent of design minimum compressive strength at 28 days. 3.14 REUSE OF FORMS • A. Clean and repair surfaces of forms to be reused in work. Split, frayed, delaminated, or otherwise damaged form - facing material will not be acceptable for exposed surfaces. Apply new form- coating compound as specified for new formwork. 3.15 CONCRETE SURFACE REPAIRS A. Patching Defective Areas: Repair and patch defective areas with cement mortar immediately after removal of forms as acceptable to Architect. B. Repair of Unformed Surfaces: Test unformed surfaces, such as monolithic slabs, for smoothness and verify surface plane to tolerances specified for each surface and finish. Correct low and high areas as herein sperifieri. Test unformed si rfaces cinperi to drain for trueness of slope and smoothness. ~V V V � . V _. .. 1. Repair finished unformed surfaces that contain defects that affect durability of concrete. Surface defects, as such, include crazing and cracks, spalling, pop- .+.. 4.. pockets objectionable �.Li - 0UL , i 10 1 I1 ywi i iu, )0' 1\ p0l.1\ La, a1 iu other 0UJ .i uvi\auic 0I IUIUVI Imo. 2. Correct high areas in unformed surfaces by grinding after concrete has cured at least 14 days. 3. Correct low areas in unformed surfaces during or immediately after completion of surface finishing operations by cutting out low areas and replacing with patching compound. Finish repaired areas to blend into adjacent concrete. Proprietary underiayment compounds may be used when acceptable to Architect. Z: \. JAN \SPECS \020328- YK\03300.wnd January 25, 2006 CITY OF YAKIMA CONCRETE KIWANIS PARK IMPROVEMENTS - PHASE 2 Section 03300 -10 YAKIMA, WASHINGTON C. Perform structural repairs with prior approval of Architect for method and procedure, using specified epoxy adhesive and mortar. D. Repair methods not specified above may be used, subject to acceptance of Architect. 3.16 QUALITY CONTROL TESTING DURING CONSTRUCTION A. General: The Contractor will employ a testing laboratory to perform tests and to submit test reports. B. Sampling and testing for quality control will occur during placement of concrete. Cooperate with the testing laboratory to provide cylinders for compressive tests, samples of the materials for slump tests, air content and temperature, and access to the work. Test results will be reported in writing to the Engineer and the Contract Officer for distri- bution. C. Additional Tests: The testing service will make additional tests of in -place concrete when test results indicate specified concrete strengths and other characteristics have not been attained in the structure, as directed by Architect. Testing service may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42, or by other methods as directed. 3.17 REMEDY FOR OUT -OF- TOLERANCE WORK FOR SLAB -ON -GRADE CONDITIONS A. Areas of slab -on -grade construction that have curled to being out -of- tolerance shall be ground and filled to bring the work into tolerance. 1. Slabs with excessive curl or fill requirements shall be removed and replaced. B. High points at construction joints shall be ground to meet specified tolerance. C. Low points shall be filled, leveled, and ground to meet specified tolerance. D. Shrinkage cracks shall be repaired by removal and replacement of slab sections or by grinding cracks and filling with epoxy repair materials and grinding smooth to the satisfaction of the Architect. END OF SECTION 03300 Z: \JAN \SPECS \020326- YK \03300.wpd January 25, 2006 • • CITY OF YAKIMA ROUGH CARPENTRY KIWANIS PARK IMPROVEMENTS - PHASE 1 Section 06100 -1 • YAKIMA, WASHINGTON PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and provisions of the Contract, including General and Supplementary Conditions and other Division 0 and 1 Specification Sections, apply to work of this Section. 1.02 SUMMARY A. Provide framing with dimensional lumber. B. Provide wood grounds, nailers, blocking and furring. C. Provide rough hardware used in securing all rough carpentry work. D. Provide miscellaneous materials and building paper used for rough carpentry. 1.03 DEFINITIONS A . Rough carpentry includes carpentry work not specified as part of other sections and generally not exposed, unless otherwise specified. 1.04 SUBMITTALS A. Contractor's review only required for each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections. 1. Provide submittals when requested by the Engineer. B. Product Data for the following products: 1. Engineered wood products. C. Wood treatment data: 1. Include certification by treating plant stating type of preservative solution and pressure process used, net amount of preservative retained, and compliance with applicable standards. 2. For waterborne- treated product, include statement that moisture content of treated materials was reduced to levels indicated before shipment to Project site. n W of chemical treatment m n manufacturer for each type of treatment. �. ��arranty o. ,,he���ica� ,,,a„u,u.,�u,.,, ,�, .,ac y p., E. Research or evaluation reports of the IBC acceptable to authorities having jurisdiction that evidence the following products' compliance with building code in effect for Project. 1. Engineered wood products. 1.05 DELIVERY, STORAGE, AND HANDLING A. Keep materials under cover and dry. Protect against exposure to weather and contact with damp or wet surfaces. Provide for air circulation within and around stacks and under temporary coverings. Z: \JAN \SPECS \020326- YK\06100.wpd January 25, 2006 CITY OF YAKIMA ROUGH CARPENTRY KIWANIS PARK IMPROVEMENTS - PHASE 1 Section 06100 - 2 YAKIMA, WASHINGTON B. For lumber and plywood pressure treated with waterborne chemicals, place spacers between each bundle to provide air circulation. 1.06 PROJECT CONDITIONS A. Coordinate location of furring, nailers, blocking, grounds and similar supports to allow attachment of other work. PART 2- PRODUCTS 2.01 LUMBER AND SHEATHING A. Lumber Standards: WWPA - Western Wood Products Association. B. APA: American Plywood Association; Grades and Standards. C. Dimensional Lumbers: S4S with 19% maximum moisture content. D. Grade and Species: No. 2 or better; Douglas Fir - Larch, kiln dried. E. Plywood Grade: Concealed: CDX; Exposed: MDO. Thickness as indicated. F. Pressure Treated Lumber: S4S; all lumber in contact with masonry or concrete. G. Rough Hardware: Fasteners as applicable by IBC; Hangers and galvanized framing hardware shall be as indicated. H. Building paper: ASTM D 225, Type I, asphalt saturated felt, non- perforated type; 15 Ib. 2.02 PRESERVATIVE WOOD TREATMENT BY PRESSURE PROCESS A. Where lumber or plywood is indicated as "Treated ", or is specified herein to be treated, comply with applicable requirements of AWPA Standards C2 (Lumber) and C9 (Plywood). Mark each treated item with the quality mark requirements of an inspection agency approved by American Lumber Standards Committee's (ALSC) Board of Review. 1. Pressure -treat above - ground items with water -borne preservatives to a minimum retention of 0.25 lb./cu. ft. After treatment, kiln -dry lumber and plywood to a maximum moisture content, respectively, of 19% and 15 %. Treat indicated items and the following: a. Wood cants, nailers, curbs, blocking, stripping, and similar members in connection with roofing, flashing, vapor barriers and waterproofing. b. Wood sills, sleepers, ledgers, blocking, furring, stripping and similar concealed members in contact with masonry or concrete. c. Wood floor plates installed over concrete slabs directly in contact with earth. 2. Pressure -treat at and below ground items with water -borne preservatives to a minimum retention of 0.40 lb./cu. ft. 3. Complete fabrication of treated items prior to treatment, where possible. If cut after treatment, coat cut surfaces with heavy brush coat of same chemical used for treatment and to comply with AWPA M4. Inspect each piece of lumber of plywood after drying and discard damaged or defective pieces. Z: \JAN \SPECS \02032B- YK \06100.wpd January 25, 2006 • • CITY OF YAKIMA ROUGH CARPENTRY KIWANIS PARK IMPROVEMENTS - PHASE 1 Section 06100 - 3 YAKIMA. WASHINGTON 2.03 DIMENSION LUMBER A. Framing and Dugout Roofing: 1. Lumber: Douglas Fir - Larch, S4S, No. 2 and better, kiln dried, unless otherwise indicated. a. Framing members exposed to view shall be straight, contain minimal knots • and pitch pockets and shall not be damaged. B. Other Framing, Support and Miscellaneous Lumber Not Listed Above: 1. Lumber: Douglas fir - larch, S4S, No. 2 & better, kiln dried, unless otherwise indicated. 2.04 FASTENERS, HANGERS AND MISCELLANEOUS MATERIAL S A. Provide size, type material and finish as indicated and as recommended by applicable standards, complying with applicable IBC Standards for nails, staples, screws, bolts, nuts, washers and anchoring devices. B. Provide metal hangers and framing anchors as manufactured by Simpson Co. of the size and type indicated, or if not indicated as recommended by the manufacturer for each use including recommended nails. Products by other manufacturers may be used only with specific approval. 1. Provide fasteners and anchorages with a hot -dip zinc coating (ASTM A 153) where exposed to weather or moist conditions. C. Building Paper: ASTM D 225, Type I; asphalt saturated felt. non- perforated, 15 -lb. type. • PART 3 - EXECUTION 3.01 INSTALLATION A. Comply with IBC 2003 Edition for bracing, blocking, nailing, fire stopping, anchorage, framing, bracing, etc. B. Set members plumb and true to line and cut and fitted to other members. Install plywood panels per APA requirements. Employ experienced and qualified workers. C. Provide pressure treated !umber where in contact with concrete or masonry. D. Discard units of material with defects which might impair quality of work, and units which are • too small to use in fabricating work with minimum joints or optimum joint arrangement. E. Securely attach rough carpentry work to substrate by anchoring and fastening as required by IBC Standards. Ease edges of exposed finish work to approximately 1/8" radius prior to finishing. F. Set fasteners flush or slightly countersink fasteners on exposed carpentry work and fill holes with wood filler. Z :\JAN \SPECS\02032B- YK \06100.wpd January 25, 2006 • CITY OF YAKIMA ROUGH CARPENTRY KIWANIS PARK IMPROVEMENTS - PHASE 1 Section 06100 - 4 YAKIMA, WASHINGTON G. Use common wire nails for fastening concealed members, except as otherwise indicated. Use galvanized casing nails for fastening exposed members. Select fasteners of size to make tight connections between members. Install fasteners without splitting of wood; pre -drill as required. 3.02 WOOD GROUNDS, LEDGERS, NAILERS, WOOD FURRING, BLOCKING AND SLEEPERS A. Provide where indicated and where required for screeding or attachment of other work. Form to shapes and cut for true line and level of work to be attached. Coordinate location with other work involved. Provide blocking for all toilet accessories, wall mounted hardware and other items. B. Install wood furring where indicated and where required to cover metal brackets and bolt heads. Shim as required for tolerance of finished work. C. Attach to substrates to support applied loading. Countersink bolts and nuts flush with surfaces, unless otherwise indicated. Build into masonry during installation of masonry work. Where possible, anchor to formwork before concrete placement. END OF SECTION 06100 Z: \JAN \SPECS \02032B- YK \06100.wpd January 25, 2006 Ci T Y OF YAKIIVIA F'KtFUKIVIEU IVIE I AL ROOFING KIWANIS PARK IMPROVEMENTS - PHASE 1 Section 07410 -1 YAKIMA, WASHINGTON PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and provisions of the Contract, including General and Supplementary Conditions and other Division 0 and 1 Specification Sections, apply to work of this Section. 1.02 SUMMARY A. Provide pre- formed metal roofing in new dugout to match existing dugouts. B. Provide all accessories, materials and equipment needed to complete the installation of each assembly. C. Sections that are related to this Section include, but are not limited to, the following: 1. Division 5 Sections. 2. Division 7 Section "Flashing and Sheet Metal." 1.03 SYSTEM PERFORMANCE REQUIREMENTS A. Air infiltration: Provide roof panel system with no air leakage when tested in accordance with ASTM E 1680. B, Water Penetration: Provide panel systems with no water penetration as defined in the test method when tested in accordance with ASTM E 1646. 1.04 SUBMITTALS A. Product Data: Submit manufacturer's product specifications, standard details, installation instructions, and general recommendations, as applicable to materials and finishes for each component and for total panel system. 1. After review and approval, submit to Engineer. B. Color Samples: Submit color chips showing full range of manufacturer's standard colors roof panels with factory- applied finishes. Provide for scheduling and time allowances so that the selected color for the roofing material may be delivered to the job site in a timely fashion to meet the overall schedule for roof installation and completion. 1. After review and approval, submit to Engineer 1.05 QUALITY ASSURANCE A. Installer's Qualifications: 1. Obtain the Panel Manufacturer's written approval of the installer prior to work commencing. Z: \JAN \SPECS \020328- YK \07410.wpd January 25, 2006 CITY OF YAKIMA PREFORMED METAL ROOFING KIWANIS PARK IMPROVEMENTS - PHASE 1 Section 07410 - 2 YAKIMA, WASHINGTON 2. Have been in business for minimum period of 5 years in the region where the work will be performed. B. Regulatory Agency Requirements 1. Comply with IBC and local Building Officials requirements if more stringent than those specified herein. C. Prior to fabrication of panels, take field measurements of structure or substrates to receive panel system. Allow for trimming panel units where final dimensions cannot be established prior to fabrication. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver panels and other components so that they will not be damaged or deformed. Protect from direct element exposure during storage. Package roof panels for protection against transportation damage. B. Exercise care in unloading, hoisting, storing and installing components to prevent bending, warping, twisting, and any surface damage. C. Stack all materials on platforms or pallets, covered with tarpaulins or other suitable weathertight ventilated covering. Store metal roof panels by elevating one end to drain any accumulated moisture. Do not store panels in contact with other materials that might cause staining, denting, or other surface damage. D. Replace damaged panels, trim, accessories, etc. with new. 1.07 PROJECT CONDITIONS A. Examine the conditions and substrates in which metal roofing work is to be installed. Substrate shall be installed level and true to avoid panel stresses. B. Field measurements shall be taken prior to fabrication of panels. C. Proceed with roofing installation only after satisfactory conditions are met. 1.08 WARRANTY A. Finish Warranty: Furnish panel manufacturer's written warranty covering failure of the factory- applied exterior finish on metal roof panels within the warranty period. This warranty shall be in addition to and not a limitation of other rights the Owner may have against the Contractor under the Contract Documents. 1. Warranty period for factory applied exterior finishes on roof panels is 20 years after the Date of Substantial Completion. This includes work done to touch -up the factory applied finish during the course of construction. Z: \JAN \SPECS \02032B- YK \07410.wpd January 25, 2006 MTV /1C VA If IRIIA PREFORMEr111 META 1 ROOFIkIf`_ V1 1 1 N.J. 1 Ae \1.r1A PREFORMED VI \IrILV IrIL 1 A 1 \V VI env KIWANIS PARK IMPROVEMENTS - PHASE 1 Section 07410 - 3 YAKIMA, WASHINGTON B. Contractor's Workmanship Warranty: For a period of two (2) years following Substantial Completion, contractor shall warrant that the roof system is installed in accordance with the manufacturer's recommendations and will be free from defective workmanship and shall remain watertight with normal usage. This includes work done to touch -up the factory finish during the course of con PART 2 - PRODUCTS 2.01 MANUFACTURERS • A. Manufacturer: Provide products by one of the following: 1. AEP SPAN (IMSA Building Products), (Design Standard). 2. Other Manufacturers: a. Bryer "TBC- Ultra" b. Must request approval (also dependent on color selection). 2.02 PANEL MATERIAL A. Manufacturer: Subject to compliance with requirements, provide one of the following or equal with prior approval: Roof: IMSA Building Products USA, Inc.; Design Span HP, 22- gauge. Other manufacturers approved if matching design: Metal Sales, Inc. - match design system. Faberai - match design system. B. Materials: 1. Steel for Pre - Finished Coating: ASTM792 -83, grade 40, aluminum -zinc alloy "Galvalume" or "Zincalume" sheet steel coated by the hot -dip process, minimum 24 gauge. 2. Roofing Felt: No. 30 asphalt saturated roofing felt complying w ith ASTM D 226 3. Screws and Fasteners: Galvanized or stainless steel, corrosion resistant, types recommended by roofing system manufacturer for each condition. Exposed screws to match roof and wall color. 4. Joint Sealant: for panel seams and elsewhere as required, as recommended by system manufacturer. C. Metal Finishes: 1. General: Apply coatings either before or after forming and fabricating panels, as required by coating process and as required for maximum coating performance _r capability. Protect coaling promptly after application and cure by application of strippable film or removable adhesive cover and retain until installation has been completed. Color as selected from manufacturer's standard colors. Z: \JAN \SPECS \020328- YK \07410.wpd January 25, 2006 CITY OF YAKIMA PREFORMED METAL ROOFING KIWANIS PARK IMPROVEMENTS - PHASE 1 Section 07410 - 4 YAKIMA, WASHINGTON 2. Coating System for exposed side of pre- finished sheet metal shall be as follows: a. Fluoropolymer Coating: Full- strength 70% "Kynar 500" coating baked -on for 15 minutes at 450 degrees F., in a dry-film thickness of 1.0 mils, 30% reflective gloss (ASTM D 523), over 0.3 mil baked -on epoxy primer. 1) Durability: Provide coating which has been field tested under normal range of weathering conditions for minimum of 20 years without significant peel, blister, flake, chip, crack, or check in finish and without chalking in excess of 8 (ASTM D 659) and without fading in excess of 5 NBS units. b. Interior (Concealed) Surface Finish: 0.15 mil epoxy primer paint coat and 0.35 mil backer. c. Touch -up Paint: Paint materials finished by panel material finish fabricator: identical in color and chemical composition for each factory applied exposed finish if available and recommended by coating manufacturer for this use. Application of touch -up paint not specifically recommended by coating manufacturer or fabricator or which is visually perceivable will be cause for rejection of work to which it is applied. (Touch -up paint shall be non - fading. No exception.) 3. Finish Color: As selected by Engineer from the design manufacturer's full range of twenty -four Standard DuraTech 5000 and DuraTech colors. Color to match existing. PART 3 - EXECUTION 3.01 INSPECTION A. Use manufacturer's standard touch -up paint as required. Use small paintbrush when touching -up scratches. Minimize over - painting of scratched areas. B. Metal roof panels shall be installed only when the substrate is installed and aligned to acceptable tolerances as reviewed or recommended by the panel manufacturer or authorized installer. 3.02 PANEL INSTALLATION A. Comply with manufacturer's directions for concealed fastener installation of roof panel assembly. Provide installation to allow for full warranty of assembly. Coordinate installation of flashings, underlayment, fasteners, etc. 1. Provide panels per reviewed submittals. Discrepancies between job site conditions and drawings as reviewed shall be brought to the attention of the Architect for direction. 2. Provide clips with self - drilling /self- tapping fasteners. 3. At end laps of panels, install tape caulk between panels. 4. Provide factory- caulked cleats at standing -seam joints. Apply snap -on batten to the panels to provide a weathertight joint. 5. Other Flashings: Install and fasten other flashings, edgings, ridge flashings, accessories, etc., per manufacturer's directions. Z: \JAN \SPECS102032B- YK \07410.wpd January 25, 2006 • !+ ITV nC V A 1!11111 A Rt7 1 -/1 r1RIIr r ANt-T 1 innI F IkIf? VI1 1 VA e ranalvirt rRCrviruvi u tvic I FIL rw Vr11tlV KIWANIS PARK IMPROVEMENTS - PHASE 1 Section 07410 - 5 YAKIMA, WASHINGTON a. Follow manufacturer's directions. b. Overlap roof panels at least 6 inches. c. Install fleshings to allow for thermal movement. 6. Field cutting of panels by torch is not permitted. 7. Provide roof panels over full coverage ice - shield installed from lower eave edge up to ridge or wall. Install ice - shield with 2 -inch (minimum) horizontal laps and 4 -inch (minimum) end laps. 8. Provide panels over supporting structure with concealed clips and fasteners to penetrate and firmly hold the panels in place. Install clips at each support with self - drilling and self- tapping fasteners. Place fasteners at 8- inches on center at the edges and at 12- inches on center at the panel interior or as directed by the manufacturer if more stringent. Include required washers. S. Accessories: Provide components required for a complete roof panel system, including ice shield, building paper, trim, coping, fascias, gravel stops, mullions, sills, corner units, ridge • closures, slips, seam covers, battens, fleshings, gutters, louvers, sealants, gaskets, fillers, closure strips, snow guards, and similar items. 1. Lap ice- shield and building paper underlayment "shingle style." 2. Adhere valley and wall joint ice - shield prior to installation of roofing ice - shield. CS 1_•.-t 1_ Install J fasten 1...a.� 11. J l.. t f J t. L . Joint Sealers: II ISldll andId ,LCI I gaskets, C:duu and ripply joint. fillers and sealants wl!ere required for a complete weathertight installation. Provide types of gaskets, sealants and fillers recommended by panel manufacturer. 1. Provide weathertight seal under ridge cap. Flash and seal roof panels at eave and rake with closures to exclude weather. 2. Refer to other Sections of these Specifications for product and installation requirements applicable to indicated joint sealers. D. Installation Tolerances: Shim and align panel units within installed tolerance of 1/4 -inch in 40' -0" on level /plumb /slope and location /line and within 1/8 -inch offset of adjoining faces and • of alignment of matching profiles. E. Cutting and Fitting: 1. Neat, square, and true. Torch cutting is prohibited. 2. Openings 6 inches and larger in any direction: Shop fabricate and reinforce to maintain original load capacity. 3. Where necessary to saw cut panels, debur and treat with galvanic paint. 3.03 CLEANUP AND CLOSE -OUT A. As work progresses, remove aii excess scrap and keep working surface free from debris, on a daily basis. Z: \JAN \SPECS \020328- YK \07410.wpd January 25, 2006 CITY OF YAKIMA PREFORMED METAL ROOFING KIWANIS PARK IMPROVEMENTS - PHASE 1 Section 07410 - 6 YAKIMA, WASHINGTON B. Apply manufacturer's standard touch -up paint as required. Follow manufacturer's instructions for application carefully. Use small (as possible) paint brush when touching up scratches. Minimize over - painting of scratched areas. Spray painting is not acceptable. C. Replace panels and other components of the work that have been damaged or have deteriorated, in the opinion of the Architect and the Owner Representative, beyond successful repair by means of finish touch -up or similar minor repair procedures. D. Remove all temporary protective coverings and strippable films as soon as each panel is installed. Upon completion of panel installation, clean finished surfaces as recommended by panel manufacturer and maintain in a clean condition, free from stains and scrap, during construction and until Substantial Completion has been achieved. END OF SECTION 07410 Z: \JAN \SPECS \020328- YK \07410.wpd January 25, 2006 CITY OF YAKIMA SPORTS FIELD LIGHTING KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 13126 -1 PARKS AND RECREATION DIVISION YAKIMA, WASHINGTON PART 1 - GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of the Contract, including general and supplementary conditions and Division 1 Specification Sections apply to this Section. 1.02 DESCRIPTION OF WORK TM Field Lighting + + installing n A. The Sports � field �igl - iti� fig for this project consists of and ii �S�all �g Musco sports lighting equipment as described below: B. Project includes furnishing and installing two (2) complete new Musco lighting poles (C1 and 02 refer to Drawing C1 -3), precast bases, and fixtures, including: 1. Excavation and installation of precast concrete bases and casing. 2. Galvanized steel poles and luminaire mounting crossarms • 3. Luminaires, with Simple Green Lighting system and lamps 4. Pole Foundations. C. Project includes furnishing and installing new Musco lighting equipment, including: 1. New light bank on existing light poles B2 and A1(refer to Drawing C1.3). 2. New precast concrete light pole base, light pole and Tight bank in existing casing installed under previous Kiwanis Park Improvement Project - Phase 1 (A5 and B1 refer to Drawing C1.3). D. Project includes furnishing and installing all miscellaneous equipment and appurtenances including, but not limited to the following: 1. New LCC, Lighting Control Cabinet 2. Connection to the existing Remote Equipment Controller (Control Link) 3. 10 Year Warranty (Ten Club Warranty) 4. Conduit, conductors, pull boxes and all appurtenances. E. The Contractor shall coordinate the furnishing and installation of all Musco sports lighting equipment for the fourth ballf ield with Musco Sports Lighting, LLC. The representative is Tim Butz, (503) 682 -2951, (877) 927 -4777, Fax (503) 682 -4539, 30250 SW Parkway Avenue, Suite 3, Wilsonville, OR 97070. See also Section 16050. 1.03 SUBMITTALS A. The Contractor and /or manufacturer (Musco) shall submit on each of the Specification requirements. B. This Specification is based on performance criteria as manufactured by Musco Sports Lighting LLC. The site currently has Musco equipment installed and it has been determined that the project specifications are the minimum acceptable criteria for this project. Musco Lighting is the only manufacturer approved to bid this project. No alternates, no substitutions will be accepted. 7: \. IAN \SPECS \02.0328- YK113126.wpd January 25, 2006 CITY OF YAKIMA SPORTS FIELD LIGHTING KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 13126 - 2 PARKS AND RECREATION DIVISION YAKIMA, WASHINGTON 1M4 LIGHTING PERFORMANCE A. The manufacturer (Musco) shall supply lighting equipment and computer generated point -by- point analysis to meet the following: 1. Performance Criteria — Kiwanis Park Improvement Project - Phase 2 a. The performance criteria requires lighting equipment which will provide initial average light levels, after adjustment for an average Tamp tilt factor. Initial Light Levels shall meet or exceed the following: Area of Lighting Infield Outfield Softball 62.5 footcandles 37.5 footcandles b. A factor of .8 is to be applied in determining the target light value, including the above adjustment for an average Tamp tilt factor. These factors applied will result in the following Target Light Levels: Area of Lighting Infield Outfield Softball 50 footcandles 30 footcandles c. Computer generated point -by -point light scans based on lumens per Tamp showing both initial and target footcandle levels. d. Light levels shall be derived from the equation of Tight loss factor (LLF) = ambient temperature factor (ATF) x voltage factor (VF) x ballast factor (BF) x lamp tilt factor (LTF) x lamp lumen depreciation (LLD) x luminaire dirt depreciation (LDD) per I.E.S. RP -6 -88 and shall be calculated as follows: (1) Initial Light Levels = ambient temperature factor (ATF) x voltage factor (VF) x ballast factor (BF) x lamp tilt factor (LTF). (2) Target Light Levels = Initial light levels x lamp lumen depreciation (LLD) x luminaire dirt depreciation (LDD). e. Uniformity Ratio: The footcandle level shall have a uniformity ratio of maximum to minimum ratio of not greater than the following: Area of Lighting Infield Outfield Softball 2:1 2.5:1 The manufacturer (Musco) shall guarantee field light intensity levels and uniformity ratios at initial start -up and throughout rated life of the lamp (5,000 hours). Light level readings shall be completed as detailed in the point -by -point analysis specification. 1.05 SPILL /GLARE LIGHT A. Designated Areas: • Z: \JAN \SPECS \020326- YK \13126.wpd January 25, 2006 CITY OF YAKIMA SPORTS FIELD LIGHTING KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 13126 - 3 PARKS AND RECREATION DIVISION YAKIMA, WASHINGTON 1. Arc Tube Brightness (Luminance): No portion of any arc tube shall be visible beyond 12 degrees vertical and 35 degrees horizontal measured from the center axis line of the light output in the direction of the defined problem. 2. Beam Definition: The approved lighting fixture shall not exceed the candlepower of specified degrees above the maximum candlepower in the vertical plane as specified in the following table. 12,000 candlepower is the unit of luminous intensity that often begins to cause discomfort and interfere with vision. Beam Vertical Candlepower Degrees Above the Center of the NEMA Classification Beam in the Vertical Plane 2 12,000 18 degrees 3 12,000 19 degrees 4 12,000 19 degrees 5 12,000 25 degrees 6 ; 12,000 27 degrees 3. Lower beam definition — To ensure proper efficiency within the target area, the approved lighting fixture shall meet or exceed the below specified candlepower at defined angles below the center of the beam. The candlepower referenced should not consider the fixture's tilt factor. Beam Vertical I Minimum Candlepower to be I Degrees Below the Center of the NEMA Classification Achieved Beam in the Vertical Plane 2 993,000 -1.0 degrees 3 520,000 -1.5 degrees 4 i 311,000 -2.5 degrees i 5 153,000 -4.0 degrees , 6 130.000 1 -5.0 de. roes 1.06 POINT -BY -POINT ANALYSIS A. Computer Models - Test Stations: Area of Lighting # of Points Grid Spacing 1 Softball Infield 25 20' x 20' Softball Outfield 73 20' x 20' 1. Submitted computer models shall depict the measurements of light shall be demonstrated on a computer generated model which consists of a grid of a specified number of points covering a stated area on an equally spaced grid. See the above chart for the exact specification of points, areas, and grid spacing for each field. 2. Manufacturer shall submit two (2) different models, one depicting initial design and the second depicting light levels with described maintenance factor applied. 1.07 INSPECTION AND VERIFICATION A. Test and Measurement Procedures: 1. Testing of the facility shall be done based on the test stations as described in 1.06, A. 2, All testing will be done with entire facility illuminated. Z: \JAN \SPECS \020328- YK113126.wpd January 25, 2006 • CITY OF YAKIMA SPORTS FIELD LIGHTING • KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 13126 - 4 PARKS AND RECREATION DIVISION YAKIMA, WASHINGTON 3. Horizontal footcandle readings shall be measured with the test cell positioned horizontal 36 inches above grade. 4. Ambient light levels shall be measured at the specified test stations. Maximum ambient footcandle level explored in all planes for each test station shall be recorded. Once the maximum spill light readings as defined in Section 1.06, A. have been recorded, subtract the ambient light readings from the respective footcandle readings at each test station. 5. Testing equipment for measurement of footcandle levels shall be a Gossen Panalux Electronic 2 or an approved equal, calibrated and certified within the previous 12 months. 6. For final approval of the project, the manufacturer shall provide a final report from the test results that shall provide the following items: a. Identification of number and location of the test stations, that shall agree in number and location with description provided in 1.06, A. b. Actual horizontal footcandle readings taken at each test station. c. Number of hours of operation and number of system starts. 1.08 PATENT RIGHTS AND INFRINGEMENT A. There are various established performance criteria throughout this specification for products and services. There may exist patent coverage for some means, and methods of the products and services being provided by Musco Sports lighting LLC. Bidders responsibilities are as follows: 1. To hold harmless, the Owner, as to any violation to include dollar amounts that could be owing as a result of damages for infringement including potential treble damages as provided for under US Patent Law. 2. Any and all costs that the Owner would incur in replacing materials and services which are determined to infringe patent rights. 3. All administrative, legal, and other costs that would be incurred as a result of an infringement. B. If any product or service proposed to be provided by the bidder are known by the bidder to be subject to any existing claims of infringement, bidder shall notify the Owner of such claim and provide evidence of financial ability to perform on the above harmless requirements. PART 2 - PRODUCTS 2.01 LIGHT - STRUCTURE SYSTEM A. The Light- Structure System as manufactured by Musco Sports Lighting shall consist of the listed equipment features below. 1. Pre - stressed centrifugal spun concrete base as required. 2. Hot -dip galvanized steel shafts as required. 3. Hot -dip galvanized steel crossarms. 4. Fixture consisting of lamp, lamp socket, reflector, lens, lamp cone, reinforcing retaining ring. 5. UL listed fusing for the lamp circuits. 6. Enclosure to consist of: NEMA 3R enclosure with ballasts and capacitors. Z: \JAN \SPECS \020326- YK \13126.wpd January 25, 2006 • CITY OF YAKIMA SPORTS FIELD LIGHTING KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 13126 - 5 PARKS AND RECREATION DIVISION YAKIMA, WASHINGTON 7. Thermomagnetic circuit breaker utilized as a local electrical disconnecting device. 8. All wiring from the load side of the breaker to the lamp socket. 9. Plug -in or landing lug connection devices for all electrical circuits on the pole. 10. Aiming method for alignment of the luminaires. 11. Method for re- alignment of the luminaire after movement for relamping. 2.02 LUMINAIRE STRUCTURE A. Each reflector shall arrive completely assembled complete with lamp and be ready to attach to the crossarm in such a way that its aiming position has been determined relative to all other fixtures on the pole, so that in the factory all luminaires on the assembly are oriented to form a single photometric unit. Luminaires shall be powder coated to match existing. - S. The crossarm mounting plate shall be attached to the crossarm assembly at the factory and be constructed in such a way that the pre - assembled luminaire shall attach using 2 stainless steel threaded bolts. C. Lamps shall be 1500 watt metal halide and shall meet ANSI designation M48PC -1500 and b Philips MH15n0MZ (7 tamp orEentation) or an approved equal. D. The reflector shall be cast aluminum and be complete with an external visor. E. A removable lens of impact and thermal resistant glass with silicone gasket shall be centered in a stainless steel lens rim and attached to the reflector with a hinged cable or chain. F. The manufacturer shall provide a memory- positioning device for each luminaire on the assembly. The device shall provide for automatic repositioning of the aiming after re- tamping. G. Luminaire assembly shah be provided from the factory as a unit that may be universally oriented in a manner that the entire luminaire assembly can be field aimed as a single unit. • H. All steel components shall be hot dip galvanized to the most current ASTM A -123 standards. High purity reflector grade aluminum shall be alzak finished. All other aluminum components shall be polyurethane powder coat painted or anodized to MIL- A -8625E and coated with a clear thermoset polymer. All non - current carrying fasteners, hinges, and latches shall be stainless steel and shall be coated with thermoset epoxy type organic coatings such as Empigard to prevent galvanic interaction. Crossarms for the luminaire assembly shall be welded to the pole section before galvanizing by American Welding Society certified welders. Any additional fasteners used for the attachment of accessories to the crossarm shall be stainless steel and coated with Empigard or equivalent. All weld joints utilized will be pre- qualified per the American Welding Society or qualified by an AWS certified inspector or testing firm. J. The crossarm, reflector and their method of attachment shall be provided by the manufacturer such that it will structurally withstand winds of 125 mph with 1.3 gust factor without misalignment of any luminaire and without any damage to the crossarms or its components. Luminaires shall be attached to the crossarm by a minimum of two bolts, which fasteners shall be stainless steel and Empigard coated. There shall be no penetrations of the top or sides of the crossarm. Z: \JAN \SPECS \02032B- YK \13126.wpd January 25, 2006 CITY OF YAKIMA SPORTS FIELD LIGHTING KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 13126 - 6 PARKS AND RECREATION DIVISION YAKIMA, WASHINGTON 2.03 WIRE HARNESS A. The wiring harness shall be supported at the top of the pole by a stainless steel wire mesh grip matched to the size of the harness. There shall be not more than 13 conductors supported by a single wire mesh grip. If harness is longer than 65' an interim wire mesh grip support shall be located approximately halfway down the pole. B. There shall be protection around the conductors, in addition to the insulation to protect from damage from the wire mesh grip and also to avoid slippage of the grip on the wire harness. The wire mesh grip shall also be clamped to the harness with a cable tie at the bottom of the grip to avoid loosening. C. The wire mesh grip shall be mechanically attached to the pole to an enclosed mounting loop so that it cannot accidentally be removed in any direction. D. The harness being supported by the wire mesh grip shall consist of multiple 14- gage THHN conductors and shall be continuously spiral wound and bound with mylar wrap to prevent slippage of individual conductors within the wiring harness. Additionally, a cable tie shall be tightly wrapped around the harness at not more than 10' increments. E. The wire harness shall be completely encased in flexible abrasion resistant sleeving to alleviate wear on the insulation of the conductors caused by abrading the interior of the pole. The wire harness sleeving shall begin no more than 32 inches from the top of the wire harness and end no more than 5 inches from the bottom of the wire harness. If additional wire mesh grips are provided, the sleeving shall begin no more than 4 inches above and below the grip. F. All wiring harness conductors shall be color -coded and clearly labeled. G. Each end of the wire harness shall be terminated into a plug -in with conductors sequenced consistent with the pattern of the wiring schematic provided by the manufacturer. H. All conductors and plug -ins shall be tested for resistance under load, for continuity, schematic sequence, and for insulation integrity. (Manufacturer shall ship with the wire harness a copy of the test results.) 2.04 ELECTRICAL COMPONENT ENCLOSURE (ECE) A. The ECE shall be a NEMA 3R rated gasketed enclosure to house the ballasts, capacitors, fuses, thermomagnetic circuit breaker and distribution lugs. B. ECE shall be constructed out of .080" thick 5052 -H32 aluminum for high corrosion resistance and thermal conduction. Optional: Steel materials galvanized prior to fabrication will not be accepted. C. ECE shall be coated with 1.5 -2.5 mils of high thermally radiant polyester powder coat paint. Paint shall pass the following performance tests: Method Description Value ASTM D2794 Dir. /Rev. Impact 120 in.- lbs. /120in. -Ibs. ASTM D522 Flexibility, Mandrel 1/8" Dia. (no fracture) ASTM D3363 Pencil Hardness 3H Z: \JAN \SPECS \020326- YK \13126.wpd January 25, 2006 • CITY OF YAKIMA SPORTS FIELD LIGHTING KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 13126 - 7 PARKS AND RECREATION DIVISION YAKIMA, WASHINGTON ASTM D3359 Cross Hatch Adhesion 5B (no loss) ASTM B117 Salt Spray 1,000 Hrs. D. The ECE shall be divided into two compartments. The upper compartment shall house the ballasts, capacitors, and fuses. The lower compartment shall provide for the thermomagnetic circuit breaker, distribution lugs, and connection of all circuits coming into and out of the ECE. E. All latches, hinges, and non - current carrying fasteners, either outside or inside the enclosure, shall be stainless steel of at least an 18 -8 standard. All stainless steel shall be passivated and plated with .0002!! thick cadmium to prevent galvanic interaction and to maintain electrical contact for grounding purposes. F. The access door to the ECE shall be attached by a full - length stainless steel or powder coated aluminum hinge and shall be secured when closed by lockable stainless steel latches. G. The ECE shall attach to the pole by means of a device that is sufficient to align the ECE and support its weight. There shall be a sealed joint with a non - threaded connection to provide wiring access from the pole to the ECE for both the primary and secondary circuits. The connection shall be gasketed for water -tight protection. All wire passages shall be protected to prevent wire abrasion or damage. H. In the ECE, capacitor cases shall be made from aluminum. The capacitor case shall not make direct contact with surface of the ECE, but shall be mounted on an aluminum channel. The capacitor case shall be grounded to the ECE. Capacitors shall be rated in unison with the ballast to operate the lamps at the specified wattage. There shall be provided within the ECE a UL listed thermomagnetic circuit breaker utilized as a local electrical disconnecting device such that electrical power to all equipment on the _!_ served by the feeder .it sha ll be d i .d b the operation of one switch. The pole JCIVCU by the iCCUCI circuit JIld!! be ulael lyayeU by the viper ae!vi! of ve!i; �vv!d�..!�, The breaker shall be located in a compartment separated from any capacitors or ballasts. J. The breaker shall provide landing lugs appropriately sized for the conductors that provide power to the pole. Ef There L. . h a l l L... provided L.. the manufacturer rrr.r . set i t of distribution terminal blocks which shall P. I IIt JIic1II UG }JlUVIUCU LI . the IllaiIUi0t,LUI G 1 a jGt vl urol!luui t il uvu w!n vwvn.w rruw�� .��.�,�� be factory wired from the breaker to the blocks. These blocks shall provide for termination of all ballast connection wiring. L. There shall be provided an individual fuse in a supported fuse block for each ballast conductor, except neutral conductors which shall not be fused or switched. M. All lamp supply circuits in the ECE shall be color -coded and labeled and shall terminate into a UL recognized plug -in device located in the lower compartment of the ECE in a manner suitable for plug -in to the wiring harness. N. The wiring harness circuits from the lamps shall be attached to the ECE circuits by UL recognized plug -in connectors. O. There shall be provided in the ECE located in the lower compartment of the enclosure three (3) feet of #6 wire rigidly fastened to the enclosure for attachment to the pole ground lug. P. There shall be an individual ballast for each luminaire. The ballast shall be a lead peak auto - regulating ballast and be available for use with any standard supply voltage. The ballast shall Z: \JAN \SPECS \020328- YK \13126.wpd January 25, 2006 • CITY OF YAKIMA SPORTS FIELD LIGHTING KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 13126 - 8 PARKS AND RECREATION DIVISION YAKIMA, WASHINGTON be located remote from the luminaire crossarm and shall be placed approximately ten (10) feet above ground level. Ballast box must be a NEMA 3R enclosure and must be manufactured by the luminaire assembly manufacturer and all mounting hardware shall be included with the ballast box assembly. The remote ballast system shall be located on the same pole as the luminaire assembly in the NEMA 3R enclosure with the capacitors. The assembly design shall be adaptable to various standard manufactured ballast and must retain listing. Q. The manufacturer shall provide an electrical schematic of the ECE circuits, which schematic shall be of a durable material and affixed to the inside of the ECE door for use by maintenance personnel. R. The ECE shall be attached to the pole with the lower end approximately 10' above grade at the pole foundation. S. The ECE shall be listed by UL both for use with 90 ° C rated supply conductors and as suitable for use in wet locations. T. Existing poles Al and B2 have existing hardware attached to accept new ECE. New ECE shall be provided complete with all mounting hardware. 2.05 REMOTE LIGHTING CONTROL SYSTEM A remote lighting control system for control of remote equipment using a nationwide network was furnished and installed for the Kiwanis Park Improvement Project Phase 1. The system is Control -Link by Musco Lighting Company. The manufacturer shall supply factory- authorized representatives to start up all new equipment and to add the new fourth ballfield lighting system to the existing Control -Link system to ensure proper operation of the remote control system for all four ballfields. They shall also verify that the Contractor has properly installed and interconnected all supplied components. 2.06 LIGHTING CONTACTOR CABINET (LCC) A. The Lighting Contactor Cabinet shall be UL listed, factory assembled and wired by Musco. The LCC shall arrive job site ready for structural attachment to an existing wall, switchgear rack, or freestanding enclosure. B. For safety of personnel and equipment, door shall be electrically bonded to the cabinet enclosure. Cabinet door shall utilize a lockable, 3 point latching assembly that provides a NEMA 4 rated seal. C. Built -to -order subpanel shall be fabricated from 5052 H32 quality aluminum that is at least .10 thick. The panel shall be pre - punched to specific contactor configurations and further coated with a polyester powder coat paint. Panel shall be electrically bonded to the exterior enclosure. D. For easy identification and maintenance, each enclosure shall contain typical control and power wiring schematics as well as project specific control schematics. For easy installation, each cabinet shall be labeled to match the field diagrams, pole identification, disconnect schedule, and other applicable components. Z: \JAN \SPECS \020326- YK\13126.wpd January 25, 2006 CITY OF YAKIMA SPORTS FIELD LIGHTING KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 13126 - 9 PARKS AND RECREATION DIVISION YAKIMA, WASHINGTON E. To allow for fast, labor saving installation, the control wire terminations shall be ready to accept plug -in connection from a remote equipment controller and additional contactor cabinets. The control wire terminations shall include UL Listed terminal blocks mounted on a DIN rail and 250 volt, 16 amp, touch -safe type fuse holders. All control wiring internal to the cabinet shall be type MTW (rated for 105 degrees C). F. LCC shall be complete with six (6) 60 amp contactors and be pre -wired to selector switches. G. Contactors shall be UL listed for lighting applications. They shall be rated at full capacity, be electrically held, utilize a 120 volt coil and be rated for operation in an ambient temperature range of -40 degrees C to +70 degrees C. H. Terminal blocks shall be UL Listed. 60 amp modules shall be sized to handle 2/0 -14 gauge wire. Manual Off -On -Auto Selector Switches For on -site manual control, three (3), three position selector switches (Off -On -Auto) shall be factory- mounted in the interior of the LCC. The switches shall be keyed and maintain position, with make - before -break contacts and mounted on a swing -out sub - panel. A legend plate shall clearly identify the zone and position of each switch. Switches shall be factory-wired to the control terminal blocks mounted on a stationary back panel. The back panel shall include fusing to protect the switches and plug -in connectors for the factory wire harnesses. J. 24 hour time clocks shall be mounted and pre -wired in the LCC cabinet and shall serve as security to ensure the lighting system operates on /off. K. For safety of equipment and personnel, a ground bar that accepts up to 15 #14 to #4 gauge wires shall be provided. L. The Lighting Contactor Cabinet shall be covered under the standard warranty for the accompanying Musco product. 2.07 LIFE CYCLE COST !l Ever...• Consumption:: Based upon r. a 5 000 hour operating cycle, the average kWh A . E e g C n suf m�.rtio :: Based upo a 5,000 i lour ope ati g c the a e age k consumption for the field lighting system shall be 51 kW or less. B. Complete Lamp Replacement: Manufacturer shall include one group Tamp replacement to be completed at the end of the 5,000 hours of operation. Manufacturer shall warrant the system to meet designated light levels upon completion of this re -lamp. C. Preventative and Spot Maintenance: Manufacturer shall provide all preventative and spot maintenance, including parts and labor for ten (10) years from the date of equipment delivery. Individual lamp outages shall be repaired when more than 10% of the lamps are out on any one field, or when lamp outages materially impact the usage of any field. Owner agrees to check fuses in the event of a fixture outage. D. Remote Monitoring System: System shall monitor lighting performance and notify manufacturer if individual luminaire outage is detected so that appropriate maintenance can be performed. The manufacturer shall notify the Owner of outages within 24 hours, or the next business day. The controller shall determine switch positions (Manual or auto) and contactor status (open or closed). Z: \JAN \SPECS \020326- YK \13126.wpd January 25, 2006 • CITY OF YAKIMA SPORTS FIELD LIGHTING • KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 13126 -10 PARKS AND RECREATION DIVISION YAKIMA, WASHINGTON E. Remote Lighting Control System: System shall include lighting contactors. System shall allow Owner and users with a security code to schedule on /off system operation via a web site, phone, fax, or email up to ten years in advance. Manufacturer shall provide and maintain a two -way TCP /IP communication link. Trained staff shall be available 24/7 to provide scheduling support and assist with reporting needs. 2.08 POLE STRUCTURE A. The structural design of the poles must be demonstrated to be based on the latest adopted version of the building code utilized by the local code enforcement jurisdiction (IBC, or UBC) criteria for pole stress allowances. B. The poles for the Softball field lighting project shall be designed to withstand mph winds based upon local building department standards. The premise of the wind speed criteria will be the 50 year mean recurrent isotach wind map. Applicable gust factors to be applied per code. C. The pole shall be designed to provide a mounting height above the surface at its foundation of 70' and 80' and to be of sufficient strength to support the effective projected area (EPA) of the pole and all of the attached devices including, as applicable, light fixtures, crossarms, mounting brackets, ballast boxes and any other devices which are to be attached to the pole. D. The pole shaft shall be high strength low alloy tapered tubular steel that is equal to current ASTM -A595 standards, with galvanized coating inside and out. All connections of pole sections shall be by slip fitting the top section over the Tower section by a length of at least 1.5 times the diameters. E. Steel components of the pole shall be hot dip galvanized to current ASTM A -123. Steel portions of the pole shall be constructed such that all segments of the pole can be readily heated to like temperatures in commercially available galvanizing methods. To avoid problems of galvanize adherence to differing steel alloys, all steel components used for the pole must be of the same type steel. All exposed steel components of the pole shall be at least 18" above the surface of the ground to avoid exposure of the steel to the heavily moisture and oxygen laden air, both above and below the surface. There shall be a cap to cover the top of the pole so that rain will not enter the interior of the pole. To avoid stress corrosion of the pole, there shall be no weld points of the steel portion of the pole within 18" of the ground. 2.09 FOUNDATION A. Any concrete portions of the pole in which steel components that provide tension strength are contained, shall be allowed to harden for a minimum of 28 days before stress loads of pole attachment are applied. B. The foundation of the pole shall be constructed of not less than 9,500 psi pre- stressed centrifically cast concrete such that the steel reinforcement within the concrete shall be protected from slippage and exposure to oxidation through voids in the concrete or exposure of the steel through porous concrete material. Z: \JAN \SPECS \02032B- YK \13126.wpd January 25, 2006 CITY OF YAKIMA SPORTS FIELD LIGHTING KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 13126 -11 PARKS AND RECREATION DIVISION YAKIMA, WASHINGTON C. The design criteria for these specifications are based on site soil conditions achieving at least soil at the surface. It shall be the Contractor's responsibility to notify the Manufacturer's on- site representative of soil conditions differing from the design criteria. 1. Musco Lighting Company has provided an engineered foundation embedment design by a structural engineer registered in the State of Washington. That design has been included in the project drawings for the Contractor's use in bidding and installation. 2. The method of installation shall be the responsibility of the installing contractor. D. Lightning Protection: 1. All structures shall be equipped with lightning protection meeting standards established by NFPA 780 (National Fire Protection Association). 2. There shall be provided at each structure at least one copper -clad steel ground rod of not less than 5/8" in diameter and not less than 10' in length. An 8' ground rod would be permissible provided it extends vertically into the earth at least 10'. 3. The ground rod(s) shall be connected to the structure by a copper main down conductor. This conductor shall be not less than a #2 conductor if the structure is 75' or less above grade. If the structure is greater than 75' above grade the conductor shall be not less than a #2/0 conductor. 4. For steel poles, the main down conductor shall extend from the base of the steel pole to the ground rod(s) and shall be bonded to the steel pole and the equipment ground. All metal components on the pole shall be bonded to the pole. 5. All main down conductors and all bonding conductors shall maintain a horizontal or downward coursing path, free from "U" or "V" (down and back up) pockets. Such pockets, often formed by metal components mounted below the pole top bond location, shall be provided with a down conductor from the base of the component LO 91 ....J ...- J... .. ...-0:........i w. .-. .J....... .. .- ...1....F.... LV VU!!V VI lV dl! dUjQUCllt Illaill UV`JYII L01 lU U4tVl. 6. No bend of any conductor shall form an included angle of less than 90 degrees nor shall it have a radius bend of less than 8 ". PART 3 - EXECUTION 3.01 INSTALLATION A. To permit ease of handling of material at the job site and to avoid damage to the existing facility, no single component of the pole shall be in excess of 5,300 lbs., nor be greater than 41' in length. B. The pole base shall be installed as shown by the design provided by Musco Lighting Company and as prescribed by the standards for foundation design. Concrete backfill is required. C. The pole base shall be separate from the pole such that the base may be installed, properly plumbed, and enlarged as to the bearing surface by concrete backfill allowing for inspection prior to the attachment of the steel pole. D. The pole and the luminaires shall be designed such that all wiring remains underground hefnre entering the base of the pole and that no wiring shall be exposed to sun or weather as it transitions through the pole and to the ballast and on to each lamp. There shall be Z: \JAN \SPECS \020326- YK \13126.wpd January 25, 2006 CITY OF YAKIMA SPORTS FIELD LIGHTING KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 13126 -12 PARKS AND RECREATION DIVISION YAKIMA, WASHINGTON provided a non - threaded hot -dip galvanized steel or concrete enclosed raceway for transition of the pole feeder conductors from the trench to the ECE. E. All field electrical connections on the pole shall be achieved by UL listed plug -in or lug method of attachment from the load side of the breaker /disconnect to the lamp socket. The feeder and grounding conductors from the service entrance to the pole shall be connected at the pole by landing lugs. F. When service is necessary, by placement of ballast, fuses, capacitors, along with disconnect, near ground level (IES RP -6 -88, pages 33 and 90). Wiring harness shall be designed with abrasion protection sleeving, proper suspension support, etc. 3.02 SAFETY - SPECIAL CONDITIONS A. There shall be provided a UL listing for all electrical components from its connection to the feeder conductors, to its completion at the lamp socket including all connections. This listing shall be based upon UL testing and evaluation of the compatibility of the enclosures and the components for use in combination in this application in addition to the individual components being UL listed or recognized. B. Musco Lighting Company shall provide a copy of the complete Underwriters Laboratory report covering the entire luminaire assembly being supplied for this project for the Owner's review and retention. Partial UL files will not be accepted per the requirements of UL. In addition, Musco Lighting Company shall supply proof of most recent Underwriters Laboratory inspection process. C. The Sports Lighting Structure shall meet 2005 National Electrical code, and State of Washington WAC requirements. D. Warranty —10 Club Service® 1. Assurance - Manufacturer will provide services including all materials and labor to maintain operation of sports lighting equipment according to original design criteria, including alignment of luminaires on the poletop luminaire assembly, for ten (10) years or the hours specified, whichever occurs first. 2. Conditions — a. Lamps will be group replaced at such time the lamps exceed their useful life, which is 3,000 hours for the 1500 watt lamps. Individual lamp outages will be repaired when any one of these events occur: • When more than 10% of the lamps are out on any one field • When lamp outages materially effect the usage of the field b. Preventative and Spot Maintenance - Manufacturer shall provide preventa- tive and spot maintenance as needed to maintain operation of the sports lighting equipment. 3. Limitations - Maintenance, repair or replacement necessitated by loss or damage resulting from any external causes such as: a. vandalism b. major storms and lightning c. unauthorized repairs d. failure of owner's electrical service Z: \JAN \SPECS102032B- YK\13126.wpd January 25, 2006 CITY OF YAKIMA SPORTS FIELD LIGHTING KIWANIS PARK IMPROVEMENT PROJECT - PHASE 2 Section 13126 - 13 PARKS AND RECREATION DIVISION YAKIMA, WASHINGTON 4. External Loss or Damage Repair - Customer may authorize manufacturer to complete maintenance, repair or replacement of non - covered items for an additional fee. 5. Service Contact - Manufacturer shall provide a toll -free number to a full -time service department that shall be staffed by qualified repair personnel. 6. Assurance Guarantee - Manufacturer shall be responsible for and provide the warranty services. To assure full compliance with this warranty, the manufacturer shall provide the Owner with a signed Certificate of Insurance which guarantees the comprehensive Ten Club Service for the ten -year period, or the number of hours specified in the contract, whichever occurs first. The insurance policy shall be fully funded on an actuarially sound basis and underwritten by a top -rated insurance company. 7. Insurance Certificate - Manufacturer shall provide the City of Yakima with a signed Certificate of Insurance that guarantees the ten -year warranty service for the full ten - year period. The insurance policy must be fully funded in an actuarially sound basis and underwritten by a top -rated insurance company. 3.03 ON -SITE SERVICES A. Musco Lighting Company will provide an on -site engineer and /or geotechnical engineer during construction of the foundations and installation of the lighting poles and equipment. The engineer shall provide assistance to the Contractor during installation of the lighting system. This service shall be included at no additional cost to the Owner or installing contractor. B. Musco Lighting Company will provide an on -site visit by a factory technician after completion of the installation. The factory technician shall make any necessary adjustments to the aiming in order to ensure that specified maximum footcandle levels are not to exceed. This service shall be included at no additional cost to the Owner or installing contractor. END OF SECTION 13126 Z: \JAN \SPECS \020326- YK \13126.wpd January 25, 2006 • CITY OF YAKIMA BASIC ELECTRICAL REQUIREMENTS KIWANIS PARK IMPROVEMENT PROJECT – PHASE 2 Section 16010 -1 PARKS AND RECREATION DIVISION YAKIMA, WASHINGTON PART 1 — GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. General requirements for electrical work. a. Systems Descriptions b. Area classifications c. Submittals d. Records e. Coordination B. Related Sections include but are not necessarily limited to: 1. General Conditions. 2. Division 1 - General Technical Requirements. 3. Division 2 - Site Work. 4. Division 3 - Concrete. 5. Division 11 - Equipment. 6. Division 13 - Special Construction. 1.03 SYSTEMS DESCRIPTIONS A. Provide the labor, materials, and equipment necessary to furnish, install, and place into operation the lighting, power, control, and associated electrical systems of this Contract. B. Provide functioning systems in compliance with manufacturer's instructions, performance requirements specified or indicated, and modifications resulting from reviewed shop drawings and field coordinated drawings. C. Provide updated 480Y/277 volt power distribution systems including raceways, wiring, and power supply to equipment. D. Install /connect a balifield lighting system for Ball Field 4 including poles, lighting fixtures, pole bases, lighting contactors, control cabinets as well as all raceways and wiring to poles and cabinets. E. Demolish the electrical distribution system, circuits, poles and lighting fixtures for existing Ballfield No. 4. F. Provide a new electrical service in conjunction with the Power Company (Pacific Power) for existing Ballfield No. 5. G. Test, adjust and calibrate equipment and start -up all electrical equipment, instrumentation equipment, and its associated mechanical attachments as necessary to place the project into operation. H. Mark and identify circuits, equipment, and enclosures with wire numbers, nameplates, and warning signs. HLA Project No. 02032B CITY OF YAKIMA BASIC ELECTRICAL REQUIREMENTS KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 16010 -2 PARKS AND RECREATION DIVISION YAKIIVIA, VVAbt 1 UN 1.04 AREA CLASSIFICATIONS A. Areas of the project are classified as "damp" or "wet" in accordance with Article 100 - Definitions of the NEC. Additional areas are also classified as wet or damp as listed below. 1.05 DEFINITIONS A. Outdoor Areas: 1. Those locations on the Project site where the equipment is normally exposed to wind, dust, rain, snow, or similar natural environmental conditions. B. NRTL: Nationally Recognized Testing Laboratory. C. NEC: National Electrical Code 1M6 QUALITY ASSURANCE A. When a specific code or standard has not been cited, the applicable codes and standards of the following code - making authorities and standards organizations apply: 1. American Association of State Highway and Transportation Officials (AASHTO). 2. American Iron and Steel Institute (AISI). 3. American National Standard Institute (ANSI). • 4. American Society for Testing and Materials (ASTM). 5. ETL Testing Laboratories, Inc (ETL). 6. Insulated Cable Engineers Association (ICEA). 7. Institute of Electrical and Electronic Engineers (IEEE). 8. Illuminating Engineering Society of North America (IES). 9. Instrument Society of America (ISA). 10. joint industrial Council (WIC). I. Lightning Protection Institute (LPI). 12. National Electrical Manufacturers Association (NEMA). 13. National Fire Protection Association (NFPA). 14. Occupational, Health and Safety Administration (OSHA). 15. Underwriters Laboratories, Inc. (UL). B. In case of conflict or disagreement between codes, standards, laws, ordinances, rules, d raw i ngs an d atons within i rthn either document itself` the more strin regulations, UI QVVII drawings and specifications, uvr ro, yr yr nr n r r a.nr r�r uvvur r r�r ra itself, r r� more rvr ...��r a stringent condition governs. 1.07 SUBMITTALS A. See Section 01300. B. Make submittals as soon as practicable after the date of notice to proceed, but prior to purchase, • fabrication, or installation of materials or equipment Make submittals as a single package, with proposed products and materials grouped according to the sections specified in Division 16. C. Product Data: 1. Provide manufacturer's product technical data, including, but not limited to: a. Identification of the manufacturer. b. Manufacturer's product descriptive bulletin. HLA Project No. 02032B CITY OF YAKIMA BASIC ELECTRICAL REQUIREMENTS KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 16010 -3 PARKS AND RECREATION DIVISION YAKIMA, WASHINGTON c. Current, voltage, nameplate, load, impedance, and other electrical data pertinent to the Project and necessary to assure compliance with the Specifications and Drawings. D. Shop Drawings: Submit Shop Drawings containing detailed drawings, diagrams and instructions for installing, operating and maintaining the material and equipment proposed for installation in the electrical work. 1. See individual Division 16 sections for specific requirements. 2. Prior to submittal, coordinate the electrical equipment and materials, with other applicable equipment and systems of the Contract Documents, particularly process equipment and systems. Any modifications to the electrical equipment or other equipment, due to the use or submittal of process or other equipment which is different from that specified or shown on the drawings, shall be reflected in the submittal of the electrical equipment so affected. (Refer also to section 01300, 1.1 SCOPE and Section 01300, 3.5 PREQUALIFICATION AND SUBSTITUTION.) a. Where electrical equipment submitted by the Contractor is of a different size than the scaled dimensions shown on the plan, the section or elevation drawings of the Contract Documents, or where it requires clearance greater than that shown on the Contract Documents for safety, access, ventilation, or similar reasons, the Contractor shall mark and submit copies of the Contract Documents showing the actual size of the proposed equipment, its required clearances, and its placement, drawn to scale in red pencil on the copies. b. Where equipment dimensions, layout, conduit routing, or conductor and conduit quantities, sizes or types are required to be different than indicated on the contract drawings to accommodate the submitted equipment, the submittal shall clearly indicate the required changes (increased sizes, ratings of equipment or devices) and shall note that they are being provided to accommodate the submitted equipment without additional cost. The submittal shall indicate increased ratings, sizes E. Clearly indicate on submittals that equipment or material is NRTL listed or is constructed utilizing listed or recognized components. Where a NRTL standard has not been established, clearly identify that no NRTL standard exists for that equipment. F. Operation and Maintenance Manuals: 1. See specific sections for information specific to each type of equipment which is to be included in O &M manuals. 2. Provide preliminary manuals to the Engineer for review in the quantities indicated in Division 1 no later than when the electrical equipment is shipped to the job site. Drawings and Bill of Materials included in preliminary manuals shall show "as shipped" wiring and components. Provide final manuals with Record Drawings of the work upon completion of the work, folded and punched for insertion into the manual after they are reviewed by the Engineer. 3. Manuals for the electrical system consist of 3 -post, expandable metal hinge binders labeled with the job name and the Contractor's name with tab dividers for each major type of equipment. a. Provide manufacturer's installation, operation, maintenance, and service information for each item of equipment furnished under Division 16. b. Assemble and index each section listing the contents individually on the tab divider for that section. c. Compile a spare parts list and a suppliers index for each section and assemble in the section provided. d. Assemble records of tests, measurements, and calibration settings made for each device. Provide Record Drawings of the work upon completion of the work. HLA Project No. 02032B CITY OF YAKIMA BASIC ELECTRICAL REQUIREMENTS KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 16010 -4 PARKS AND RECREATION DIVISION YAKKIMA, WASHiN(. TON Fold, punch, and insert these records into the manual after they are reviewed by the Engineer. 1.08 RECORDS A. Maintain and annotate on the job at all times a separate set of Record Drawings in accordance with the General Conditions. Show changes from the Contract Documents plan drawings including: routing of hidden raceways, stubouts, actual fixture and equipment locations and equipment sizes and dimensions. Review the drawings with the Engineer as the work progresses whenever requested. At the end of the project, forward to the Engineer a complete set of drawings marked in red pencil in a manner consistent with the Contract Drawings, indicating the changes made on the job. Equipment furnished under this Contract for use on future work and all col 1l,CdtCd materials, including conduits, shall be dimensioned, on the record drawings, from visible and permanent building features. 1.09 DEMOLITION A. Demolish all existing electrical devices and circuits which are noted for demolition. Demolition includes, but is not limited to: 1. Remove all conduit, conductors, fittings, device boxes, hangers, panels, devices, etc., which are not concealed in the building structure or below grade /slab. For conduits • installed below slab, remove conductors and cut conduit flush with slab. B. Provide temporary power to existing switchboards, branch circuit panels, branch circuits, and /or directly to electrical &wines as required to keep all portions of the existing facility, which are occupied by the Owner, or required for operation, in operation at all times. Obtain approval by all appropriate code authorities, including the Department of Labor & Industries Electrical Inspection Department, for any temporary connections required. C Where electrical work t remain is damaged nr disturbed in the course of the Work remove damaged portions and install new products of equal capacity, quality, and functionality. D. Abandoned Work: Remove existing conductors from conduits, unless otherwise indicated. Where buried raceway is indicated to be abandoned in place, cut and remove the raceway 2 inches below the surface of adjacent construction. Cap and patch surface to match existing finish. E. Removal: Remove from the Project site and legally dispose of demolished material. 1.10 COORDINATION A C th int tinn of electrical systems to any part of the facility in use by the Owner at least 48 hours before interruption of the system. B. Coordinate the electrical work with the requirements of equipment provided under other Divisions. Portions of the electrical design are based upon the equipment specified in other Divisions. _ led _1__a..:_ -1 system st - required to accommodate VVIICIC modifications to the specified CICI.II II,dI JyJtClll VI systems are legll ilGU to QI.I.VII IIIIVVaIG actual electrical requirements of equipment which is specified under other Divisions of the Contract but which has electrical requirements different from those specified for the equipment, make modifications to the electrical system or systems required to accommodate the equipment. C. Where changes in the work, or substitutions in material or equipment, specified under this Division are proposed, ensure that sizes, weights, openings, and similar items are provided that HLA Project No. 02032B CITY OF YAKIMA BASIC ELECTRICAL REQUIREMENTS KIWANIS PARK IMPROVEMENT PROJECT – PHASE 2 Section 16010 -5 PARKS AND RECREATION DIVISION YAKIMA, WASHINGTON do not require changes in the work outside this Division. If changes to work outside this Division are required to accommodate substitutions or changes proposed by the Contractor, submit complete descriptions of these changes for approval by the Engineer, and pay for all such changes. No additional payment or "extras" are allowed for extra work required to accommodate substitutions or changes proposed by the Contractor. PART 2 — PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Refer to individual Division 16 sections. 1. Provide equipment, which is of a similar type, made by one manufacturer throughout the project unless otherwise noted in the Specifications. 2.02 MATERIALS A. Except as otherwise indicated, provide new materials and equipment which are standard products of manufacturers regularly engaged in production of such equipment. Provide similar items of equipment of the same quality from a single manufacturer. Where systems are specified, provide components of the system from a single manufacturer. B. Provide material or equipment approved and labeled for the purpose for which it is to be used by a nationally recognized electrical testing laboratory (NRTL) or other organization acceptable to the State of Washington Department of Labor and Industries. 1. Where NRTL test procedures have been established for the product type, provide electrical equipment approved under that procedure and bearing the NRTL label. 2. When equipment is shop fabricated for the Project, use electrical devices and enclosures which are NRTL listed and labeled or recognized. C. Where voltage, current, power, temperature or other ratings are specified that do not correspond to standard ratings of the manufacturer selected by the Contractor, furnish the next rating level which increases the capacity of the device or material in question. D. Furnish materials, devices, equipment or supplies of materials that are inherently non - corrosive or are coated or covered in a manner, acceptable to the Engineer, which renders them non- corrosive. Material that may cause rusting or streaking on a building surface shall not be used. E. Fabricate equipment or devices in the field equivalent in every respect to manufactured items used for the same purpose. Where cutting, drilling, grinding, or similar actions are performed on galvanized or painted metal, regalvanize or repaint, respectively, to match original finish. PART 3 — EXECUTION 3.01 INSTALLATION A. Make arrangements for and pay for necessary permits, licenses, and inspections. B. Install equipment in accordance with the manufacturer's instructions. C. Equipment shall be installed in accordance with the requirements of the National Electrical Code, National Electrical Safety Code, and applicable state and local regulations and ordinances. D. Equipment Dimensions and Clearances: HLA Project No. 02032B CITY OF YAKIMA BASIC ELECTRICAL REQUIREMENTS KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 16010 -6 PARKS AND RECREATION DIVISION YAKirviA, WASH iNG T Oiv 1. Dimensions indicated for electrical equipment and dimensions indicated for the installation of electrical equipment are restrictive dimensions. Verify that equipment will fit within the indicated locations and spaces. Do not use equipment that impinges upon the required clearance, reduces actual clearance, or exceeds the indicated dimensions: a. Except as approved in writing by the Engineer. 2. Do not use arrangements of equipment that impinge upon the required clearance, reduce actual clearances or exceed the space allocation. E. Equipment Access: 1. Install equipment so it is readily accessible for operation and maintenance. 2. Access to equipment shall not be blocked or concealed by conduits, supporting devices, boxes, or other items. 3. Do not install electrical equipment such that it interferes with normal maintenance requirements of other equipment. F. Do not provide materials which contain polychlorinated biphenyls, asbestos or other hazardous or detrimental materials. Do not install materials in a manner, location or construction that produces galvanic action or any other materials corroding or eroding action. Equipment fabricated from aluminum shall not be placed in direct contact with earth or concrete. Outdoor wall- mounted equipment and indoor equipment mounted on earth or water bearing walls shall be provided with corrosion - resistant spacers to maintain 1/4 IN separation between the equipment and the wall. G. Screen or seal all raceways or other openings into equipment to prevent the entrance of moisture, rodents and insects. H. Drawings indicate the approximate location and arrangement of electrical equipment and the approximate location of other equipment requiring electrical work. The general arrangement of equipment is diagrammatic and approximate as to locations. To avoid interference with equipment of other trades, it may be necessary to adjust the intended location of electrical equipment. Where minor changes are required because of finish conditions or for the convenience of the Owner, provide such changes without additional expense to the Owner. Unless specifically dimensioned or detailed, the Contractor may, at his discretion, make minor adjustments in equipment location without obtaining the Engineer's approval. 3.02 DEMONSTRATION A. Demonstrate equipment in accordance with Division 1. B. Provide assistance to the Engineer during the demonstration or observation of equipment by operating devices and equipment, opening enclosures for inspection, checking record drawing information, and similar tasks, as necessary, in the Engineer's judgement to verify all work provided. END OF SECTION HLA Project No. 02032B CITY OF YAKIMA BASIC ELECTRICAL MATERIALS AND METHODS KIWANIS PARK IMPROVEMENT PROJECT – PHASE 2 Section 16050 -1 PARKS AND RECREATION DIVISION YAKIMA, WASHINGTON PART 1 — GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Supporting devices for electrical components. 2. Electrical identification. 3. Testing 1.03 SUBMITTALS A. General: Submit each item below according to the Conditions of the Contract and Division 1 Specification Sections. B. Test reports. 1.04 QUALITY ASSURANCE A. Testing Agency Qualifications: A "Nationally Recognized Testing Laboratory" (NRTL) as defined in OSHA Regulation 1910.7, or a full member company of the InterNational Electrical Testing Association (NETA). 1. Testing Agency Field Supervision: Use persons currently certified by NETA or the National Institute for Certification in Engineering Technologies, or equal, to supervise on- site testing specified in Part 3. B. Comply with NEC for components and installation. C. Listing and Labeling: Provide products specified in this Section that are listed and labeled. 1. The Terms "Listed and Labeled ": As defined in the NEC, Article 100. 2. Listing and Labeling Agency Qualifications: A "Nationally Recognized Testing Laboratory" (NRTL) as defined in OSHA Regulation 1910.7. 1.05 COORDINATION A. Coordinate the location of connection with the equipment manufacturers or vendors prior to conduit installation, and route circuits to the actual connection point. Remove and reinstall conduit, outlet boxes and other electrical connections, even if removal and reinstallation of building materials is necessary, where electrical connections are not made to the appropriate equipment location. B. Coordinate connecting electrical circuits to components furnished under other Divisions. 1.06 SEQUENCING AND SCHEDULING A. Sequence and schedule work under this DIVISION with work under other Divisions, and cooperate in locating equipment to avoid interference with work of others, and plan this work to harmonize with the work of other trades so that all work may proceed as expeditiously as possible. HLA Project No. 02032B CITY OF YAKIMA BASIC ELECTRICAL MATERIALS AND METHODS KIWANIS PARK IMPROVEMENT PROJECT – PHASE 2 Section 16050 -2 PARKS AND RECREATION DIVISION YAKIMA, VVA9HINU I UN 1. Coordinate and schedule installing electrical identification after completion of finishing where identification is applied to field- finished surfaces. • 2. Coordinate and schedule installing electrical identifying devices and markings prior to installing acoustical ceilings and similar finishes that conceal such items. 1.07 DELIVERY, STORAGE, AND HANDLING A. See Section 01600. B. Ensure that equipment is not used as steps, ladders, scaffolds, platforms, or for storage - either inside or on top of enclosures. C. Protect nameplates on electrical equipment from defacing. D. Repair, restore, or replace damaged, corroded and rejected items at no additional cost to the Owner. PART 2 — PRODUCTS 2.01 SUPPORTING DEVICES A. Provide channel and angle support systems, hangers, anchors, sleeves, brackets, fabricated items, and fasteners for secure support of electrical components. 1. Material: a. Damp locations: Stainless steel or hot - dipped galvanized steel or aluminum, with 316 stainless steel fasteners. b. Wet Locations: All components 316 stainless steel. B. Anchors: cadmium plated or galvanized steel in dry areas; stainless steel or hot dipped galvanized steel in damp areas. Provide 316 stainless steel in all wet areas. 1. lag screws or Type A tapping screws for wood. 2. clamps or U -bolts for structural steel. 3. self drilling anchors with extension rods for hollow tile over concrete. 2.02 ELECTRICAL ENCLOSURES A. Enclosures for use with electrical equipment: 1. Provide NEMA enclosure types as indicated on the contract documents. Where the enclosure type is not indicated on the contract documents provide enclosures as follows. 2. Shop or Factory Finishes: a. Interiors of painted equipment shall be either white or light gray. 3. Standards: a. NEMA !CS -6, Enclosures for Inctwestrlal Controls and Systems. b. UL 508, Industrial Control Equipment. 4. NEMA 1: Use in unclassified (non- hazardous and non - corrosive) indoor locations which are neither wet nor damp. 5. NEMA 3R: Use in wet or outdoor locations. 2.03 ELECTRICAL IDENTIFICATION A. Manufacturer's Standard Products: Where more than one type is listed for a specified application, selection is Contractor's option, but provide single type for each application category. Use colors • prescribed by ANSI A13.1, NEC and these Specifications. HLA Project No. 02032B CITY OF YAKIMA BASIC ELECTRICAL MATERIALS AND METHODS KIWANIS PARK IMPROVEMENT PROJECT – PHASE 2 Section 16050 -3 PARKS AND RECREATION DIVISION YAKIMA, WASHINGTON B. Colored Adhesive Marking Tape for Raceways, Wires, and Cables: Self- adhesive vinyl tape not less than 3 mils thick by 1 inch wide. C. Underground Line Warning Tape: Permanent, bright - colored, continuous - printed, vinyl tape with the following features: 1. Size: Not less than 4 mils thick by 6 inches wide. a. Compounded for permanent direct - burial service. D. Tape Markers: Vinyl or vinyl - cloth, self- adhesive, wraparound type with preprinted numbers and letters. E. Color- Coding Cable Ties: Type 6/6 nylon, self - locking type. Colors to suit coding scheme. F. Engraved, Plastic- Laminated Labels, Signs, and Instruction Plates: Engraving stock, melamine plastic laminate punched for mechanical fasteners 1/16 -inch minimum thick for signs up to 20 sq. in., 1/8 inch thick for larger sizes. Engraved legend in white letters on black face. G. Fasteners for Plastic- Laminated and Metal Signs: Self- tapping stainless -steel screws or stainless -steel No. 10/32 machine screws with nuts and flat and lock washers. 2.04 TOUCHUP PAINT A. For Equipment: Provided by equipment manufacturer and selected to match equipment finish. B. For Non - equipment Surfaces: Matching type and color of undamaged, existing adjacent finish. C. For Galvanized Surfaces: Zinc -rich paint recommended by item manufacturer. PART 3 — EXECUTION 3.01 INSTALLATION A. Install the equipment and materials in a neat and workmanlike manner employing workmen skilled in the particular trade and in accordance with the manufacturer's instructions and industry standards. Maintain adequate supervision of the work by a person in charge at the site during any time that work under this division is in process or when necessary for coordination with other work. 3.02 ELECTRICAL SUPPORTING METHODS A. Wet or Damp Locations and Outdoors: Hot -dip galvanized materials, or stainless steel materials, and system components. B. Cable supports - provide cable ties and straps for clamping, tying, securing and banding wires and cables in all junction boxes, panelboards and terminal cabinets. Support each circuit independently; group phases of three phase circuits. 3.03 IDENTIFICATION A. Install labels where indicated and at locations for best convenience of viewing without interference with operation and maintenance of equipment. HLA Project No. 02032B CITY OF YAKIMA BASIC ELECTRICAL MATERIALS AND METHODS KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 16050 -4 PARKS AND RECREATION DIVISION YAKIMA, WASHINGTON B. Coordinate names, abbreviations, colors, and other designations used for electrical identification with corresponding designations indicated on the Contract Documents or required by codes and standards. Use consistent designations throughout the Project. C. Self- Adhesive Identification Products: Clean surfaces of dust, loose material, and oily films before applying. D. Tag or label power circuits for future connection and circuits in raceways and enclosures with other circuits. Identify source and circuit numbers in each cabinet, pull box, junction box, and outlet box. Color coding may be used for voltage and phase indication. E. Identify Paths of Underground Electrical Lines: During trench backfilling, for exterior underground power, control, signal, and communication lines, install continuous underground plastic line marker located directly above power and communication lines. Where multiple lines installed in a common trench or concrete envelope do not exceed an overall width of 16 inches, use a single line marker. 3.04 CLEANING AND TOUCHUP PAINTING A. Clean dirt and debris from all surfaces. Thoroughly vacuum the interior of enclosures to remove dirt and debris. B. Replace nameplates damaged during installation. C. Apply touch -up paint as required to repair scratches, etc. Field paint in accordance with Section 09900. Thoroughly clean damaged areas and provide primer, intermediate, and finish coats to suit the degree of damage at each location. Follow paint manufacturer's written instructions for surface preparation and for timing and application of successive coats. 3.05 TESTING A. Test electrical equipment after installation but before it is energized and placed in service. Report all test results in writing. Where tests disclose a defect in the work, rework or repair work at no additional expense to the Owner and retest to confirm the rework or repair until retesting confirms that the defect has been corrected. Test in accordance with the manufacturer's installation and testing instructions and the applicable electrical standards (i.e., NEMA, IEEE, ISA, ANSI, or other) tor +L... ..1.-..... ..t .. .-.+ ivi the class vi cquip� n. 1. Test the equipment and electrical circuits for proper connection, continuity, and absence of undesirable shorts and grounds. Test wire and cable installation, when complete and seventy -two hours prior to energization of the system. Check for continuity, visual damage, marking, and proper phase sequence before performing insulation testing. 2. Megger breakers and circuits phase -to -ph and phase -to- ground disconnecting and reconnecting equipment which cannot be meggered as required. The minimum acceptable steady -state value is 50 megohms. Record ambient temperature and humidity during testing. 3. Adjust installed equipment for proper operation of all electrical and mechanical +s components. 4. After installation, all equipment shall be tested as recommended by the manufacturer. B. Rework or repair equipment which performs unsatisfactorily during or as a result of testing at no additional expense to the Owner. Replace equipment and systems found inoperative or defective and retest: HLA Project No. 02032B CITY OF YAKIMA BASIC ELECTRICAL MATERIALS AND METHODS KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 16050 -5 PARKS AND RECREATION DIVISION YAKIMA, WASHINGTON 1. If equipment or system fails retest, replace it with products which conform with Contract Documents. 2. Continue remedial measures and retests until satisfactory results are obtained. 3. Remedial measures and retests will be done at no cost to the Owner. C. Demonstrate to the Owner that the electrical installation is working by operating all electrical systems and equipment. Simulate control and emergency conditions, artificially where necessary, for complete system tests. END OF SECTION HLA Project No. 02032B CITY OF YAKIMA GROUNDING KIWANIS PARK IMPROVEMENT PROJECT – PHASE 2 Section 16060 -1 PARKS AND RECREATION DIVISION YAKIMA, VVAbtlINCji T UN PART 1 -- GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes grounding of electrical systems and equipment and basic requirements for grounding for protection of life, equipment, circuits, and systems. Grounding requirements specified in this Section may be supplemented in other Sections of these Specifications. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Section 16120 "Conductors and Cables" for requirements for grounding conductors. 1.03 SUBMITTALS A . General: Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections. 1. Field tests. 1.04 QUALITY ASSURANCE A. Comply with NEC. B. Comply with UL 467. C. Listing and Labeling: Provide products specified in this Section that are listed and labeled. 1. The Terms "Listed" and "Labeled ": As defined in the NEC, Article 100. 2. Listing and Labeling Agency Qualifications: A "Nationally Recognized Testing Laboratory" (NRTL) as defined in OSHA Regulation 1910.7. PART 2 — PRODUCTS s 01 a i =isf'"ti ND iN AND B N ciSi G PRODUCTS L.V 1 VI \V VI•V11 \V AI \V IJVI•V11 \V A. Governing Requirements: Where types, sizes, ratings, and quantities indicated are in excess of NEC requirements, the more stringent requirements and the greater size, rating, and quantity indications govern. 2.02 WIRE AND CABLE GROUNDING CONDUCTORS A. Comply with Division 16 Section "Conductors and Cables." Conform to NEC Table 8, except as otherwise indicated, for conductor properties, including stranding. B. Equipment Grounding Conductors: Insulated with green color insulation. 2.03 CONNECTOR PRODUCTS A. Pressure Connectors: High - conductivity - plated units. HLA Project No. 02032B CITY OF YAKIMA GROUNDING KIWANIS PARK IMPROVEMENT PROJECT – PHASE 2 Section 16060 -2 PARKS AND RECREATION DIVISION YAKIMA, WASHINGTON B. Bolted Clamps: Heavy -duty type. C. Exothermic - Welded Connections: Provided in kit form and selected per manufacturer's written instructions for specific types, sizes, and combinations of conductors and connected items. Burndy, Thermoweld, or Cadweld. PART 3 — EXECUTION 3.01 APPLICATION A. Equipment Grounding Conductors: Comply with NEC Article 250 for types, sizes, and quantities of equipment grounding conductors, except where specific types, larger sizes, or more conductors than required by NEC are indicated. 1. Install insulated equipment grounding conductor with circuit conductors for the items below. a. Flexible raceway runs. 2. Nonmetallic Raceways: Install an equipment grounding conductor in nonmetallic raceways. Bond the conductor at each end to grounded metallic raceway or equipment and to metallic covers of junction boxes. 3.02 INSTALLATION A. General: Ground electrical systems and equipment according to NEC requirements, except where Drawings or Specifications exceed NEC requirements. 3.03 CONNECTIONS A. General: Make connections so possibility of galvanic action or electrolysis is minimized. Select connectors, connection hardware, conductors, and connection methods so metals in direct contact will be galvanically compatible. 1. Use electroplated or hot - tin - coated materials to assure high conductivity and to make contact points closer in order of galvanic series. 2. Make connections with clean, bare metal at points of contact. 3. Coat and seal connections having dissimilar metals with inert material to prevent future penetration of moisture to contact surfaces. B. Use Exothermic - Welded Connections for underground connections. Acceptable manufacturers are Burndy, Thermoweld, or Cadweld. Comply with manufacturer's written instructions. Clean all varnish, oxide, scale, concrete, etc. from conductors before firing joints. Welds that are puffed up or that show convex surfaces indicating improper cleaning are not acceptable. C. Noncontact Metal Raceway Terminations: Where metallic raceways terminate at metal housings without mechanical and electrical connection to housing, terminate each conduit with a metallic, insulating grounding bushing. Connect grounding bushings with a bare grounding conductor to grounding bus or terminal in housing. Bond electrically noncontinuous conduits at both entrances and exits with grounding bushings and bare grounding conductors, except as otherwise indicated. D. Tighten screws and bolts for grounding and bonding connectors and terminals according to manufacturer's published torque- tightening values. Where these requirements are not available, use those specified in UL 486A. E. Compression -Type Connections may be used where connections are accessible above grade: Use hydraulic compression tools to provide correct circumferential pressure for compression HLA Project No. 02032B CITY OF YAKIMA GROUNDING KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 16060 -3 PARKS AND RECREATION DIVISION YAKIMA, WASHINGTON connectors. Use tools and dies recommended by manufacturer of connectors. Provide embossing die code or other standard method to make a visible indication that a connector has been adequately compressed on grounding conductor. 3.04 FIELD QUALITY CONTROL A. Tests: 1. Equipment grounding connections shall be checked by the Contractor in the presence of the Engineer with a Biddle ground ohmmeter. END OF SECTION HI A Project No. 02032B CITY OF YAKIMA CONDUCTORS AND CABLES KIWANIS PARK IMPROVEMENT PROJECT– PHASE 2 Section 16120 -1 PARKS AND RECREATION DIVISION YAKIMA, WASHINGTON PART 1 — GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes building wires and cables and associated connectors, splices, and terminations for wiring systems rated 600 V and less. 1.03 SUBMITTALS A. Field Test Reports: Indicate and interpret test results for compliance with performance requirements. 1.04 QUALITY ASSURANCE A. Testing Agency: Utilize an independent testing agency meeting OSHA criteria for accreditation of testing laboratories, Title 29, Part 1907; or which is a full- member company of the InterNational Electrical Testing Association. 1. Testing Agency's Field Supervisor: Person currently certified by NETA, or equal, to supervise on -site testing specified in Part 3. B. Listing and Labeling: Provide wires and cables specified in this Section that are listed and labeled. 1. The Terms "Listed" and "Labeled ": As defined in NEC, Article 100. 2. Listing and Labeling Agency Qualifications: A "Nationally Recognized Testing Laboratory" as defined in OSHA Regulation 1910.7. C. Comply with NEC. PART 2 — PRODUCTS 2.01 WIRES AND CABLES A. UL- listed building wires and cables with conductor material, insulation type, cable construction, and rating as specified in Part 3 "Wire and Insulation Applications" Article. B. Thermoplastic Insulation Material: Comply with NEMA WC 5. C. Cross - Linked Polyethylene Insulation Material: Comply with NEMA WC 7. D. Ethylene Propylene Rubber Insulation Material: Comply with NEMA WC 8. E. Conductor Material: Copper. F. Stranding: 1. Class B for power applications. 2. Class C for control applications. HLA Project No. 02032B CITY OF YAKIMA CONDUCTORS AND CABLES KIWANIS PARK IMPROVEMENT PROJECT – PHASE 2 Section 16120 -2 PARKS AND RECREATION DIVISION YAKIMA, 1NA5HIN(7 I UN G. Size and Type: 1. Solid or stranded conductor for No. 10 AWG and smaller gauge power circuits; 2. Stranded conductor for larger gauge than No. 10 AWG power circuits. 3. Stranded conductors for control circuits. 4. Grounding conductors: solid conductor in sizes No. 6 AWG and smaller gauge; stranded in No. 4 AWG and larger gauge. 2.02 SPECIALTY WIRE A. Specialty wire: As specified in the section describing the system it serves. 2.03 CONNECTORS AND SPLICES A. Provide UL- listed, factory- fabricated wiring connectors and splices of size, ampacity rating, material, type, and class for application and service indicated. B. Conductor Taps: 1. Solid Conductors size 18 through 10 AWG: Twist on insulated spring connectors. 2. Stranded Conductors size 18 through 6 AWG: insulated, solid barrel, crimp type plated copper alloy connectors. 3. Conductors size 4 AWG and larger: plated copper alloy compression splicing sleeves installed by high pressure compression tools and insulated with heat shrink Raychem sleeves. 4. Outdoors or wet areas: wire splice kits, epoxy resin, hardener, and mold. 3M Scotchcast or equal. C. Terminations: suitable for 75 degree Celsius rated copper conductor. 1. Service and feeder circuits: compression indent barrel connectors with one or two hole spade lug ends. 2. Conductor size 18 through 10 AWG: insulated, solid e .uppei barrel, cr imp type, plated copper alloy spade tongue terminal, made for the wire size and terminal on which they are installed and crimped with an approved plier or tool for the connector. 3. Conductor size 8 AWG and larger: compression, indent, solid copper barrel, one or two hole lugs. 2.04 INSULATING MATERIALS A. Fillers: Scotchfi!!, or equal. B. Tape: 7 mil vinyl plastic tape, Scotch 33 +, or equal. PART 3 — EXECUTION 3.01 EXAMINATION A. Examine raceways and building finishes to receive wires and cables for compliance with rPrii iiramPntc fnr installatinn tnIeTenrac anti nthnr rnnriitinne nffcrtinn perFnrmenro of wires a cables. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.02 WIRE AND INSULATION APPLICATIONS A. Feeders: Type USE /RHW /RHH, in raceway. HI.A Project No. 02032E CITY OF YAKIMA CONDUCTORS AND CABLES KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 16120 -3 PARKS AND RECREATION DIVISION YAKIMA, WASHINGTON B. Branch circuits: Type USE /RHW /RHH, in raceway. C. Equipment Grounding Conductors: Same type insulation and conductor as the circuit conductors supplying the equipment to be grounded. D. Class 1 and 2 Control Circuits: Type MTW /THWN, size #14 AWG or larger, in raceway. 3.03 INSTALLATION A. Install wires and cables in raceway system, according to manufacturer's written instructions and NECA's "Standard of Installation ", after raceway system is complete, and following "Examination" article of this section. B. Provide individual neutral conductors for each circuit. Common neutral conductors for multi branch circuits are not permitted unless specifically shown on the drawings. C. Install instrumentation and control circuits continuously except for termination on terminal strips in control panels or terminal cabinets. D. Color code conductors as follows: 1. Grounding conductors: Green. 2. 480/277 volt, three phase systems: a. Phase A - brown b. Phase B - orange c. Phase C - yellow d. Neutral - gray 3. 208Y/120, three phase systems: a. Phase A - black b. Phase B - red c. Phase C - blue d. Neutral - white 4. Use wire with insulation of required color for conductors of #8 AWG and smaller. For wire larger than No.8 AWG which is not available in specified colors, use self- adhesive, wrap- around cloth type markers of solid colors to code the conductors. When conductors are marked in this manner, mark each conductor at all accessible locations such as panelboards, junction boxes, pullboxes, auxiliary gutters, outlets, switches, and control centers. 5. Do not use white or green color for any power, lighting, or control conductor not intended for neutral or grounding purposes. a. low voltage control circuits, or 18 AWG or smaller control conductors, may use green or white singly or as part of a trace color in addition to the base color. 6. Use control wiring of colors different than power wiring or supplied with a trace of color in addition to the basic color of the insulation. Use the same color scheme throughout a given system for any control or signal wires performing the same function. 7. Connect circuit conductors of the same color to the same phase throughout the installation. Viewing all equipment from the front, make connections so phase color sequence is in the same order as that for panelboards, switchboards, motor control • centers, etc. E. Install wiring to equipment neutral and grounding blocks on the bottom or furthest back row first. Leave unconnected blocks accessible for future neutral or grounding connections. HLA Project No. 02032B CITY OF YAKIMA CONDUCTORS AND CABLES KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 16120 -4 PARKS AND RECREATION DIVISION YAKIIVIA, WASHINGTON F. Leave six inches or more of free conductor at each connected device or equipment terminal and nine inches of free conductors at each unconnected outlet. Tape free ends of conductors at unconnected outlets and coil neatly in outlet box. G. Install wires neatly in enclosures. Bend or form wires in neat runs from conduits to terminals. Arrange wires so that they may be grouped by conduit or function in the enclosure. Install cable ties and straps to support and bundle wires in enclosures. Arrange wires to allow wire tags and numbers to be easily read without bending or flexing wiring. H. Install grounding conductors in non- metallic raceways, and in flexible conduit connecting to mechanical equipment. Pulling Conductors: 1. Make all cable pulls by hand. Use pulling means, including fish tape, cable, rope, and basket -weave wire /cable grips, or wrapping extra conductor into an eye, that will not damage c or raceway. 2. Use manufacturer - approved pulling compound or lubricant where necessary; compound used must not deteriorate conductor or insulation. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values. Install pullboxes where necessary to prevent exceeding manufacturer's recommendations. 3 Cut cable conductor ends off f • 1. all lubricant d/ r po lin �. :,u� cau�� or coy �uue,�or ends o.. after pulling and dean a.. and/or pulling compound from conductors before terminating. J. Identify wires and cables according to Section 16050 "Basic Electrical Materials and Methods." 1. At each connection, except at motors, tag for phase rotation. 2. In each enclosure or box where more than one ungrounded power conductor is spliced or connected, tag for panelboard identification and pole number. 3.04 CONNECTIONS A Use the proper high r�recci rro compression tool for terminating indent tuna compression %J0e the p ope.r high P!' esai. a ..... e ool .v. fermi....... . ............ co . connectors or terminations on conductors of size #8 AWG or larger gauge. Use an approved pliers or tool for crimping connectors for conductors of size #10 AWG or smaller gauge. B. Make splices or bolted connections with filler, and tape that possess equivalent or better mechanical strength and insulation ratings than conductors being spliced. Insulate to same ti'rir'it - .rte rrl r5rrrsr•irzrc 'r. in r, i e •r. ti rlr i•rl ilPir= i.e'-ir -ei C. Wiring at Outlets: Install conductor at each outlet, with at least 12 inches of slack. D. Connect outlets and components to wiring and to ground as indicated and instructed by manufacturer, and in compliance with other Sections of Division 16. E. Tighten electrical connectors and terminals according to manufacturer's published torque - tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A. F. Make connections so phase color sequence at equipment, when viewed from the front, is in the same order as that for panelboards, switchboards, or other distribution equipment. 3.05 FIELD QUALITY CONTROL A . Agency: Engage a qualified independent t a ge nc y to perform field quality-control r Testing E e. . ge.� e. �. y e, qea e. r , e.. testing agency to Y" M testing. HLA Project No. 02032B CITY OF YAKIMA CONDUCTORS AND CABLES KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 16120 -5 PARKS AND RECREATION DIVISION YAKIMA, WASHINGTON B. Test installation of wires and cables before electrical circuitry has been energized. 1. Procedures: Perform each visual and mechanical inspection and electrical test stated in NETA ATS, Section 7.3.1. Certify compliance with test parameters. 2. Remove and replace conductors with visible damage on conductor insulation ends due to installation in an incomplete or damaged conduit system such as, but not limited to, missing bushings or burrs on conduit ends. C. Correct malfunctioning conductors, cables, and connections at Project site, where possible, and retest to demonstrate compliance; otherwise, remove and replace with new materials and retest. END OF SECTION HLA Project No. 02032B CITY OF YAKIMA RACEWAYS AND BOXES KIWANIS PARK IMPROVEMENT PROJECT — PHASE 1 Section 16130 -1 PARKS AND RECREATION DIVISION YAKiivII , VVASHiNG T ON PART 1 -- GENERAL 1.01 RELATED DOCUMENTS 1. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes raceways, fittings, boxes, enclosures, and cabinets for electrical wiring. 1. Raceways include the following: a. RMC. b. PVC externally coated, rigid steel conduits. c. LFMC. d. RNC. 2. Boxes, enclosures, and cabinets include the following: a. Device boxes. b. Puii and junction boxes. c. Cabinets and hinged -cover enclosures. B. Related Sections include the following: 1. Section 16050 "Basic Electrical Materials and Methods" for raceway and box supports. 2. Section 16120 "Conductors and Cables" for conductors installed in raceways and boxes. 1.03 DEFINITIONS A. FMC: Flexible metal conduit. B. LFMC: Liquidtight flexible metal conduit. RMC: •.� & ., RIVIIs. Rilg. iu I I It Ldl conduit. D. RNC: Rigid nonmetallic conduit. 1.04 SUBMITTALS A . Product Data: Nona required_ 1.05 QUALITY ASSURANCE A. Listing and Labeling: Provide raceways and boxes specified in this Section that are listed and labeled. 1. The Terms "Listed" and "Labeled ": As defined in NEC, Article 100. 2. Listing and Labeling Agency Qualifications: A "Nationally Recognized Testing Laboratory" as defined in OSHA Regulation 1910.7. B. Comply with NECA's "Standard of Installation." C. Comply with NEC. 1.06 COORDINATION A. Coordinate layout and installation of raceways and boxes with other construction elements to ensure adequate headroom, working clearance, and access. HLA Project No. 02032A CITY OF YAKIMA RACEWAYS AND BOXES KIWANIS PARK IMPROVEMENT PROJECT – PHASE 1 Section 16130 -2 PARKS AND RECREATION DIVISION YAKIMA, WASHINGTON PART 2 — PRODUCTS 2.01 METAL CONDUIT AND TUBING A. RMC: 1. Conduit: Hot dipped galvanized steel with threaded ends meeting ANSI C80.1. 2. Couplings: unsplit, NPT threaded steel cylinders with galvanizing equal to the conduit. 3. Nipples: same as conduit, factory made through eight inches, no running threads. B. Plastic- Coated Steel Conduit and Fittings: NEMA RN 1. C. LFMC: 1. Conduit: flexible, galvanized steel convolutions forming a continuous raceway, covered by a liquid tight PVC layer. Electri -Flex Type LA or American Sealtite, Type UA 2. Connectors: galvanized steel, screw in, grounding type with a ferrule which covers the end of the conduit inside and out. D. Fittings: NEMA FB 1; compatible with conduit/tubing materials. 2.02 NONMETALLIC CONDUIT AND TUBING A. RNC: NEMA TC 2, Schedule 40 or 80 PVC. B. Fittings: NEMA TC 3; match to conduit or conduit/tubing type and material. 2.03 OUTLET AND DEVICE BOXES A. Outdoors, below grade, wet locations, or exposed in indoor locations: galvanized, cast iron alloy or cast aluminum box, one piece, with threaded holes or hubs, and with neoprene gaskets and galvanized cast iron alloy cover. 1. Surface mount boxes have integral mounting lugs. 2.04 PULL AND JUNCTION BOXES A. Wet locations, outdoors, or below grade : 1. FRP plastic with gasketed screw -down cover. 2. Cast -Metal Boxes meeting NEMA FB 1, with gasketed screw down cover. 3. Boxes 6 "x6 "x4" or larger may be code gauge fabricated steel continuously welded at seams and hot - dipped galvanized after fabrication with floor seams and rubber gasketed covers. B. Underground circuits: In accordance with the Washington State Department of Transportation's Standard Plan No. J -11 a, Design B. 2.05 MISCELLANEOUS FITTINGS 1. Conduit bodies shall be cast or malleable iron, hot dipped galvanized. Covers shall be of the same material and finish as the fitting. Appleton, Crouse Hinds, OZ Gedney, or equal. 2. Locknuts and conduit bushings shall be malleable iron. Appleton, Crouse Hinds, OZ Gedney, or equal 3. Conduit sealing bushings shall be OZ Gedney Type CSM series. Cabinet sealing bushing shall be OZ Gedney Type GRK. 4. Conduit sealing fittings, drains and breathers shall be OZ Gedney Type EY and DB, or equal Appleton or Crouse Hinds. HLA Project No. 02032A CITY OF YAKIMA RACEWAYS AND BOXES KIWANIS PARK IMPROVEMENT PROJECT – PHASE 1 Section 16130 -3 PARKS AND RECREATION DIVISION YAKIMA, VVA HIN TUN 5. Conduit spacers for direct buried or encased in concrete raceways shall be Underground Devices, Inc. "Wunpeece Spacers ". PART 3 — EXECUTION 3.01 EXAMINATION 3.02 WIRING METHODS A. Where the manufacturer of equipment provided by the Contractor recommends or requires rigid metal conduit for circuits associated with the equipment, provide rigid metal conduit for the entire circuit, even if other conduit types would otherwise be permitted under these specifications. B. Outdoors: Use the following wiring methods: 1. Exposed: RMC. 2. Underground: RNC or PVC coated rigid steel, except use only PVC coated rigid steel where rigid steel conduit is indicated on the Contract Documents for underground circuits . Where RNC is used, transition to PVC coated rigid steel at stub up locations and at entrances to buildings or other locations where the raceway changes from buried to exposed conditions. 3.03 INSTALLATION A. Install raceways, boxes, enclosures, and cabinets as indicated, according to manufacturer's written instructions. Provide a raceway for each circuit indicated. Do not gang raceway into wireways, pillboxes, junction boxes, etc., without specific approval. Do not group home runs or circuits without approval of the Engineer. B. Minimum Raceway Size: 1/4 inch trade size for underground circuits, %2 inch trade size for other circuits. C. Instal! rigid metal conduit unless other raceways are shown on the Contract Documents, are required by Code, or are permitted under these specifications. PVC rigid conduit may be used for • straight runs embedded in concrete or run underground under concrete slabs, except where rigid steel conduits are indicated for these runs. Provide PVC coated rigid steel elbows for all PVC runs. D. Install conduit as a complete, continuous system without wires, mechanically secure and electrically connected to all metal boxes, fittings and equipment. Blank off all unused openings using factory made knockout seals. E. Wherever practical, route conduit with adjacent ductwork or piping and support on common racks. Base required strength of racks, hangers, and anchors on combined weights of conduit and piping. F. Where several circuits follow a common route, stagger pullboxes or fittings, or if shown grouped in one box, individually fireproof each conduit. G. Keep raceways at least 6 inches away from parallel runs of flues and steam or hot -water pipes or other heat sources operating at temperatures above one - hundred degrees Fahrenheit. Install horizontal raceway runs above water and steam piping. H. Embed raceway in masonry in the hollow core. Horizontal runs in the joint are not permitted. HLA Project No. 02032A CITY OF YAKIMA RACEWAYS AND BOXES KIWANIS PARK IMPROVEMENT PROJECT — PHASE 1 Section 16130 -4 PARKS AND RECREATION DIVISION YAKIMA, WASHINGTON Underground raceway runs 1. Install direct buried rigid plastic or rigid steel conduit where underground runs are shown. Provide a half lapped wrap of Scotchrap No. 51 plastic tape or a coat of Kopper's Bitumastic No. 505 or factory PVC coating, 20 mils minimum thickness, for rigid steel conduit, underground or encased in concrete. 2. Install conduit run below slab in a trench. Do not run conduit just below the slab or at the edge of the slab. 3. Run as straight as practicable. Make changes in direction and /or grade of sufficient length to allow a gradual change (three foot radius minimum). Make slight offsets with five degree couplings. 4. Provide conduit spacers for underground raceways where more than one conduit is placed in a trench. 5. Run trench true, and clear of stones or soft spots. Place three inches of fine sand in the trench bottom and tamp into place. Provide preformed plastic spacers on top of sand spaced five feet on center. After the raceway is placed in the trench, backfill six inches with sand, then with native earth backfill passing a No. 8 sieve, free of stones. Do not tamp on top of the conduit until the final backfill is placed. Tamp or water settle the final backfill to finish the grade. Compact the backfill as specified under Division 2 "Earthwork ". 6. Mark direct buried conduit by a one inch thick concrete ribbon painted red or yellow or a strip of yellow marking tape placed a minimum of twelve inches below grade during backfilling of the trench. 7. Clean underground and embedded conduit two -inch size and above with a wire brush or swab, followed by a mandrel not less than twelve inches long and approximately one - quarter inch smaller in diameter than the conduit internal diameter. J. Where raceway exits from grade or concrete, provide the following: 1. In "wet" areas, provide rigid steel conduit coated with 20 mils PVC for a minimum of 24 inches before exiting. 2. For runs exiting from grade, slabs or encasement, provide a rigid steel elbow and adapter. In "wet" areas, use elbows 20 mil PVC coated. 3. Do not extend plastic conduit above grade or into equipment. K. Bend and offset metal conduit with hickey or power bender, standard elbows, conduit fittings or pull boxes. Bending of PVC shall be by hot box bender and, for PVC two inches in diameter and larger, expanding plugs. Make elbows, offsets and bends uniform and symmetrical. Make bends and offsets so ID is not reduced. Keep legs of bends in the same plane and straight legs of offsets parallel, unless otherwise indicated. L. Connect conduit to hubless enclosures, cabinets and boxes with double locknuts and with insulating type bushings. Use grounding type bushings where connecting to concentric or eccentric knockouts. Connect to enclosures, boxes and devices from below in wet areas. Make conduit connections to enclosures at the nearest practicable point of entry to the enclosure area where the devices are located to which the circuits contained in the conduit will connect. M. Penetrations for raceways: N. Raceway terminations and connections: 1. Join raceways with fittings designed and approved for the purpose and make joints tight. 2. Make threaded connections waterproof and rustproof by application of a watertight, conductive thread compound. Clean threads of cutting oil before applying thread compound. 3. PVC Externally Coated, Rigid Steel Conduits: Use only fittings approved for use with that material. Patch all nicks and scrapes in PVC coating after installing conduits. HLA Project No. 02032A CITY OF YAKIMA RACEWAYS AND BOXES KIWANIS PARK IMPROVEMENT PROJECT — PHASE 1 Section 16130 -5 PARKS AND RECREATION DIVISION YAKIMA, WASHINC5I UN 4. Apply PVC adhesive by brush. 5. Make raceway terminations tight. Use bonding bushings or wedges at connections subject to vibration. Use bonding jumpers where joints cannot be made tight. 6. Cut ends of conduit square with hand or power saw or pipe cutter. Ream cut ends to remove burrs and sharp ends. Make conduit threads which are cut in the field to have same effective length and same thread dimensions and taper as specified for factory-cut threads. 7. Flexible Connections: Use maximum of 18 inches of flexible conduit for equipment subject to movement. Install flexible conduit in a straight length. Do not use flexible conduit in place of elbows, offsets, or fittings to attach to fixed equipment. With the Engineer's approval, longer lengths of flexible conduit may be used for connection to items of equipment which require longer lengths for installation and removal of the equipment for maintenance or replacement purposes. 8. Provide double locknuts and insulating bushings at conduit connections to boxes and cabinets. Align raceways to enter squarely and install locknuts with dished part against the box. Use grounding type bushings where connecting to concentric or eccentric knockouts. in "wet" areas, use locknuts of the sealing type or use Myers hubs. 9. Where raceways are terminated with threaded hubs, screw raceways or fittings tightly into the hub so the end bears against the wire protection shoulder. Where chase nipples are used, align raceways so the coupling is square to the box and tighten the chase nipple so no threads are exposed. O. Keep conduits clean and dry and close each end left exposed. When blowing through conduits, cover electrical components installed in enclosures to avoid blowing dirt or water into equipment. Use temporary closures to prevent foreign matter from entering raceways. P. install pull wires in empty raceways. Use No. 14 AWG zinc - coated steel or monofilament plastic line with not less than 200-lb tensile strength. Leave at least 8 inches of slack at each end of the pull wire. Device and Outlet Boxes • 1. Arrange boxes used in wet areas to drain moisture away from devices or enclosures for equipment and make conduit connections from below. R. Install pullboxes for underground raceway systems true to line and grade. Provide a compacted foundation of fine sand or three - eighths minus crushed rock for the bearing surface edges of the pullboxes. S. Install hinged-cover enclosures and cabinets plumb. Support at each corner. 3.04 PROTECTION A. Provide final protection and maintain conditions, in a manner acceptable to manufacturer and Installer, is at that ensure coatings, finishes, and cabinets are without d t damage pr et tCi ipr atlfiil� at tl"Ie time of Substantial Completion. 1. Repair damage to galvanized finishes with zinc -rich paint recommended by manufacturer. 2. Repair damage to PVC or paint finishes with matching touchup coating recommended by manufacturer. 3.05 CLEANING A. On completion of installation, including outlet fittings and devices, inspect exposed finish. Remove burrs, dirt, and construction debris and repair damaged finish, including chips, scratches, and abrasions. HLA Project No. 02032A CITY OF YAKIMA RACEWAYS AND BOXES KIWANIS PARK IMPROVEMENT PROJECT — PHASE 1 Section 16130 -6 PARKS AND RECREATION DIVISION YAKIMA, WASHINGTON END OF SECTION HLA Project No. 02032A • CITY OF YAKIMA WIRING DEVICES KIWANIS PARK IMPROVEMENT PROJECT – PHASE 2 Section 16140 -1 PARKS AND RECREATION DIVISION TAKIIVII , WASHINGTON PART 1 — GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes various types of receptacles and finish plates. 1.03 SUBMITTALS A. No submittals are required. 1.04 QUALITY ASSURANCE A. Comply with NEC for devices and installation. B. Listing and Labeling: Provide products that are listed and labeled for their applications and installation conditions and for the environments in which installed. 1. The Terms "Listed" and "Labeled ": As defined in the National Electrical Code, Article 100. 2. Listing and Labeling Agency Qualifications: A "Nationally Recognized Testing Laboratory" (NRTL) as defined in OSHA Regulation 1910.7. PART 2 -- MATERIALS 2.01 MANUFACTURERS A Available n6.,..,..f.,.. +. Subject to .....�...1:...........: +L, requirements, _.......... -+_ .Y __..r__i. .____ offering e e--eea Manufacturers: Subject to compliance with requirements, manu acturers offering. products that may be incorporated in the Work include the following: 1. Wiring Devices: a. Cooper Wiring Devices. b. Bryant Electric, Inc. c. Hubbell Inc. d. Killark Electrical Mfg. Co. e. Leviton Mfg. Co., Inc. f. Pass & Seymour /Legrand. g. Crouse - Hinds h. Paragon Mulberry j. Square -D 2.02 WIRING DEVICES A. Comply with NEMA Standard WD 1, "General Purpose Wiring Devices." B. Enclosures: NEMA 3R equivalent, except as otherwise indicated. C. Color: Ivory except as otherwise indicated or required by Code. HLA Project No. 02032B CITY OF YAKIMA WIRING DEVICES KIWANIS PARK IMPROVEMENT PROJECT – PHASE 2 Section 16140 -2 PARKS AND RECREATION DIVISION YAKIMA, WASHINGTON D. Receptacles, Straight – Blade, Special Features: Comply with the basic requirements specified above for straight -blade receptacles of the class and type indicated, and with the following additional requirements: 1. Ground -Fault Circuit Interrupter (GFCI) Receptacles: UL Standard 943, "Ground Fault Circuit Interrupters," with integral NEMA 5 -20R duplex receptacle arranged to protect only the connected receptacle and no other receptacles connected on the same circuit. E. Wall Plates: Single and combination types that mate and match with corresponding wiring devices. Features include the following: 1. For areas with exposed electrical construction: Galvanized steel. F. Device Box Covers: Cast aluminum or cast iron to match box to which installed. PART 3 — EXECUTION 3.01 INSTALLATION A. Install devices and assemblies plumb, level, flush and secure. Provide spacers on device screws to flush yokes or flanges to surface of wall within 1/16 inch where boxes are not flush with the wall surface. Install wiring devices such as receptacles to withstand 50 pounds force applied perpendicular to the device face with a maximum deflection of 1/16 inch. B. Connect phase, neutral, and grounding wires to devices with full loops around screws installed to tighten with tightening of the screw. Trim insulation to within one - eighth inch of screw terminal. C. Use corrosion resistant devices outdoors. 3.02 GROUNDING A. Connect receptacle or switch ground lug to device box for devices other than isolated ground type. 3.03 FIELD QUALITY CONTROL A. Testing: 1. Test wiring devices for proper connections, polarity and ground continuity. Perform this testing with testing equipment designed for testing polarity and connections. 2. Operate each operable device at least 6 times. 3. Test ground -fault circuit interrupter operation with local fault simulations, using a tester designed for such testing, and according to manufacturer recommendations. Testing with integral test switches on the receptacle is not sufficient for this testing. B. Replace damaged or defective components, and retest. 3.04 CLEANING A. General: Internally clean devices, device outlet boxes, and enclosures. Replace stained or improperly painted wall plates or devices. END OF SECTION HLA Project No. 02032B CITY OF YAKIMA ELECTRICAL UTILITY SERVICES KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 16210 -1 PARKS AND RECREATION DIVISION YAKiinA, vvya nildGTvIv PART 1 — GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: The electrical service and connection to the commercial electrical power Utility system (Pacific Power) and the work required in conjunction with Pacific Power for their revenue metering. B. Related Sections: The following Sections contain requirements that relate to this Section: 1. Section 16120 "Conductors and Cables" for service entrance conductors not provided by the utility. 2. Section 16130 "Raceway and Boxes" for raceways used for utility conductors and service entrance conductors. 3. Section 16060 "Grounding" for grounding of electrical services. PART 2 — PRODUCTS 2.01 MATERIALS A. Revenue p .a .a b.... P n._. - h\. rs. veiiuti IVIGIGIS. provided by Pacific I uWtn. B. Meter Sockets and Enclosures: 1. Provide equipment as required by Pacific Power for their revenue metering. 2. Provide accessory equipment and wiring as required by Pacific Power. PART 3 — EXECUTION 3.01 APPLICATION . • A. Coordinate with Pacific Power to ensure that their metering and service requirements are met. 1. The Contractor is responsible for any work necessary to place the service in operation as a complete installation. Provide any materials required and do any work necessary that is not provided or completed by Pacific Power. 2. Service charges or construction fees required for the electrical services to the project will E be paid directly by the Owner. 3. Provide excavation and backfill for Pacific Power's circuits. Locate the trench for such circuits as directed by the utility. 4. Provide excavation, vaults, and equipment pads to utility requirements for transformer, sectionalizer, or similar Pacific Power equipment. 3.02 INSTALLATION A. Pacific Power will: 1. Install the primary conductors and primary distribution and switching equipment 2. Install the power transformers. 3. Install the revenue meters 4. Connect the secondary circuit conductors to Pacific Power's transformer. HLA Project No. 02032B • CITY OF YAKIMA ELECTRICAL UTILITY SERVICES KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 16210 -2 PARKS AND RECREATION DIVISION YAKIMA, WASHINGTON B. The Contractor is responsible to install the following: 1. Conduit for the primary conductors. 2. Current transformers and potential transformers furnished by Pacific Power. 3. Secondary circuit. 4. Meter sockets and enclosures, including current transformer or other enclosures associated with utility revenue metering equipment. 5. Underground vaults and /or equipment pads for utility transformers. END OF SECTION HLA Project No. 02032B CITY OF YAKIMA EXTERIOR LIGHTING KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 16520 -1 PARKS AND RECREATION DIVISION YAKIAAA, vvASHHNG T ON PART 1 — GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes exterior lighting fixtures, lamps, ballasts and accessories. 1.03 DEFINITIONS A. Fixture: A complete lighting device. Fixtures include a lamp or lamps and parts required to distribute light, position and protect lamps, and connect lamps to power supply. B. Lighting Unit: A fixture or an assembly of fixtures with a common support, including a pole or bracket plus mounting and support accessories. • C. Luminaire: A fixture. 1.04 SUBMITTALS A. General: Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections. B. Maintenance data for products to include in the operation and maintenance manual specified in Division 1. trIS (UM ITY ARRI IRANnP A. Electrical Component Standard: Provide components that comply with NFPA 70. B. Listing and Labeling: Provide fixtures and accessories specified in this Section that are listed and labeled for their indicated use and installation conditions on Project. 1. The Terms "Listed" and "Labeled ": As defined in the National Electrical Code, Article 100. 2. Listing and Labeling Agency Qualifications: A "Nationally Recognized Testing Laboratory" (NRTL) as defined in OSHA Regulation 1910.7. 1.06 EXTRA MATERIALS A. Furnish extra materials described below that match products installed, are packaged with protective covering for storage, and are identified with labels describing contents. 1. Lamps: 10% of each type and rating installed. Furnish at least one of each type. 2. Glass and Plastic Lenses, Covers, and Other Optical Parts: 1% of each type and rating insta metalled Cu ..L. ..4 1......4 one each 1....,. lled. LGIIGU. 1 UI I IIJI I at IG I L VI IG VI GQVI1 L�/ • 3. Ballasts: 1% 100 of each type and rating installed. Furnish at least one of each type. 4. Globes and Guards: 5% of each type and rating installed. Furnish at least one of each type. HLA Project No. 02032B CITY OF YAKIMA EXTERIOR LIGHTING KIWANIS PARK IMPROVEMENT PROJECT – PHASE 2 Section 16520 -2 PARKS AND RECREATION DIVISION YAKIMA, WASHINGTON PART 2 — PRODUCTS 2.01 MANUFACTURERS A. Products: Subject to compliance with requirements, provide one of the products specified in Lighting Fixture Schedule. 2.02 FIXTURES AND FIXTURE COMPONENTS, GENERAL A. Metal Parts: Free from burrs, sharp edges, and corners. B. Sheet Metal Components: Corrosion - resistant aluminum, except as otherwise indicated. Form and support to prevent warping and sagging. C. Housings: Rigidly formed, weather- and Tight -tight enclosures that will not warp, sag, or deform in use. Provide filter /breather for enclosed fixtures. D. Doors, Frames, and Other Internal Access: Smooth operating, free from light leakage under operating conditions, and arranged to permit relamping without use of tools. Arrange doors, frames, lenses, diffusers, and other pieces to prevent accidental falling during relamping and when secured in operating position. Provide for door removal for cleaning or replacing lens. Arrange for door opening to disconnect ballast. E. Exposed Hardware Material: Stainless steel. F. Reflecting Surfaces: Minimum reflectances as follows, except as otherwise indicated: 1. White Surfaces: 85 percent. 2. Specular Surfaces: 83 percent. 3. Diffusing Specular Surfaces: 75 percent. G. Plastic Parts: High resistance to yellowing and other changes due to aging, exposure to heat, and UV radiation. H. Lenses and Refractors: Materials as indicated. Use heat- and aging- resistant, resilient gaskets to seal and cushion Tens and refractor mounting in fixture doors. High- Intensity- Discharge (HID) Fixtures: Conform to UL 1572. J. HID Ballasts: Conform to UL 1029, and ANSI C82.4. Constant wattage autotransformer (CWA) or regulating high - power- factor type, unless otherwise indicated. 1. Ballast Fuses: One in each ungrounded supply conductor. Voltage and current ratings as recommended by ballast manufacturer. 2. Operating Voltage: Match system voltage. 3. Single -Lamp Ballasts: Minimum starting temperature of minus 30 deg C. 4. Open circuit operation will not reduce average life. 5. High- Pressure Sodium (HPS) Ballasts: Equip with a solid -state igniter /starter having an average life in pulsing mode of 10,000 hours at an igniter /starter case temperature of 90 deg C. 6. Noise: Uniformly quiet operation, with a noise rating of B or better. K. Lamps: Comply with ANSI C78 series that is applicable to each type of lamp. Provide fixtures with indicated lamps of designated type, characteristics, and wattage. Where a lamp is not indicated for a fixture, provide medium wattage lamp recommended by manufacturer. HLA Project No. 02032B • CITY OF YAKIMA EXTERIOR LIGHTING KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 16520 -3 PARKS AND RECREATION DIVISION YArKh . , vv ui7INGTVIY 2.03 FIXTURE SUPPORT COMPONENTS A. Pole- Mounted Fixtures: Conform to AASHTO LTS -3. B. Arm, Bracket, and Tenon Mount Materials: Match poles' finish. C. Mountings, Fastenings, and Appurtenances: Corrosion - resistant items compatible with support components. Use materials that will not cause galvanic action at contact points. Use mountings that correctly position luminaire to provide indicated light distribution. 2.04 FINISHES A. Metal Paris: Manufacturer's standard finish, except as otherwise indicated, applied over corrosion- resistant primer, free of streaks, runs, holidays, stains, blisters, and similar defects. B. Other Parts: Manufacturer's standard finish, except as otherwise indicated. PART 3 -- EXECUTION 3.01 INSTALLATION A. Set units plumb, square, level, and secure according to manufacturer's written instructions and approved Shop Drawings. B. Fixture Attachment: Fasten to indicated structural supports. Orient and aim as indicated on drawings or directed by Engineer. C. Lamp fixtures with indicated lamps according to manufacturer's written instructions. Replace malfunctioning lamps. 3.02 FIELD QUALITY CONTROL A. Inspect each installed unit for damage. Replace damaged fixtures and components. B. Give advance notice of dates and times for field tests. C. Provide instruments to make and record test results. D. Tests and Observations: Verify normal operation of lighting units after installing fixtures and energizing circuits with normal power source. Include the following: 1. Check for excessively noisy ballasts. E. Replace or repair damaged and malfunctioning units, make necessary adjustments, and retest. Repeat procedure until all units operate properly. 3.03 ADJUSTING AND CLEANING A. Clean units after installation. Use methods and materials recommended by manufacturer. 3.04 LIGHTING FIXTURE SCHEDULE A. Lighting Fixture Schedule is shown on the Drawings. HLA Project No. 02032B CITY OF YAKIMA EXTERIOR LIGHTING KIWANIS PARK IMPROVEMENT PROJECT — PHASE 2 Section 16520 -4 PARKS AND RECREATION DIVISION YAKIMA, WASHINGTON END OF SECTION HLA Project No. 02032B APPENDIX A Z: \JAN \SPECS \020326 - YK.wpd January 25, 2006 • 4S r. Northern, Inc. REPORT OF GEOTECHNICAL INVESTIGATION TO Huibregtse Louman & Associates Yakima Washington PROJECT PROPOSED KIWANIS PARK IMPROVEMENTS YAKIMA, WASHINGTON GNN PROJECT NO. 202 -309 PREPARED BY GN NORTHERN, INC. CONSULTING GEOTECHNICAL ENGINEERS YAKIMA WASHINGTON 509 -248 -9798 AUGUST 2002 722 No. 16th Ave., Ste. 31 Northern, Inc. Yakima, WA 98902 (509)248 -9798 Fax (509) 248 -4220 gnnorehern@gnnorthern.com • Consulting Engineers • Environmental Scientists • Construction Material Testing Kirkland Washington (425) 825-0327 Fax (425) 825 -0328 Kennewick Washington August 19, 2002 (509) 734 -9320 Fax (509) 734-9321 Hermiston. Oregon (541) 564-0991 Fax (541) 564-0928 Troutdale Oregon Huibregtse Louman & Associates (503)667.4994 801 N 39 Avenue (503)674 -3774 Yakima Washington 98908 Attn: Mr. Dennis Witcher Subject: Report of Geotechnical Investigation Proposed Kiwanis Park Improvements, Yakima WA Gentlemen: At your request, we have investigated the subsurface soil conditions at the site of the existing Kiwanis Park at in Yakima, Washington. The site is located east of Fair Avenue, between its intersections with Spruce Street and Beech Street, in Yakima, Washington. Analytical testing was completed on representative surficial soil samples to determine levels of lead and arsenic. Analysis was also completed to evaluate nutrients in the soils. Based on the findings of our field exploration and engineering analysis completed, we conclude the site is suitable for the intended construction provided our geotechnical recommendations are followed during design and construction phases. The report, which follows, describes in detail our investigations, summarizes our findings, and presents our recommendations. It is important that we provide consultation during design, and field services during construction to review and monitor the implementation of the geotechnical recommendations. If you have any questions regarding this report, please contact us at 509 - 248 -9798. Respectfully submitted, lmran Magsi, PE Senior Geotechnical Engineer Enclosures 4- copies (one un- bound, and three bound) CORPORATE OFFICE: E -mail: gnnorthern • Web Site: http: / /www.gnnorthern.com 1 10 1 Northern, Inc. TABLE OF CONTENTS PURPOSE AND SCOPE OF STUDY 3 FIELD EXPLORATION .4 LABORATORY ANALYTICAL TESTING 4 SITE CONDITIONS 5 SUBSURFACE CONDITIONS 6 FINDINGS 7 ENGINEERING RECOMMENDATIONS 10 • LIMITATIONS 16 APPENDIX • Approximate Test Pit/Test Boring Location Plan (Drawing No. 202-309-1) • Test Pits/Test Boring Logs • Analytical Laboratory Test Data • Analytical Test Data-Soil Nutrients • SOP References for Analytical Testing • Reference Sheets ASFE Information Sheet and Key Chart for Classification of Soils for Engineering Purposes 2 4V . Northern, Inc. PURPOSE AND SCOPE OF STUDY This report presents the results of a subsurface study for the Kiwanis Park Improvements project in Yakima Washington. The vicinity map is showing on Drawing No. 202 - 309 -1, found in the Appendix. This report has been prepared to summarize the data obtained during this study and to present our findings based on the subsurface conditions encountered. Recommendations for foundation design and construction are included in this report. The study was conducted in accordance with our proposal dated July 1, 2002. Verbal authorization to proceed was received by Dennis Whitcher of Huibregtse Louman & Associates, Inc. on July 1, 2002. To obtain information on subsurface conditions, a field exploration program, consisting of three (3) hand augured exploratory borings and nine (9) test pits were performed. The approximate location of the exploratory borings and test pits can be found on Drawing No. 202 - 309 -1, included in the Appendix at the end of this report. Samples obtained during the field activities were tested in the laboratory to determine physical and chemical characteristics of the on -site soils. Results of the field exploration and laboratory tests were analyzed to develop our geotechnical recommendations presented in this report. The results of our field exploration and laboratory testing are also presented in the Appendix. This report has been prepared to summarize the data obtained during this study and to present our findings and recommendations based on the proposed construction and the subsurface conditions encountered at the site. Design parameters and a discussion of geotechnical engineering considerations related to construction are included in this report. 3 I CI Northern, Inc. GIFT n FYDI npeTInN The field exploration was conducted on July 31, 2002, following a clearance of the site utilities. A total of nine (9) test pits were excavated using a backhoe. In other areas sprinklers were running all day and at the request of grounds keeper hand augured borings were completed in other three areas. The approximate locations of the augured borings and test pits are illustrated on the exploratory boring /test pit location plan (Drawing No. 202 - 309 -2) in the Appendix. The locations of the exploratory borings and test pits were determined in the field by GN Northern's personnel. Disturbed samples of the subsurface materials were collected in airtight plastic bags and in 5- gallon buckets. The soils we observed during logging of the exploratory borings and test pits were classified according to the Unified Soil Classification System (USCS), utilizing the field classification procedures as outlined in ASTM D2488. A copy of the USCS is also included in the Appendix. Depths referred to in this report are relative to the existing ground surface elevation at the time of our field investigation. The surface and subsurface conditions described in this report i are as observed at the site at the time of our field investigation. LABORATORY ANALYTICAL TESTING Soil samples obtained during the field exploration were taken to our laboratory, where they were observed and visually classified in accordance with ASTM D2487, which is based on the Unified Soil Classification System. Representative samples were tested for grain size distribution (size and distribution of soil particles; that is, clay, silt, sand, and gravel) in general accordance with ASTM procedures. Samples of soils from the corners of the project site were collected and analyzed for lead and arsenic content. The lead (Pb) concentration in soil was determined in accordance with EPA 7420 and arsenic (As) concentration in soil was determined in 4 N . Northern, Inc. accordance with EPA 706. A hand auger was utilized to collect samples of soils from the upper one foot of soils. In the southwest corner of the site, near test pit 9, additional soils were collected from a depth of approximately 5 feet BGS. This depth was not achievable in other test pits due to the presence of shallow gravels. Soil samples were analyzed for extractable nutrients, pH, soluble salts, electrical conductivity and organic matter in the soil matrix. Tests were performed by Agri- Check, Inc. to quantify Extractable Zinc, Manganese, Iron, Copper, Boron, Electrical Conductivity, Organic Matter, Phosphorous, Potassium, Soil Ammonium, Soil Nitrate, Soil pH, Calcium, Magnesium, Sodium, Potassium and the Total Bases. Samples of near surface soils were collected using a hand shovel southeast of the pond, approximately 150' west of Beech in open undeveloped land, and approximately 50' south of Maple Street in open undeveloped land. A complete list of these tests and testing methods can be found in the attached appendix. The results of the laboratory tests are included in the Appendix attached to the end of this report. SITE CONDITIONS The site is located east of Fair Avenue, between its intersections with Spruce Street and Beech Street, in Yakima, Washington. The site and surroundings have been completely developed as a residential area. Most of the site is relatively flat, with a short but steep easterly slope crossing from the northwest corner to the southern center of the site, and a small pond in the northern center of the site. The Yakima Kiwanis Park currently occupies the northern half of the site, and the southern portion is largely undeveloped. Two vacant houses lie along 13 Street in the southern half of the property. 5 0 Northern, Inc. Piles of rocky soil were noted in the southwest corner of the property, between test pits TP -7, TP -8, and TP -9. It is not clear if this material originated from other portions of the site, or if it was imported for use as fill. Regional Geology Yakima is situated on the western margin of the Columbia River Plateau Physiographic province and near the eastern foothills of the Cascade Range. The Cascade Range and adjacent highlands are primarily composed of basalt, andesites, granoiorite, and some continental sedimentary terrain of Cretaceous and Jurassic Age. The Columbia Plateau is comprised of a series of flood basalt which cover most of central and eastern Washington. The basalt flows of the Columbia Basalt Group are thought to be Miocene in age, forming an extensive volcanic plateau (Camp, et.al, 1982). Alluvial deposits of sand and gravel overlie the older rock formation. SUBSURFACE CONDITIONS The subsurface materials consist primarily of very dense sandy gravel (GP) with varying amounts of silt and cobbles. A thin layer of topsoil and /or sandy silt with gravel was encountered overlying the gravels in most test pits, generally only a few inches thick. Sandy silt in TP-1, located in the northwest portion of the site, reached a depth of approximately 2.5 feet. Materials encountered in TP -2, TP -3, TP-4, TP -7, and TP -8 appeared to be partially imported fill. Quantities of wood and glass debris were noted in TP -2 and TP -3, located between the incinerator building and the pond in the Kiwanis Park. According to information obtained from the backhoe operator, this area was once occupied by a landfill of some sort. These materials extended to a depth of approximately 4 feet BGS, where dense sandy gravels were encountered. Materials encountered in TP -4, -7, and - 8 included brick, metal, and wood debris consistent with the demolition of a structure. Our backhoe operator indicated that he had demolished a house in the southeast corner of the site, near the location of TP -4. It is assumed that similar structures existed near 6 Cir Northern, Inc. TP -7 and -8. Fill in TP-4 extended to approximately 5 feet BGS, where dense sandy gravels were encountered. Fill in TP -7 and TP -8 reached depths of 2.5 to 3 feet BGS. In TP -9, located at the top of the slope in the southwest corner of the property, near the intersection of 13 and Beech, sandy silts (ML) were encountered to a depth of 6 feet BGS, with silty sands (SM) extending to a depth of 7' BGS, where gravel and cobbles were encountered. Three test pits planned for the eastern portion of the Kiwanis Park were not completed using the backhoe. A City of Yakima groundskeeper present at the time of our field activities requested that the backhoe not access this area due to concerns of damage to the grass and landscaping. Sprinklers had been operating in this area for several hours, and soils were very soft. These areas were instead explored using a hand auger. Materials in this area were generally consistent with the remainder of the site, consisting of a shallow layer of topsoil and sandy silt overlying dense gravels. Overburden soils in this area reached a maximum of approximately 2 feet in thickness, near the southeastern corner of the park. Groundwater Groundwater was encountered in TP -2 and TP -3 at 5.5 and 5 feet BGS, respectively. These test pits were located on the lower elevation between the incinerator building and the pond. In TP -7 and TP -8, groundwater was encountered at 6.5 and 4.25 feet, respectively. These test pits were located on the lower elevation south of the park, between Maple and Beech Streets. TP -8 was near the base of the slope. Groundwater was not encountered in the other test pits. Numerous factors contribute to groundwater fluctuations, and evaluation of such factors is beyond the scope of this report. FINDINGS The Presence of Buried Tanks and Septic Drain Fields In areas where test pits or hand - augured borings were completed, no indication of any buried tanks, septic fields, or below grade structures were found. However, in the southeast corner where a house was previously demolished near Beech Street a 7 • rol Northern, Inc. canned Sewer cnnnActinn was noticed and waterlines may a!sn ha nresent but were net visible. Additionally, wood /glass debris was encountered at approximately 1 -2' below grade between the pond and incinerator in the park area. Soil Analysis for Extractable Nutrients A soil sample collected southeast of the pond was adjacent to the grass field; the two soil samples collected in an undeveloped open field. Digging was difficult due to the present of gravels near the surface in this area. Laboratory analytical testing of the soil samples indicates the soils in the grassy area is slightly acidic whereas the other two samples collected from the undeveloped field are neutral and slightly alkaline. The areas in the open field have slightly elevated salts. From a fertility standpoint, the soils in the undeveloped open fields reflect higher concentrations of Phosphorous, Nitrogen, and Sulfur levels. Organic content in soils varies from 5.1% to 7A %. The overall sulfur level would be adequate at 10 ppm. Adequate P is considered 20 ppm. Apply 2 pounds per 1000 sf of P for new plantings. Nitrogen should be applied annually at a rate of 4 -6 pounds of N per 1000 sf as needed, approximately once a month during high growth, periods. A single nitrogen application should not exceed 1 pound N. Caution must be exercised with the use of Gypsum application. Soils in the undeveloped open field contain excessive gravels. The textural composition of the soils indicate adequate amounts of sand in soil to allow for drainage. Some zones of hard and slightly cemented soil units in the undeveloped areas may prevent the natural process of vertical and uniform infiltration of surface moisture. Scarification and pulverization of surficial sols will be required to achieve uniform irrigation. After grading and subgrade preparation, approximately one foot of new topsoil would be required to provide adequate soil for the establishment of new grass in the undeveloped open fields. 8 Northern, Inc. Lead and Arsenic Arsenic occurs naturally in the environment and is the 20th most common element in the Earth's crust. Acute oral exposure to arsenic typically leads to gastrointestinal irritations and difficulty in swallowing, excessive thirst, abnormally low blood pressure, and convulsions. Arsenic concentrations are generally highest in groundwater, but surface water concentrations may be at levels of regulatory concern. The soil cleanup level established by the Washington State Model Toxics Control Act for arsenic is 20 mg /kg (parts per million) Lead also occurs naturally, and is a common soil contaminant. Children and fetuses are most at -risk to lead poisoning, since lead is readily absorbed into their growing bodies. Low -level lead exposure can cause reduced IQ and attention span, hyperactivity, impaired growth, reading and learning disabilities, hearing loss, insomnia, and a range of other health, intellectual, and behavioral effects. At high levels, lead poisoning can lead to mental retardation, coma, convulsions, and death. The MTCA soil cleanup level for lead is 250 mg /kg. Soil contamination with lead and arsenic is commonly associated with pesticide or fertilizer application, particularly in orchard properties. Other sources of contamination included smelting operations, combustion of various ores including some types of coal, and mining operations. Arsenic was not detected in any of the samples collected at the site. Low levels of lead were detected in the northwest and southeast corners of the site. Lead levels in the northwest corner of the site were found to be about 14 mg /kg, and levels in the southeast corner were 26 mg /kg. Lead levels detected in the samples collected at the site appear to be below soil cleanup levels, however the EPA and Department of Ecology may impose more stringent cleanup levels on sites with an increased exposure risk to children. 9 /S,,. Northern, Inc. FNGINFFRING RECOMMENDATIONS Site Preparation and Earthwork All debris must be removed from the proposed development areas. After clearing, the exposed subgrade must be proofrolled with a smooth drum roller or water truck to detect any soft areas. All soft areas and areas showing signs of pumping must be over - excavated and recompacted using granular imported fill. The granular fill must be compacted to at least 95 percent of the maximum density per ASTM D1557. The degree to which construction grading problems develop is expected to be dependent, in part, on the time of year that construction proceeds and the precautions • which are taken by the contractor to protect the subgrade. The native and fill soils which will be exposed by the subgrade preparation operations are considered to be moisture and disturbance sensitive due to their silt and clay content and will become unstabie if allowed to increase in moisture content and are rutted by construction traffic. The soils are also susceptible to erosion in the presence of flowing water. The site should be graded to prevent water from ponding within construction areas and /or flowing into excavations. Accumulated water must be removed immediately along with any unstable soil. Soil that become unstable are recommended to be either: • Removed to a suitable bearing subgrade and replaced with compacted imported structural gravel fill; All fill or backfill should be approved by our geotechnical engineer -of- record, placed in uniform lifts and compacted to the at least 95 percent of the maximum dry density as E determined by ASTM D1557. Heavy compaction equipment should not be allowed closer th 4 feet to the footing excavation wall to prevent inducing high lateral earth pressures. The compaction should extend at least 12 inches laterally beyond the foundation parameters. Where structural fill is placed beneath the footings, the zone of structural fill should extend at least 12 inches beyond the faces of the footings in all directions. 10 N . Northern, Inc. The compaction must be verified in the field using a calibrated nuclear densometer in accordance with ASTM D2922. The thickness of the loose non - compacted lift of structural fill should not exceed 8 inches for heavy -duty compactors and 4 inches for hand operated compactors. Temporary Excavations While it is the responsibility of the contractor to provide safe working conditions in connections with subsurface excavations, for excavation purposes, the soil at the site classify as Type C in accordance with the OSHA classification system. Temporary side slopes should not be steeper than 1.5:1 (horizontal to vertical). Utility Excavations Shoring for utility excavations must conform to excavation support regulations of the state of Washington. The contractor should be responsible for design of all shoring necessary for the project. Utilities should be placed on bedding material, which meets the manufacturer's specification. Placement of bedding material is particularly critical where maintenance of precise grades is essential. Backfill placed within the first 12 inches above utility lines should be compacted to at least 90 percent of the maximum dry density, such that the utility lines are not damaged during backfill placement and compaction. In addition, rock fragments greater than 1 inch in maximum dimension should be excluded from this first lift. The remainder of the utility excavations should be backfilled and compacted according to the recommendations presented above. Foundations The design and construction criteria presented below should be observed for a spread footing foundation system. The construction details should be considered when preparing the construction documents. 11 • i R6, �! 1 Northern, Inc. a Santis and gravels are expected to be encountered beneath the proposed footings. We recommend shallow spread footings must bear on compacted native granular soils. We recommend the native soils must be scarified to a minimum depth of 6 inches and recompacted to at least 95 percent of the maximum dry density as determined by ASTM D1557. The compaction should extend at least 12 inches • laterally beyond the foundation parameter. We recommend that a representative of our geotechnical engineer must observe the footing excavations to determine that suitable bearing soil has been exposed and prepared as recommended above, or provide additional recommendations for overexcavation. Footings resting on compacted native granular soils can be proportioned for an allowable bearing pressure of 2,000 psf. The allowable bearing pressure may be increased by one - third for short -term seismic loading conditions. The weight of the footing and any backfill over the footing may be neglected. We estimate total settlement for footings to be less that % inch, with differential settlement less than half that magnitude. Loose soil not removed from the footing excavations may result in excessive settlement than estimated. b. If imported structural fill is. required during site development, it must be a 4 -inch minus well graded crushed gravel material with 35 to 65 percent passing the #4 sieve size and no more than 8 percent passing the #200 sieve size. c. Minimum spread footing width for isolated pads should be controlled either by applicable building codes or by the allowable bearing pressure cited above in item (a), whichever is more restrictive. d. All exterior footings should be placed at least 24 inches below the exterior finished grade for frost protection in accordance with local building standards. The bearing depth of the interior footings situated at least 10 feet from the parameter building walls may be reduced to 18 inches below the finished floor elevation. 12 M . Northern, Inc. e. Lateral Toads on foundations due to wind or seismic loading will be resisted by friction at the base of foundations and passive earth pressure against buried portions. We recommend a passive equivalent earth pressure in compacted granular backfill of 250 pounds per cubic foot. In calculating this value we have assumed footings extend at least 2 feet below the lowest adjacent exterior grade and the backfill around the structure is compacted granular material. The above - recommended lateral foundation resistance value includes a factor of safety of 1.5. f. We recommend a coefficient of friction of 0.45 be used between cast -in -place concrete (footing base) and subgrade soil beneath the footing base. An appropriate factor of safety should be used to calculate sliding resistance at the base of footing. g. Granular foundation soils should be compacted with a smooth vibratory compactor. h. A representative of our geotechnical engineer of record must observe all footing excavations prior to concrete form placement and verify the placement and compaction of backfill fill material. General Develop and maintain site grades that will rapidly drain precipitation and surface runoff away from the foundation and subgrade soils both during and after construction. CONTINUING SERVICES Two additional elements of geotechnical engineering services are important to the successful completion of this project. 1. Consultation with GN Northern during the design phase. This is essential to ensure that our findings are appropriately incorporated in the final design considerations related to the project and any changes in the design concept consider geotechnical aspects. 13 IL, I Northern, Inc. 2. Testing and monitoring during construction. GN Northern, Inc. may be retained during construction to provide both the soil compaction testing and concrete control testing inspection services. 14 4N . Northern, Inc. LIMITATIONS This report has been prepared in accordance with generally accepted soil and foundation engineering practices in this area for use by the client for design purposes. The findings submitted in this report are based upon the data obtained from three (3) exploratory borings and nine (9) test pits completed at the site. The nature and extent of subsurface variations across the site may not become evident until construction. Also, subsurface conditions may differ at other locations and may change at these locations with the lapse of time. If during construction, fill, soil, rock, or water conditions appear to be different from those described herein, we should be advised immediately. Scott Tomren lmran Magsi, P.E. Project Engineer Senior Geotechnical Engineer r .f • t %fit : fib , , ' VP, ANIF ,' JONAL ' !EXPIRES I I - / / 0.3 f 15 XiCiWgcici 1 APPROXIMATE TEST PIT /TEST BORING LOCATION PLAN 1 1 1 1 ,. .. . ... 1 .• . ''.. ....: Kill/ANIS PARK EVIPROVEMENT PROJECT * \ . YAKI1VLk WASHINGTON „, \ t .--: :7 — — — - — --- - - -•t. ..•-1- 4 • I ' - ----,,.. ,1 1 - APPROXINIATE TEST BORING / TEST PIT LOCATION PLAN t "... . , • ‘--' FIGURE 202-309-1 .2. v , _......_ ■ ...- , ft N. \ / , ..-,.....1. -.4...,. • . , :..-:.. - N , '•;\ . '-..•.m, , VP , I( A .1 .. / , ...........--.:. .. % • ‘ :_E I A . 11 \ ORING 11 ''''''' i \ \ \ \ ---- 'N ” ::-%. I 0 ' '; ,to ,-----..—, ••-•-, ______:,...- \ \ .,, .0 ENDO 2' _„':., ( 11 - 2 . ,n, •.. ----,',",'`,.--_______Th ---. 1 • ik.V■„' .. '. \ \ „ \ \\ • ,,,,,,,:::.•--_-_ . 4TEST prr 2 1 -I '! s 4.. --- --•:', \ , Y..?",, ././' •. ' „„,/ L.. `...., i - Th, \‘,..____,.„.- .;...•• ,.... 2 '':-.,.... \ \,. -„,..„ \\_,..„./..--------„„ 1 ..... , } ss-. • , ., •• •.•,•:;.; \..... •,=. .0 / pp \ \ \ : . ''''' r '''' 7.ft '''.. ..4 . ::: ' s s N''' ''. ,-'''''... \ ■ , / \ A.' , " 0 . . ,,,,..i, ,t, vmk,...4. ti.\\,..\\ _..tt,=tt \t,, 4.;g \\ A \ N i1/4, — .. ,... , ...,..... 7 . ta,..177, 0 ° t t " - -,_ , •,„. \ .. ,,t,,, ThST PIT 1 \ 7 .kje 4 ''',/ -,, , , __-.. ./ ..._; . ---,*....„----,, , , .,.?„,. ...„ , ' ' $ , . ' . -..„ i 1 1%GLIK C . ...7 --,, . ; . , . W I 0 1117.,,„, \ \ it " .6 1. 1m •' — — j_C: '.±.... ' • , 1 i ! Ia l IR 0.1110RING it ' '‘ '-'. I 1 A ', ,..E.L'a .4 , \ . ', '.. ;;;C-7, /"' • _- , \ i ‘ `-• / aii‘ei „,:„-; i' '''',4":"1. '' ''7.----- ' / . , L--- , xt, 1 %., \ lt _ . it A .. ..:_„,.._ MI ' . . - LA, ■ ..—i-C, !';i' .............---- - -.. --” ' 'i:i " iii -iii' ''''' -4 4 4 - " . " \ ? Y.\ ` - tit i 't. , .. F ° ... \ • ..-- ___----__ - -- ^ .. - i....37........ '7\ 7 r°• i' '..."'"' __ --.. i ii- -- -° '" / ' ••• ; =,.,,...---..----_. . t., II , ..... t. "°,- ;— !' .......---- 't. iv, 1 - ,--..-.....: - i i 7 'it \ . ..gf„.,,,- P. ____.. - 111 rr __ 4.._,_,,._z_.....,,,, k t . ,.„ ; , , „ .. ..-.-. r- , ...... to 0 - •. P -- \''' t ' .t • 0.., \ r •Iz''''' \ r •7;1 \ \ , i „..----' __-- , , 1 /N -.. \ t \ le I i 1 :A 'A, • '" e 17 \ s \ 1 \ -, • Ax001 E.0 SNI. .. \ ■ It P tIfFili' 1 \\ . —1: - _ ----I I-- - _____J ." st. , • tl.Ili 1 1 1 I I / I A I 1 i \ \ \ • . .......... i iii \ \ , ,-,:. r• — 4tr I 7 .1 : . • \ ,. I " , ,,,ii;', it-t... g • ..--- , . , ez , to 1 , i t • ‘,... \ \ ',.. 1 __ _ _ I t I . ' ., A . : . 1 ....„ • . , . ; . i , \ . • t • . / ' \ ‘ d 1 . - - —,_.1t Eilrain 1 ' it i ' ; i )I i li • \ \ I I . N.; ........., , I C. . ' . , I . ____i 1 t ur ■ i I 1 ---- , t ! i , , „.4 ,t,._____ ___ _,___ __I ... ,....._._ . - . _ ....._ . 1 % F.,...„._ .. .., ______ , .....,.,-_______ ••• v, . \ _____ __•_..;_,__t , .._ •____ ,_ I ■ I . I ■ I _ .7 ''"-----..„-- . • .. . , .. ........ --...... . . . . . . . '.°. . . . . . TEST PIT / TEST BORING LOGS 1 TEST pri Tp Test Pit Location: 75' N of NW corner of NW restroom ...i Exc. Depth: 8 Location: Yakima, Washington Exc. Date: July 31, 2002 'roject Yakima Kiwanis Park Water Level: ND Project No: 202-309 Logged By: ST Description Soil Graphic Soil Remarks Type Test Pit Depth Topsoil ' Sandy silt, brown, stiff, dry, non-plastic ML L 1 - - 1-- L.. 2 ,.. _ Sandy gravel with cobbles, grey-brown, dry to slightly moist, GP -Nosss..- mum -- unlooll ; ..4114111.■ ui very dense 6..... +11•111•11116*-- 1 z.--, ...N ______ i...; sop 1.... .......... ...IIIIIIII.• ...11MENEINIMP"-'411.'" 4 .9 ■ ..Manalia" ..., i11111.111 - --.- 1 ' ■1111F MOW ......41.P.-1_ BIN. . 3 .411 ggPM ,.." ..111/A. 1 11. 111 .....an■-1-- re' I'''• +11•11•••••••••-- "EONS= _..somaiiii --''' —ma— MON -Notilibloiss-- 1 ••■■6111160- :-.. 9 h 6 1 -601=10- , -ma- — - -almomp- i L... -....- Nem 6 ! *RSIIN ....—■., 1 ......... ..molos. 6... m ______ 1 8 Test pit completed at depth (in f BGS) of 8 END 1 E . [ -e - 1 0 'i‘ r a ..s_.- 6 12 N '- - g t11 1 0. E r _ 14 Test Pit .,. Page 1 A - Northern, Inc. iiici, i TEST PIT T P -2 Test Pit Location: 220' N of 12th & Maple Exc. Depth: 6 Location: Yakima, Washington Exc. Date: July 31, 2002 `roject Yakima Kiwanis Park Water Level: 5.5 r'roject No: 202 -309 Logged By: ST Description Soil Graphic Soil Remarks Type Test Pit Depth Topsoil — - - -- TP - -- 0 FILL -- Silty sand with gravel and small cobbles, glass and i FL ; . . . . • . I . wood debris, mottled red - brown, moist, very dense i . • • . • - : - : .� . - . . . . - . - : . -' . - 1 - 2 - - - - . I f{ . . ,. - - - h - . - . • - ro . _ . . I Sandy gravel with cobbles, grey- brown, moist to wet, very GP ; - I '- MOM dense '�`` 4 r . "_ .�. - -1 Test pit completed at depth (in feet BGS) of: 6 END I r - U ■ V it 8 E 0 u t V j I =10 v <- 0 30 - T; _ u 12 ti gl o L v ,,, r 14 Test Pit Page 2 if is; r Northern, Inc. I TEST pi Tp3 Test Pit Location: 250' N of Maple, 50' W of pond .. Exc. Depth: 6 Location: Yakima, Washington c. Date; Jwy 31, 2002 `roject Yakima Kiwanis Park Water Level: 5 r'roject No: 202-309 Logged By ST Description Soil Graphic Soil Remarks Type Test Pit Depth - Topsoil le _ ... _ .. 0 ,_ , — _ — —, FILL -- Sandy gravel with cobbles, glass and wood debris, FL ' I. „,, . Kg . . . . ! si . . ,„, 1 . . .. : a mottled red-brown, moist, very dense of . ■ ,,„ .1 . . 1-- : . . ill IN III , Ili II le = MI 1111 I II El NO MI DX le III II = = = GI MI 111 NI ! = CI IN Ill III al I 2 . . . . . . on a .” . . . . . ,., . . .. . . . : . c, I . . . . . I-- . . . ,. . . 1 ,.. _ co . . . . . g° IN 8 . . . . . . . , . . . . . . , .1 . , I . " . ' . 0, - - :4 ' - - -- - - . --- - b - - -7 i t -- i , very GP .4 Sandy gravel with cobbles, grey- rown, mots. o we.. 1 ...amis. MOM —6MINE/Sa e l' dense ,,,.. .....mor....--- _-. -..- 1 -essem- (.5 1 -4,...- mom -I Is .- -...mmer.--,__ _ 6 _ Test pit completed at depth (in feet EGS) of: 6 END ,., o 1-- g . 7 :63 , 73 1 I- 1 0 Q 1 Z 0 co .c % mi ;-- 2 i-- L- 14 Test Pit Page 3 ii Northern Ina • TEST PIT T P _4 Test Pit Location: 100' N of Beech, 20' W of E boundary Exc. Depth: 8.5 Location: Yakima, Washington Exc. Date: July 31, 2002 Project Yakima Kiwanis Park Water Level: ND Project No: 202 -309 Logged By: ST Description Soil Graphic Soil Remarks Type Test Pit Depth FILL -- Sandy silt with gravel and small amounts brick & metal FL . . : . MI .1. 0 debris, grey to brown, dry to slightly moist, medium dense or : : . 1 . ; M IN III . . : . : . . . - . - .. - . al . r la a as NI et : ■ : . ' N . on . 2 . . . . . _ _ - o . _ . r 0 . . 00 . . - . ui . r .1 . `- . . . O r - r - . y = • - . - . 3 . • .1 : _ . • . • a Sandy gravel, brown, slightly moist, very dense GP I : • " .- mow _ wimi ' F L 6 • 1 --..- mom U a '� r . tr. -NOMPI- maw .-1 E -- - -- - - -'� -� t Test pit completed at depth (in feet BGS) of: 8.5 END 3 - -10 L 3 0 t U G a - - - 0 0 -4 0 a a -- 14 Test Pit Page 4 io` Northern, Inc. lk TEST PIT T p -5 Test Pit Location: 150' N of Beech, 300' E of 15th Exc. Depth: 7 Location: Yakima, Washington Exc. Date: July 31 2nn2 "roject Yakima Kiwanis Park Water Level: ND rroject No: 202 -309 Logged By: ST Description Soil Graphic Soil Remarks Type Test Pit Depth Sandy silt, brown, dry, medium dense - -SM 0 Gravel with sand, cobbles, and small boulders, brown, dry to GP : - ' law slightly moist, very dense '"-___ '"ice- woo " - .U. _.4.0......i_ N �- o N I -mu- - Nam ~� o 4 _'-" — 4 e E.-, r E ` � 1, x 1 -....- woo - -, t T pit completed at depth (in feet BGS) of: 7 -,— END U Li w 3 - O s U C, q } I--10 Q co 3 o 0 y z ' 41 _ a 12 O, O __ —14 Test Pit Page 5 Nor Inc. _Ike) TEST PIT TP-6 Test Pit Location: 60' E of 15th, S edge of parking area Exc. Depth: 6 • Location: Yakima, Washington Exc. Date: July 31, 2002 project Yakima Kiwanis Park Water Level: ND Project No: 202-309 Logged By: ST Description Soil Graphic Soil Remarks • Type Test Pit Depth • Gravel/sand parking area - -- s :--- -ommon 0 li _ _ -Ionow- -miumb._ Sandy gravel with silt and cobbles, grey, dry to slightly moist, GP -no- very dense. Caving and sloughing from 1.5 feet BGS 1 11- -ima l e- 1111111.1...1— L- .. ..-emp. MININ , .4111.11.10- .- -■••• I.- -imerimme.-- ! -awrowi- m - .- - . c, za • -...- -....momm.--______s_ • Of I .411 1...... MM.= ...-7 +111111MINIINI--- I .441•111•10- ri L MOM -III- I mINNUMNI-• ..;‘' ' "...:6111MEMIME•0"-- I i ' •• --mmil. R : ■••=1••• MGM -.411101.7._ O 1•1••• ••014.11.111 . , ■1111411111.1.11 Test pit completed at depth (in feet BGS) of: 6 - - END r g • i 0 C5 • - i 6 A.; --8 ir. g 0 i z i 3 7 3 . 3 i r- 1 0 ¢ . co P.. 3 - 0 O H t g !-- ,,. > _ 0, 0 ... t o r t-- L- 14 Test Pit Page 6 4 et Northern Inc. .4 TEsT piT Tp,..7 Test Pit Location: 175' S of Maple, 100' W of 15th Exc. Depth: 7 Location: Yakima, Washington Exc. Date: July 31, 2002 ' r o j e c t Yakima Kiwanis Park Water Level: 6.5 eroject No: 202309 Logged By: ST , Description Soil Graphic Soil Remarks Type Test Pit Depth — ------ m --- Sandy silt with gravel, small m aounts glass and brickciebris, FL a so . . . = . , . . IN 0 . al . ® . ® - grey-brown, dry, very dense = . . " . . = .1 1 . . .. . . . a r . . . . 1 . em Ea a ma a NE sa Es h IN Es a NE EE - a so lo ■ Ea Ex .1 is mo a ." vs am me Et a EE El a m I. -- . . . . . . . . . . - . iii . . . - ,. . . ,. on . . . . . . . . .1 . . . . . NI NI ' al ir III ir. MI III IN td• i = 0 - -- — — Sandy gravel with cobbles, grey, slightly moist, very dense GP - , 0-amitisimm- . . wow -9. g ...... -..- nom .........-L 1' , -gralimo- -11401111 Nam -.....-- i ? ■•61111•11110m.--- ' .4141111111.— it— R 0111111111111.— o ii.: surip.. EWE S - T 6 ( 1.... -..... Num .........- moo -......± -- . .` Test pit completed at depth (in feet EGS) of: 7 END ci L. ,1: - 8 tr. , z 0 0 ?. i - --10 sx ..> Z _ 0 ,,-, f, -- (3 ----12 0, 1 0 ..., 1.._ ,t, a. = -.- ,-. 1 -14 Test Pit Page 7 ill Northern, Inc. _Alio_ • Q : tti0tr i TEST PIT TP -8 TeP: 75' S of Maple, 100' E of 13th Location: Yakima, Washington Exc. Date: July 31, 2002 - roject Yakima Kiwanis Park Water Level: 4.25 . roject No: 202 -309 Logged By: ST Description Soil Graphic Soil Remarks Type Test Pit Depth Sandy gravel with cobbles and silt, small amounts pipe and FL -____ . _T_.. . r 0 brick debris, brown, dry to slightly moist, very dense I is . NI III MI II IM MI MI MI M MI IN IIII MI ! NI III IN 1 III • NI • - • MI MI IN M NI MI L- ill III IIII III II III IN MI : ' : ' -_ MI . . .I- : . . .I Sandy gravel, grey, slightly moist to wet, very dense GP 'r zoom. o '` a, L _.....- imp _ ... :::_r 4 CI I ~ NNW �� '/- c --.imp • Test pit completed at depth (in feet BGS) of 5 END G - r 0 0 t - U I- s (- 8 7 u z 1 10 0 0 O 0) - U d s 12 b <si 0) J j ' i _ -- 14 Test Pit Page 8 Northern, Inc. T E S� pig ® p A9 Test Pit Location: 65' N of Beech, 80' E of 13th Exc. Depth: 8 Location: Yakima, Washington Exc. Date: Jhily 31 2 n02 'roject Yakima Kiwanis Park Water Level: ND Project No: 202 -309 Logged By: ST Description Soil Graphic Soil Remarks Type Test Pit Depth Sandy silt, brown, dry to slightly moist, medium dens ML 0 T I 1Tir : - 2 O N •,`" ro 9 4 E I 111111 I Silty sand, grey, slightly moist, medium dense SM _ _ = E Sandy gravel with cobbles, grey, most, y er ; i der sp GP f NOW • Test pit completed at depth (in feet BGS) of: 8 END 0 t U Q I —10 0 r u - 12 ti v - —14 Test Pit Page 9 Northern, Inc. Test Pit Location: 40' N of'Maple, 50' E of SE Restroom • TEST PIT B H -10 Exc. Depth: 2 Location: Yakima, Washington Exc. Date: July 31, 2002 •oject Yakima Kiwanis Park Water Level: ND Project No: 202 -309 Logged By: ST Description Soil Graphic Soil Remarks Type Test Pit Depth Topsoil TP } Sandy silt with small amounts gravel, brown, wet, stiff, ML - } non - plastic 0 N ! Q - Boring terminated on dense gravels at 2 feet BGS ( END 2 • N x � T • -3 • N Zi v i LL �— 4 0 u .0 3 ~ j-5 to • e 0 0 H _ .0 0 - 6 • 0 0 r 0 ti y i - -- -- — - - � 7 Test Pit • • Page 10 4 1:s Northern, Inc. TEsT PIT B H Test Pit Location: 120' N of concession stand .. 1 Exc. Depth: 1.25 Location: Yakima, Washington Exc. Date: July 31, 2002 Iroject Yakima Kiwanis Park Water Level: ND Project No: 202-309 Logged By: ST Description Soil Graphic Soil Remarks Type Test Pit Depth Topsoil TP - 0 =-. Sandy silt, brown, stiff, moist. non-plastic - - - - - 1- L 1 Boring terminated in dense gravels at 1.25 feet BGS END 2 H 3 E ;■; 4 5 6 0 Test Pit Page 11 INTorthern TEST PIT B H - 1 2 Test Pit Location: 200' N of Maple, 30' E of pond Exc. Depth: 1 Location: Yakima, Washington Exc. Date: July 31, 2002 Project Yakima Kiwanis Park Water Level: ND ?roject No: 202 -309 Logged By: ST Description Soil Graphic Soil Remarks Type Test Pit Depth Topsoil — -- — TP — -� -� 0 Sandy silt with gravel, brown, stiff, moist, non - plastic ML 1_11 1 11 Boring terminated on dense gravels at 1 foot BGS END 1 N 0 0 01 m o r 2 ro - 3 E ' Y F N 3 0 • of u. - 4 • { U -5 • a�i I 6 o a Test Pit Page 12 t isi; r Northern, Inc. ANALYTICAL DATA I - Q YAKIMA KXWANIS PARK PROJECT Yakima, Washington GN Northt:m Heavy Metals in Soil by EPA -7000 Series Lead (Pb) Arsenic (As) Sampi e Date EPA 7420 EPA 7061 Numb er Analyzed (mg/kg) (mg/kg) Meth( d Blank 8/9/02 nd nd NE -1 8/9/02 nd nd NW -1 8/9/02 14 nd SE -1 8/9/02 26 nd SW -1 8/9/02 nd nd Medic d Detection L wits 5 5 "nd" I idicates not di tected at liste: detection limits. ANALYSES PERF( RMED BY: t )ean Phillips • ' 'AI(J { Kit) ANIS PARK PROJECT "akima, Wash nom f N Northem • QA, 'QC Data - Total Metals EPA -7000 Series Analyses Sample Number: UST EW -1 Vlatnx Spike Matrix Spike Duplicate RPD Spiked 1, :easured Spike Spiked Measured Spike Conc. Conc:. Recovery Conc. Conc. Recovery (mg/kg) ( mg/kg) ( %) I (mplki;) (mgIkR) ( %) J — ( %) Lead 125 116 93 125 121 97 422 Arsenic 125 103 82 I 125 111 89 7.48 Labors cry Control Sample Spiked beasured Spike Corte. Conc.. Recovery (mg kg) t g) ( %) Lead 125 1.23 98 Arsenic 125 114 91 ACCEPTABLE RECO /ERY LIMITS : 'OR : vIATRIX SPIKES: 65%435% ACCEPTABLE RPD I, 35% ANALYSES PERFOR IED BY: Dear Phillips • viva 7V,3LL1[7 JVV 7108 JOl .. .' .. . .. .... .:.. .. . . . ... .. . .r.... -. ..L„ : ., .. r .. -v : s ..., ,.: :. , .C:Y 2;• _ rr,S, �il:'•'M , +,R + .; :f i :. ._. - .......... ...... .. ...,,. ..,, . .+!4u__.< a:W ,. .. _, ..r,�',:� .s+�..cU.., 3c'^.. .,. s,. +, . _,.•. +..3,.A �a. >t.: { „k:�•�& era":. ta3.=» e,...._§ a,., F” NC .,...a..;�+....�W,'rtk_:2.a:a.� • 3. m.. �..t „<._..�r:¢• ^,:�...''i.,._:. r5 ^.n.iii,ii`.:er.....?J_ ..c :.:��:r:i`�'�......... :L <cff's:<::. DATE : august 112, 2002 FAX TO CLIENT: 509/248 -4220 REPORT: S 3243 AGRI.CHECK I N C® ---�- CLIENT: G N NORTHERN Agricultural Testing Laboratory GROW1ER: KIAWANAS PARK SAMPLED: L. MAZIE 323 Sixth 2t, -- P.O, Box 1350 A RI 1 FIELD: #3 SOUT'HSIDE OF TREE - SOUTHEAST OF POND Umatilla, OR 97E382 CHECK CROP: 800. 537 - 1 129 * 541-922-4894 iti.'. cF� �. art' .1'- r�i ";" s:, ..,, ..`rte.' , k a• ' ti!: %.i i . ,,, ... ...... .. .... .. . .. .. .,,rya -. .r ,. ..... 5 r < � ,;Y� ,..xu+ ....•, . .3 .. a.y « .iNf. <3t':'�'£:. .o.. ..,. w{ :1;> < !-"• ':t'C�r :, n • °b�'+.,4W. +•;., „M' ^;z.. ~ ?9 a� ' .• ... �>n >. .. �v..... S,�xe '*c.,.. r; N� .,�J.n.t- a.>�zxmr„ra.�� a.,ae !',....=L bA :” ttr' Yr`; f�, ud.... i- �,.• d�.. s_ r_,. �. J��.s,......alsvf;�:..s�.:G:��f '�,'� -� r +:vu ... 'i"� r:�r..� 2... .ar..,'c�.'?S'w'L� �,i E�VJ�� NITROGEN MOISTURE Lab Depth pH S.SaII: 0. M. P K Ca Mg NO3 NH4 S B Zn Mn Cu Fe CEC Na Total Base SMP Total Avail. TKN CI No. Foot mmhos % ppm ppm meq meq #/A WA ppm ppm ppm ppm ppm ppm meq meq Bases Sat.% Buf.pH % Inches % ppm 2387 0 -6" 6.6 0.1B 4.4 41 426 11.0 2.8 26 10 8.0 0.3 10.6 1]. 4.1 92 14.9 TOTALS: 26 10 TOTAL INCHES: TOTAL BROADCAST FERTILITY NEIEDS: YIELD GOALIACRE: SOIL TEXTURE ANALYSIS: (NITROGEN: LBS PER ACRE N ACRES: PHOSPHORUS: LBS PER ACRE P205 PREVIOUS CROP: CLASS: POTASSIUM: LBS PER ACRE K20 GYPSUM REQUIREMENT: TONS PER ACRE 6- INCHES SULFUR: LBS PER ACRE ACTUAL 13 LIME REQUIREMENT: TONS PER ACRE 6- INCHES % SAND: BORON: LBS PER ACRE ACTUAL 13 DOLOMITE REQUIREMENT: TONS PER ACRE 6- INCHES % SILT: ZINC: LBS PER ACRE ACTUAL Zn % CLAY: MAGNESIUM: LBS PER ACRE ACTUAL Mg PREP'LANT: OTHERS: SIDEDRESS: COMMENTS: PLANT TISSUE ANALYSIS REPORT Lab FIELD: Total Nitrate S P K Ca Mg B Zn Mn Cu Fe Chloride Na Moisture No. DESCRIPTION: N % N ppm % % % % % ppm ppm ppm ppm ppm ppm ppm NOTE: East of Cascades Bicarb P & K extraction /SMP =1/4 SMP Buffer pH; West of Cascades Weak Bray P and Acetate K extractions. Fertility recommendations may change after application of gypsum or lime. • • • UAii : August utr, £Uu. rim. 1 1 .E4LECiI1: 9Vt71i98^4iLL REPORT: s 3241 AQRI- CHECK, INC. CLIENT: 6 P1 NORTHERN Acipinuilklurml Tg:tina Lzabornotnry kittInItCie Nf*AEEI.7 rArc SAMPLED: IL. MAME 323 Sixth St. - P.O. Box 1350 • FIELD: FIELD 50 SOUTH OF iMMAPLE Umatilla, OR 87B82 \ C ECK CROP: 800.537.1189 * 541.922.4894 • 1 . 1 . _ .. . NITROGEN MOISTURE Lab Depth pH S.Satt 0.M. P K Ca Mg NO3 NH4 S B Zn Mn Cu Fe CEC Na Total Base SMP Tote! Avail TKH CI Fla. Font minims % ppm ppm Eneq meq NA WA ppm ppm ppm ppm ppm ppm meq meq Baas Sat.% But.pH % Inches % ppm 2384 1 7.7 0.56 7.1 152 1159 21.2 3.7 145 48 18.4 3.0 50.7 34 4.8 32 27.9 • . 4 * ***.t*** * ** *****r *x ** * * * ** * * ** *.1 * * * * * *** ******** u* * ** ** *** *** * *** * * **,t* ** * * ***** * >* ** * * *4 **** * *- -.._.-- . ** * * * * **AA TOTALS: 145 48 TOTAL INCHES: TOTAL BROADCAST NEEDS: YELD GOAEJACRE: SOIL TEXTURE ANALYSIS: NITROGEN: LBS PER ACRE N ACRES: PHOSPHORUS: LBS PER ACRE P205 PREVIOUS CROP: CLASS: POTASSRJM LBS PER ACRE K20 GYPSUM REQUIREMENT: TONS PER ACRE Fi -IKCHES SULFUR: LIMPER ACRE ACTUAL S • LINE REQUIREMENT: TONS PER ACRE 6- INCHES % SN4D: BORON: LIM PER ACRE ACTUAL B DOLOMITE REQUIREMENT: TONS PER ACRE 6.IiICHES % SILT: ZINC: LBS PER ACRE ACTUAL 7.n % CLAY: a.aw..r.n. •.a_ • AM l• nrn. anew 310141AI at.- norm RUT. riarmanc.u/Vlm. 8-1.140 r Ln. fa &•1L "AO 1 Vr.•. 1 .•... 11...+.1•. OTHERS: COMMENTS: ni a ■IT 'VI eel IC AMAI VCIC fcDADr Lab FIR.O: Total Nitrate S P K Ca Mg B Zn Mn CII Fe Chloride Ha Moisture No. DESCRIPTION: N % N ppm % % % % % ppm Ppm ppm ppm ppm ppm ppm Wit 1 C : hest I1!!, 211)I3:t FAX TO CILIINT: 5091241 - 42220 IIIEAORT: 33241 A( {lI- CHECK. CLIEMT G N NORTHERN SAMPLED: L. WAVE 323 Sixth St,. - P.O. Box 9 350 FIELD: FIELD 1150 WEST OF BEECH -WITH GRAVEL Umatilla, OR 9 7B8e CHE Cam: BOO-537.1 1 ee * 54 1- 9122 -4e84 1 . A NITROGIiN MOISTURE Lab Depth pH 5.Ssit O. M. P K Ca Mg NO3 NH4 S 13 Zn Mn Cu Fe CEC Na Total Bass SMP Tmlal Avail. 114N CI No. Foot rnmhos `,b ppm ppm meq meq #IA WA ppm ppm ppm ppm ppm ppm meq meq Bases Sat. %8ut.pH % Inches % ppm 2385 1 7.0 2.62 5.1 126 1115 25.2 2.4 101 47 156.8 2.3 33.3 26 4.8 22 30.5 * x ***** ***,r* * **4** ****x***A.* *a * * * *.xlx* ** _ _ **.*** * * ** * * *** *** ******** * * * * * * *** *, *A ** ** * *** *** * * * * +,t **** * * * *:r *.+ TOTALS: 101 47 TOTAL tNCFIES: TOTAL BROADCAST' FERTILITY NEE®S: YIIELD GOAL/ACRE: SOIL TEXTURE ANALYSIS: NITROGEN 1.8S PER ACRE N ALES: PHOSPHORUS: LES PER ACRE PUS PREVIOUS CROP: CLASS: PYTAS8RMI: LES PER ACRE IOU GYPSUM REQUREIENT: TONS PER ACRE 6-INCHES - - SULFUR: LBS PER ACRE ACTUAL S LITE REQUIREMENT: TONS PER ACRE 6- INCHES % SAND: BORON: LDS IPER ACRE ACTUAL B DOLOMITE REQUIREDIENT: TONS PER ACRE 6•INCHES % SILT: ZINC: LOS PER ACRE ACTUAL Zn _ % CLAY: YA w49�w® r..w+aes�V0.!iq. e.oJ l'C.1PWfl6 1t41ttPU. OTHERS: CIEDIN IEIMrfs: • nil A ARV MI it R til . IL t t/'C!r:!_+ r amirararrir Lab FIELD: Total Nitrate S P F6 Ca M1 B Zn !An CU Fe Chloride Na Moisture Ha. DESCRIPTION: N% N f % % % % % ppm ppm ppm ppm ppm ppm ppm '16 _ . _. .........L..,.,�.,..,n. - ,r- v..n vV..w Me t, rrwa VI lPG34rG141G7 rc . falai r AVIV rwotaro n 6AU cr,uutiS. ru IwHr IG'NAIIIUOlille/UL*Ei ilk f U1[rr i» wig+ ��, „ "�1 OI f • Of Il — SOP REFERENCES FOR ANALYTICAL TESTING Methoduioay Request SOP References from Agri- Check, Inc. Extractable Zinc, Manganese, Iron, Copper & Boron DTPA Method American Society of Agronomy Methods of Soil Analysis, Part 2- Second Edition 19- 3.3: pg. 331 -333 Electrical Conductivity or Soluble Salts (1:2) sample: water American Society of Agronomy: Methods of Soil Analysis, Part 2- Second Edition 10- 2.3.2 pg. 169 Organic Matter Modified Walkley-Black Procedure American Society of Agronomy: Methods of Soil Analysis, Part 2- Second Edition 29- 3.5.2 pg. 570 -571 Phosphorous Olsen Sodium Bicarbonate Method American Society of Agronomy: Methods of Soil Analysis, Part 2- Second Edition 24 -5.4 pg. 421 Potassium Modred Olsen Sodium Bicarbonate Method - American Society of Agronomy: Methods of Soil Analysis, Part 2- Second Edition 13 -3 pg. 228 -230 Soil Ammonium Modred Indopheno./Blue Method American Society of Agronomy: Methods of Soil Analysis, Part 2- Second Edition 33 -7.3 pg. 674 -676 • Soil Nitrate Chromotrophic Acid Method Sims. J.R. and C.D. Jackson 1971 Soil Science Society of America Procedures 35: pg. 603 -606 Soil pH (1:2) sample: water American Society of Agronomy: Methods of Soil Analysis Part 2- Second Edition 12 -2.6 pg. 206 -209 Texture Analysis Hydrometer Method American Society of Agronomy: Methods of Soil Analysis, Part 1- Second Edition 15 -5 pg. 404 -408 Calcium, Magnesium, Sodium, Potassium Ammonium Acetate Extraction American Society of Agronomy: Methods of Soil Analysis, Part 2- Second Edition 13 -3 pg. 229 and 14.3.3 pg. 257 Total Bases is the sum of calcium, magnesium and potassium (all in milliequivilants). i SLLgUHS a7N [ L± IMPORTANT INFORMATION ABOUT YOUR GEOTECHNICAL ENGINEERING REPORT More construction problems are caused by site subsurface conditions than any other factor. As troublesome as subsurface problems can be, their frequency and extent have been lessened considerably in recent years, due in large measure to programs and publications of ASFE/ The Association of Engineering Firms Practicing in the Geosciences. The following suggestions and observations are offered to help you reduce the geotechnical- related delays, cost - overruns and other costly headaches that can occur during a construction project. A GEOTECHNICAL ENGINEERING REPORT IS BASED ON A UNIQUE SET OF PROJECT- SPECIFIC FACTORS A geotechnical engineering report is based on a subsurface exploration plan designed to incorporate a unique set of project - specific factors. These typically include: the general nature of the structure involved, its size and configuration; the location of the structure on the site and its orientation; physical concomitants such as access roads, parking lots, and underground utilities, and the level of additional risk which the client assumed by virtue of limitations imposed upon the exploratory program. To help avoid costly problems, consult the geotechnical engineer to determine how any factors which change subsequent to the date of the report may affect its recommendations. Unless your consulting geotechnical engineer indicates otherwise, your geotechnical engineering report should not be used: • When the nature of the proposed structure is changed, for example, if an office building will be erected instead of a parking garage, or if a refrigerated warehouse will be built instead of an unrefrigerated one; • when the size or configuration of the proposed structure is altered; • when the location or orientation of the proposed structure is modified; • when there is a change of ownership, o r • for application to an adjacent site. Geotechnical engineers cannot accept responsibility for problems which may develop if they are not consulted after factors considered in their report's development have changed. MOST GEOTECHNICAL "FINDINGS" ARE PROFESSIONAL ESTIMATES Site exploration identifies actual subsurface conditions only at thoCe points where samples are taken, when they are taken. Data derived through sampling and subsequent laboratory testing are extrapolated by geotechnical engineers who then render an opinion about overall subsurface conditions, their likely r to proposed construction activity, and appropriate foundation design. Even under optimal circumstances actual conditions may differ from those inferred to exist, because no geotechnical engineer no matter how qualified, and no subsurface exploration program, no matter how comprehensive, can reveal what is hidden by earth, rock and time. The actual interface between materials may be far more gradual or abrupt than a report indicates. Actual conditions in areas not sampled may differ from predictions. Nothing can be done to prevent the unanticipated, but steps can be taken to help minimize their impact. For this reason, most experienced owners retain their geotechnical consultants , through the construction stage, to identify variances, conduct additional tests which ii needed, to recommend solutions g g a _ 1___ _ —_ ��..... lay �., 11L+L+UIrLL, a;fd t„ recd „u;,er,u so�u�,utts to problems encountered on site. SUBSURFACE CONDITIONS CAN CHANGE Subsurface conditions may be modified by constantly changing natural forces. Because a geotechnical engineering report is based on conditions which existed at the time of subsurface exploration, construction de should not be based on a geotechnical engineering report whose adequacy may have been affected by time. Speak with the geotechnical consultant to learn if additional tests are advisable before construction starts. Construction operations at or adjacent to the site and natural events such as floods, earthquakes or groundwater fluctuations may also a ffect ciihciirface conditions a thus the nti^ a F geotechnical .,,,11 lllu..fg adequacy of a �eutcCiui;Gat re—port. The geotechnical engineer should be kept apprised of any such events, and should be consulted to determine if additional tests are necessary. ASEE THE ASSOCIATION OF ENGINEERING FIRMS PRACTICING IN THE GEOSCIENCES • IMPORTANT INFORMATION ABOUT YOUR GEOTECHNICAL ENGINEERING REPORT GEOTECHNICAL SERVICES ARE PERFORMED FOR SPECIFIC PURPOSES AND PERSONS Geotechnical engineers reports are prepared to meet the specific needs of specific individuals. A report prepared for a consulting civil engineer may not be adequate for a construction contractor, or even some other consulting civil engineer. Unless indicated otherwise, this report was prepared expressly for the client involved and expressly for purposes indicated by the client. Use by any other persons for any purpose, or by the client for a different purpose, may result in problems. No individual other than the client should apply this report for its intended purpose without first conferring with the geotechnical engineer. No person should apply this report for any purpose other than that originally contemplated without first conferring with the geotechnical engineer. A GEOTECHNICAL ENGINEERING REPORT IS SUBJECT TO MISINTERPRETATION Costly problems can occur when other design professionals develop their plans based on misinterpretations of a geotechnical engineering report. To help avoid these problems, the geotechnical engineer should be retained to work with other appropriate design professionals to explain relevant geotechnical findings and to review the adequacy of their plans and specifications relative to geotechnical issues. BORING LOGS SHOULD NOT BE SEPARATED FROM THE ENGINEERING REPORT Final boring logs are developed by geotechnical engineers based upon their interpretation of field logs (assembled by site personnel) and laboratory evaluation of field samples. Only final boring logs customarily are included in geotechnical engineering reports. These logs should not under any circumstances be redrawn for inclusion in architectural or other design drawings, because drafters may commit errors or omissions in the transfer process. Although photographic reproduction eliminates this problem, it does nothing to minimize the possibility of contractors misinterpreting the logs during bid preparation. When this occurs, delays, disputes and unanticipated costs are the all- too - frequent result. To minimize the likelihood of boring log misinterpretation, give contractors ready access to the complete geotechnical engineering report prepared or authorized for their use. Those who do not provide such access may proceed under the mistaken impression that simply disclaiming responsibility for the accuracy of subsurface information always insulates them from attendant liability. Providing the best available information to contractors helps prevent costly construction problems and the adversarial attitudes which aggravate them to disproportionate scale. READ RESPONSIBILITY CLAUSES CLOSELY Because geotechnical engineering is based extensively on judgment and opinion, it is far less exact than other design disciplines. The situation has resulted in wholly unwarranted claims being lodged against geotechnical consultants. To help prevent this problem, geotechnical engineers have developed model clauses for use in written transmittals. These are not exculpatory clauses designed to foist geotechnical engineers' liabilities onto someone else. Rather, they are definitive clauses which identify where geotechnical engineers' responsibilities begin and end. Their use helps all parties involved recognize their individual responsibilities and take appropriate action. Some of these definitive clauses are likely to appear in your geotechnical engineering report, and you are encouraged to read them closely. Your geotechnical engineer will be pleased to give full and frank answers to your question. OTHER STEPS YOU CAN TAKE TO REDUCE RISK Your consulting geotechnical engineer will be pleased to discuss other techniques which can be employed to mitigate risk. In addition, ASFE has developed a variety of materials which may be beneficial.. Contact ASFE for a complimentary copy of its publications directory. ASFE THE ASSOCIATION OF ENGINEERING FIRMS PRACTICING IN THE GEOSCIENCES KEY CHART FOR CLASSIFICATION OF SOILS Northern, Inc. Kirkland, Yakima, Kennewick, .Hermist ©n (OR) KEY CHART r a (ir lar. ,-.. ..: � � ti .F. � .r- y a ��._ �'s_tioc: .a at .,�.. r ,�. . ^ .,S.�. r " � a . ='.: --•s 'R ^, o �. . Y at ti i xy zt �� s ,� y v : �c, �.= �•�nvs „n s., _ ' . A p y .r y , { . . a h ) a .. 1 t A .� s `i - '`?r>Y ''� "4.1 � r �4 .. 1 } .._._ f .,..,x.>s c � SSi.y�'.'b.! i �. _. _1. ._.� v.�,� t%, - -' , A.:'6-'4,z-4.4-:-.AY,..-.: - ;:t.:'. , "s"*.. -xNi' �- - .._..:k:P.� '�;3.:., Grs.�v.�:.'o�. > _tit .a.:ti_V�, a � � _.s,. COARSE - GRAINED SOILS FINE - GRAINED SoILs DENSITY N (BLoWs/FT) FIELD TEST CONSISTENCY N (BLOWS/PT) FIELD TEST Very Loose 0 - 4 Easily penetrated with V2-inch reinforcing Very Soft 0 - 2 Easily penetrated several inches by rod pushed by hand thumb Loose 4 -10 Difficult to penetrate with 'A.-inch Soft 2 - 4 Easily penetrated one inch by thumb reinforcing rod pushed by hand Medium -Dense 10 - 30 Easily penetrated with 'A-inch rod driven Medium -Stiff 4 - 8 Penetrated over 1 /2-inch by thumb with with a 5 -lb hammer moderate effort Dense 30 - 50 Difficult to penetrate with ' /a. -inch rod Stiff $ -15 Indented about V2-inch by thumb but driven with a 5-lb hammer penetrated with great effort Very Dense > 50 penned only a few inches with 'h -inch Very Stiff 15 - 30 Readily indented by thumb rod driven with a 5 -lb hammer Hard > 30 Indented with difficulty by thumbnail - :�;�z: �. �"_,,,' - ���T - c r:`�:�z: � '°'a.� , �= ' �� �S ���" " ._'�° � �°s,'c,'�: `xCt �� �C" r �^�� � „- ` . '" C , .. �€ W ANts'+s � n W a �''3 •,rte - .v ., till `i ' '4 ' �5 �? - z - ,;As h , v ,� ,k ,•ar r • 0. � ia ... a t S v- 4. �sr. - aAI F a *K ,J s a 'r,. •, ? .ti. X ' .Sau'-_ c � e •.G � a �4,`;� t ^- fi r.�� ..,sN�u:"'':`;t?�snn:.: '.vim ... _ �- <_ «vim- 3i;,.k '^ 'a Z .,� :.:� • s.:t,a.> �� r-^' MAJOR DIVISIONS GROUP DESCRIPTION I 2S 2° OD Split Spoon (SPT) Gravel and Gravel i GW Well-graded - � Gravel 3" OD Split Gravelly Soils (with little or no fines) 1 G Poorly Graded Gravel 3S Spoon Coarse- <50% coarse S Gravel Non-Standard Grained fraction passes Gravel 0 r GM It ❑ NS S Nonn - S S tanda Soils #4 sieve (with >12 %fines) , 4.r� GC Clayey Gravel p P ST Shelby Tube <S0% Sand and Sand SW Well- graded Sand passes #200 Sandy Soils (with little or no fines) SP Poorly graded Sand m _ CR Core Run sieve >50 %coarse fraction passes Sand SM Silty Sand #4 sieve (with >12 %fines) SC Clayey Sand B BG Bag Sample ML Silt Torvane Fine- Siltand Clay Readuig Grained Liquid Limit < 50 CL Lean Clay PP Penetrometer Soils OL Organic Silt and Clay (low plasticity) Reading >50% - I MEI Inorganic Silt :-...' NR No Recovery passes #200 Silt and Clay CH la c Cla sieve Liquid Limit > 50 OH Organic Clay and Silt (med to high plasticity) GW Groundwater Table Highly Organic Soils . PT Peat FA(F ^ [ i - x s k•;. : Y -' 'v "-_ c .1 § x S �i t "t 1i -�. j 3 , , x ,-a ^ !d i r 7fir-\ , _ s a: ^ - J x t : �., v ixi Wi z r- t r .,, r 1 ' ' ,- DESCRIPTION RANGE DESCRIPTION FIELD OBSERVATION r ' ``p1 ° * ,, r , . , ls V Trace <5% Dry Absence of moisture, dusty, dry to the touch Fa ^ a ,) N � " � . a Little 5 % -12% Moist Damp but not visible water 1. Group Name Some >12% Wet Vislle free water 2. Group Symbol �a�,:�. ..sa r�•.s ' e •r �.- t; ": ;o-,.i -' =Yi: .;f v"n S Y:t c?>3 mh= ''.�.z.'•t �::r2i�ft' `;L•r� *n:•,kir�t c� !c�?rr,-a 3. Color a �5 7 Wi i"+, - a x -'r : t r fi n i y r te r•! ': c Y W C r a" a'� s ,?a ry 7 r.Y'X.e .h. 3 mi b ?'R�5 s 5 �•'r 3 is g7 !s4 i E� Rs N . - i,�j e E- ;{ ', !iF �E`x -.c� t ..� '� f rJ $7Z.V ''� a. �`: ?fizo3 .._.v -, 4. Moisture content ta4�u,.:t> . ?� .�:•3<Ec.fs2�s.<i:Fc -. . -k•;� � 4� � ti5s.,i... � .�- 2:�'s� ��` •<- _sa_� a SIEVE SIZE 5. Density / consistency 12° 3° 3/4" 4 10 40 200 6. Cementation GRAIN SIZE (INCHES) 12 3 0.75 0.19 0.079 0.0171 0.0029 7. Particle size (if applicable) Gravel Sand 8. Odor (if present) Boulders Cobbles Silt and Clay Coarse I Fine Coarse Medium I Fine 9. Comments .snditions shown on boring and testpit logs represent our observations at the time and location of the fieldwork, modifications based on lab test, analysis, and geological and engineering judgment. These conditions may not exist at other times and locations, even in close proximity thereof. This information was gathered as part of our investigation, and we are not responsible for any use or interpretation ofthe information by others.