You are on page 1of 134

BIDDING REQUIREMENTS

&
CONDITIONS OF AGREEMENT

Owyhee High School


7036 W. Ustick Road
Meridian, Idaho 83646

BID SET: Owyhee High School Tennis Courts


Bid #017401

DATE: May 29, 2020

CLIENT:
WEST ADA SCHOOL DISTRICT
1303 E. Central Drive
Meridian, ID 83642
208.855.4500

ARCHITECT:
DESIGN WEST ARCHITECTS, P.A.
216 SW 5th Ave., Ste. 100
Meridian, ID 83642
208. 888.1768

CONSTRUCTION MANAGER:
CM COMPANY, INC.
431 W. McGregor Drive
Boise, ID 83705
208.384.0800
TABLE OF CONTENTS

PART A – BIDDING REQUIREMENTS

Part A1 – Legal Ad for Bid


Part A2 – Request for Proposal
Part A3 – Notice Concerning Public Works Contractors State Licenses
Part A4 – Instructions to Bidders
Part A5 – Bidders Check List
Part A6a – Contractor Affidavit Concerning Alcohol and Drug Free Workplace
Part A6b – National Sex Offender Registry Form
Part A7 – Bid Package Index
Part A8 – Contractor Bid Proposals
Part A9 – Construction Schedule
Part A10 – Site Material Handling Plan
Part A11 – Badging Procedure

PART B – CONTRACTING REQUIREMENTS

Part B1 – Standard Owner and Trade Contractor Agreement (AIA A132-2009)


Part B1a – Exhibit ‘A’ to Contract – Scope of Work
Part B1b – Exhibit ‘B’ to Contract – Plans, Specifications, and Addenda
Part B1c – Exhibit ‘C’ to Contract – Liquidated Damages
Part B1d – Exhibit ‘D’ General Conditions (AIA A232-2009)
Part B2 – Construction Manager Purchase Order Form
Part B2a – Purchase Order Standard Terms
Part B3 – Temporary Facilities and Controls
Part B4 – Unconditional Lien and Bond Waiver
Part B5 – Consent of Surety
Part B6 – Contractors Affidavit Concerning Taxes
Part B7 – WH-5 Public Works Contract Report
Part B8 – Insurance Requirements
Part B8a – Example of Insurance Certificate for Schools
Part B9 – Contractor’s Application for Payment
Part B10 – EPA Notice of Intent for Stormwater Discharge
Part B11 – Change Order Request Form
Part B12 – Limited Geotechnical Report
Part B12a – Geotech Report Addendum #1
Part B12b – Groundwater Letter

PART C – SPECIFICATIONS

DIVISION 01 – GENERAL REQUIREMENTS

Section 011100 Summary of Work


Section 013300 Submittals
Section 014500 Quality Control
Section 016000 Product Requirements
Section 016000 Substitution Request Form
Section 017700 Closeout Procedures

Joint School District No. 2


WASD Owyhee High School Tennis Courts TOC
Page 1 of 1
ADVERTISEMENT FOR BIDS
OWYHEE HIGH SCHOOL
POST TENSION CONCRETE TENNIS COURTS
BID 017401

West Ada School District, Meridian, Idaho hereby announces that sealed bids will be received at the District Service
Center, 1303 East Central Drive Meridian, Idaho 83642 for the Owyhee High School Post Tension Concrete Tennis
Courts – located at 7036 W. Ustick Road, Meridian Idaho. The deadline for submitting proposals is Tuesday, June
23, 2020 at 3:00 PM MDT. Bids will be publicly opened and read aloud via teleconference on Wednesday, June 24,
at 10:00 AM MDT.

Contractors wishing to submit bids must hold a current Public Works Contractors License, commensurate with the
size of contract and must submit a bid bond in the amount of 5% of the total bid amount. The successful bidder will be
required to furnish the additional necessary bond(s) for the faithful performance of the contract and supply the
necessary insurance documents as prescribed in the contract documents.

Licensed contractors may obtain Project Information from the Construction Manager, CM Company Inc. Drawing and
Specifications may be viewed at the following locations:

CM Company Inc. AGC Boise West Ada School District


431 W. McGregor Drive 1649 W. Shoreline, Ste 100 www.westada.org
Boise, ID 83705 Boise, ID 83702
(208) 384-0800 (208) 344-2531
Tim Bybee planroom@idahoagc.org
timb@cmcompany.com

In following guidance from the Centers for Disease Control and Prevention (CDC), the District requires that
Contractors, and their subcontractors, are responsible for taking all reasonably practical measures to prevent
the spread of COVID-19. This will include following social distancing guidelines where practical, the wearing
of a Face Covering (mask) in settings where social distancing measures are difficult to maintain, use of
stringent hygiene measures, encouraging employees that are sick to stay home, limiting meetings that
require close contact, practice respiratory etiquette, including covering coughs and sneezes, and discourage
workers from using other workers’ phones, tools or equipment where possible.

Site visits will be held at 7036 W. Ustick Road, Meridian Idaho, Idaho 83642 by appointment only. Please
contact Tim Bybee with CM Company to arrange appointment. Note: All attendees must check in at onsite
construction office.

Bids received after the submittal deadline will not be considered and no bidder may withdraw his bid after the
submittal deadline or before the award of contract unless said award is delayed for a period exceeding sixty
(60) days.

The successful contractor shall carry out his employment practices and payment of wages according to the
Employment of Residents of Idaho - Wage Scale – Federal Funds, Idaho Code 44-1001.

The Board of Trustees of West Ada School District reserves the right to disregard all non-conforming, non-
responsive or conditional bids, to waive any minor irregularities, to reject all bids, or to accept the bid or bids it
deems best.

West Ada School District


Mike Carrithers
Purchasing Agent

Publish 05/29/20 and 06/05/20


Purchasing

PUBLIC BID OPENING PROCESS

As a precautionary measure during the COVID-19 pandemic, West Ada School District will be
conducting Public Bid Openings via teleconference until further notice. This will allow us to
keep gatherings to a minimum and help keep our bidder community safe.

To access the Public Opening for bid:

BID #017101 Owyhee High School Post Tension Concrete Tennis Courts

BIDS DUE: June 23, 2020 @ 3:00 PM MDT

BID OPENING: June 24, 2020 @ 10:00 AM MDT

Dial the following number: 1-208-901-7702

Enter access code: 828 075 291 #

Please wait for admittance to the meeting.

Thank you,

Mike Carrithers
Purchasing Agent
West Ada School District
208-350-5003

1303 E. Central Drive, Meridian, ID 83642 ● Phone: 208-855-4500 ● Fax: 208-350-5962


PART A:2

REQUEST FOR PROPOSAL AND BID

BID DATE: Tuesday, June 23, 2020

BID TIME: 3:00 PM MDT

BID LOCATION: District Service Center


1303 East Central Drive
Meridian, Idaho 83642

FROM: Joint School District No. 2


District Service Center
1303 East Central Drive
Meridian, Idaho 83642

You are hereby invited to submit a bid for goods and services for:

PROJECT TITLE: WASD - Owyhee High School Post Tension Concrete Tennis Courts

PROJECT LOCATION: 7036 W. Ustick Road


Meridian, Idaho 83646

Questions regarding the Request for Proposal and Bid must be submitted in writing and received by CM
Company, Inc.; Project Construction Manager, NO LATER THAN SEVEN (7) WORKING DAYS PRIOR TO
BID OPENING. Questions received after this date will not be considered.

Bonafide Prime Bidders and major Sub-bidders may obtain one (1) complete set of bid documents at CM
Company upon deposit of $200.00 per set with a 48-hour notice. The deposit will be refunded upon receipt of
documents, in good condition, within 10 days of bid opening date.

West Ada School District, CM Company, Inc. or Design West Architects will not be responsible for verbal
interpretations. Questions will be answered by written addenda and be mailed, faxed or emailed to all Bidders on
the plan holder list. All addenda issued during the bid period will be incorporated into the Contract. Addenda
issued prior to bidding shall be acknowledged on the Bid Form. Failure to acknowledge addenda may be cause
for rejection of bid as non-responsive.

Submit questions via email or fax to:

CM Company, Inc.

Attn: Tim Bybee


431 West McGregor Dr.
Boise, Idaho 83705
FAX: (208) 345-5323
timb@cmcompany.com

Joint School District No. 2


WASD Owyhee High School Tennis Courts A:2 Request for Proposal and Bid
Page 1 of 1
PART A:3

NOTICE CONCERNING PUBLIC WORKS CONTRACTORS STATE LICENSES

The Idaho Law requires that prime contractors, subcontractors, and specialty contractors alike must hold
licenses as “Public Works Contractors” before submitting bids on public works projects.

The only exception to the basic rule is that a bidder on a project that is to be financed by a direct federal
grant-in-aid program need not hold a license to bid, however, he must obtain a license PRIOR to the
AWARD on any contract or subcontract or the performance of any work. (Use of federal “revenue sharing”
funds does not, however, qualify a project as being financed in whole or in part by a direct federal grant-in-
aid program.)

Some projects may attract general contractors, subcontractors, and specialty contractors from outside the
state who may not be familiar with Idaho licensing requirements. In these instances, it is especially
important that reasonable steps be taken to insure that all prospective bidders be made aware of licensing
requirements before the bid opening. The following list of agency references is included for the general
information of all interested parties.

SUBJECT ADDRESS/TELEPHONE

FOREIGN CORPORATION (208) 334-2301 Secretary of State


Statehouse – Room 203
Boise, Idaho 83720

LICENSING – PUBLIC WORKS (208) 334-4057 Public Works Contractors


CONTRACTORS State License Bureau
1090 E. Watertower Street
Meridian, Idaho 83642

LICENSING – ELECTRICAL (208) 334-2183 Electrical Safety Bureau Division


CONTRACTORS & 277 North 6th Street
JOURNEYMEN Boise, Idaho 8372

TAXES – (208) 334-7660 Tax Commission


INCOME/WITHHOLDING 800 Park Boulevard
Boise, Idaho 83706

WORKERS COMPENSATION (208) 334-6000 Industrial Commission


317 Main Street
Boise, Idaho 83702

UNEMPLOYMENT (208) 334-6316 State Department of Employment


COMPENSATION 317 Main Street
Boise, Idaho 83702

LABOR AND LIEN LAWS (208) 334-2327 Department of Labor & Industrial Services
277 North 6th Street
Boise, Idaho 83702

Joint School District No. 2


WASD - Owyhee High School Tennis Courts A:3 Contractors State Licenses
Page 1 of 1
PART A:4

INSTRUCTIONS TO BIDDERS

GENERAL PROVISIONS

HEADINGS: Headings used in these Instructions are for convenience only.

REJECTION OF BIDS, WAIVER OF INFORMALITIES OR CANCELLATION: Prior to the effective date of


a contract, the Joint School District No. 2 shall have the right to accept or reject all bids, to waive any
minor deviations/informalities or to cancel the bid.

ORAL INFORMATION: Questions concerning a bid must be directed in writing to the designated Design
Professional (architect or engineer) or Construction Manager no less than seven (7) calendar days before
bids are due unless provided otherwise via an addendum. Oral information is not binding and any reliance
by a bidder on any oral information or representation is at the bidder’s sole risk. Any information given a
prospective bidder in response to a written question will be provided to all prospective bidders by an
addendum, if such information is necessary for purposes of submitting a bid or if failure to give such
information would be prejudicial to uninformed bidders.

PUBLIC RECORDS: The Idaho Public Records Law, Sections 9-337 through 9-348, Idaho Code, allows
the open inspection and copying of public records. Public records include any writing containing
information relating to the conduct or administration of the public's business prepared, owned, used or
retained by a State or local agency regardless of the physical form or character. Unless exempted by the
Public Records Law, your bid will be a public record subject to disclosure under the Public Records Law.
Any questions regarding the applicability of the Public Records Law should be addressed to your legal
counsel prior to submission.

FORM OF AGREEMENT: Unless otherwise specified in the bid documents, the agreement between the
successful bidder and the Owner (“Joint School District No. 2”) shall be the AIA A132 – 2009 Standard
Form of Agreement Between Owner and Contractor (CM Company as Adviser/Owner of Agent).

PERFORMANCE AND PAYMENT BONDS: A performance bond and payment bond are required for this
Project, each in an amount of not less than one hundred percent (100%) of the Contract Price. The
performance and payment bonds shall be a standard surety form certified approved to be the same as
the AIA A312 form and shall be executed by a surety or sureties reasonably acceptable to the Owner and
authorized to do business in the State of Idaho. Bonds must be provided within ten (10) calendar days
following receipt of a Notice of Intent to Award.

BID SUBMISSION PROCESS

BID DOCUMENTS: The bid documents are available from the Design Professional or as provided in the
Invitation to Bid or advertisement for bids. The responsibility is on the bidder to use a complete set of bid
documents to prepare its bid and neither the Owner nor the Design Professional shall incur any liability for
the bidder’s failure to do so. Bidders obtain no ownership interest or any use rights, except to use in
preparation of their bid, by issuance of the bid documents.

Bidders and Sub-bidders shall field verify all dimensions pertaining to the Work and shall be responsible for
the determination of all quantities of materials required for the completion of the Work. The bidder shall not
rely on the scale drawings of the Bidding Documents in his determination of required materials quantities. No
allowance shall be made for Bidder’s failure to field-verify dimensions.

Joint School District No. 2


WASD - Owyhee High School Tennis Courts A:4 Instructions to Bidders
Page 1 of 7
PART A:4

If a deposit is required, the deposit will be returned to a bidder returning the complete bid documents in
good condition no more than twenty (20) days after a Notice of Intent is issued and the amount of any
deposit returned may be reduced if the bid documents returned are not complete or are damaged. A
bidder awarded a Contract may also keep the bid documents and any deposit will be returned.

ADDENDA: In the event it becomes necessary to revise any part of the bid documents, addenda will be
issued. Information given to one bidder will be available to all other bidders if such information is
necessary for purposes of submitting a bid or if failure to give such information would be prejudicial to
uninformed bidders. It is the bidder’s responsibility to check for addenda prior to submitting a bid. A bidder
is required to acknowledge receipt of all addenda by identifying the addenda numbers in the space
provided on the bid proposal form. Failure to do so may result in the bid being declared non-responsive.
No addenda will be issued less than four (4) calendar days before the closing date unless the bid closing
date is extended.

REVIEW: It is the bidder’s responsibility to review the bid documents and compare them as needed,
including with regard to any other work that is or may be under construction that might affect the bidder or
its work, to examine the site and local conditions and to report, in writing, any questions, errors,
inconsistencies or ambiguities to the Design Professional.

PRODUCTS SPECIFIED AND PROPOSED SUBSTITUTIONS: Materials, products or equipment, if


specified by name or manufacturer, establish the standard of quality required and that must be met by
any proposed substitution. Requests for substitutions must be made in writing to the Design Professional
no less than ten (10) calendar days prior to the bid closing unless provided otherwise via an addendum.
Such requests must provide detailed information to allow the Design Professional to determine if the
proposed substitution is acceptable, including drawings or performance or test data and a detailed
statement of how the substitution would change any other part of the Work. It is the bidder’s obligation to
satisfy this requirement and the Design Professional’s decision shall be final. To be allowed, substitutions
must be approved in an addendum to the bid documents.

BID FORM: Bids must be submitted on the bid proposal forms, or copies of forms, furnished by the
Owner or the Design Professional. Bids submitted must contain an original signature in ink. The person
signing the bid must initial any and all changes appearing on any bid form. If the bidder is a corporation or
other legal entity, the bid form must be signed by an authorized designee.

BID PRICES: The bid form may require bidders to submit bid prices for one (1) or more items on various
bases, including lump sum base bid, lump sum bid alternate prices, unit prices or any combination
thereof. Bid amounts shall be expressed in words and numbers. The amount in words shall prevail if there
is a discrepancy.

ALTERNATES: If the solicitation includes alternate bid items or unit prices, failure to bid on the
alternates or unit prices may disqualify the bid. If bidding on an alternate does not change the base bid,
indicate by “No Change.” If bidding on all items is not required by the Contract Documents, bidders must
affirmatively indicate that they are not bidding on those items.

TIME FOR SUBMISSION: Bids must be submitted on or before the time specified in the advertisement
for bids. Any bid submitted late will be rejected.

SEALED ENVELOPE: Bids shall be submitted in a sealed envelope with the following clearly printed on
the outside of the envelope: the Project number and Project name; the name and address of the bidder;
and a statement, such as “BID ENCLOSED” to indicate that it is a bid.

Joint School District No. 2


WASD - Owyhee High School Tennis Courts A:4 Instructions to Bidders
Page 2 of 7
PART A:4

MAILED BIDS: When bids are mailed or shipped, the sealed envelope containing the bid shall be
enclosed in a separate mailing envelope with the notation “SEALED BID ENCLOSED” on the face
thereof. If mailed, the mailing envelope shall be addressed as follows:

Joint School District No. 2


District Service Center
1303 East Central Drive
Meridian, Idaho 83642

It is the bidder’s responsibility to ensure that its bid is delivered to the place designated for receipt on or
before the specified closing time. The Owner assumes no responsibility for delays in the delivery of mail
by the U.S. Post Office or private couriers. Bidders should be advised the intra-state mail system may
increase delivery time from arrival at Central Postal to the place designated for receipt and should plan
accordingly. LATE SUBMISSIONS WILL BE REJECTED, WILL NOT BE OPENED AND WILL BE
RETURNED TO THE BIDDER. NO DEVIATIONS WILL BE ALLOWED.

BID CLOSING DECLARED: Immediately prior to the bid opening, the Owner’s representative will
declare the official bid closing. Any part of a bid not received prior to the bid closing declared by the
designated representative will not be considered and will be returned to the bidder unopened. All bids
shall be taken under advisement.

DRUG-FREE WORKPLACE: The Trade Contractor will be required to submit in the sealed bid envelope
an affidavit certifying compliance with Title 72, Chapter 17, Idaho Code, requiring the Contractor and its
subcontractors to provide a drug-free workplace program and to maintain such program throughout the
duration of the Contract. The form of affidavit is attached.

SEX OFFENDER REGISTRY: The Trade Contractor will be required to submit in the sealed bid envelope
the signed document certifying compliance with Idaho Code 18-8329 prohibiting any person who is
registered or required to register under the Idaho Sex Offender Act from being on school property while
children under the age of 18 are present.

EXECUTIVE ORDER 2009-10: Bidder shall prepare and submit its bid based on compliance with
Executive Order 2009-10 (http://gov.idaho.gov/mediacenter/execorders/eo09/eo_2009_10.html) and shall
warrant that the bidder does not knowingly hire or engage any illegal aliens or persons not authorized to
work in the United States; bidder shall take steps to verify that it does not hire or engage any illegal
aliens or persons not authorized to work in the United States; and that any misrepresentation in this
regard or any employment of persons not authorized to work in the United States constitutes a material
breach and shall be cause for the imposition of monetary penalties and/or termination of any Contract
resulting from this bid.

LEGAL RESIDENCY REQUIREMENT: By submitting a bid, the bidder attests, under penalty of perjury,
that he (the bidder) is a United States citizen or legal permanent resident or that it is otherwise lawfully
present in the United States pursuant to federal law. Prior to being issued a contract, the bidder will be
required to submit proof of lawful presence in the United States in accordance with §67-7903, Idaho
Code.

EMPLOYMENT OF RESIDENTS OF IDAHO: In all state, county, municipal, and school construction,
repair, and maintenance work under any of the laws of this state the contractor, or person in charge
thereof must employ ninety-five percent (95%) bona fide Idaho residents as employees on any such
contracts except for procurement authorized in section 67-2808(2), Idaho Code, or where under such
contracts fifty (50) or less persons are employed the contractor may employ ten percent (10%)
nonresidents, provided however, in such a case employers must give preference to the employment of
bona fide Idaho residents in the performance of such work; provided, that in work involving the
expenditure of federal aid funds this act shall not be enforced in such a manner as to conflict with or be
contrary to the federal statutes prescribing a labor preference to honorably discharged members of the

Joint School District No. 2


WASD - Owyhee High School Tennis Courts A:4 Instructions to Bidders
Page 3 of 7
PART A:4

United States armed forces, including airmen, soldiers, sailors, and marines, prohibiting as unlawful any
other preference or discrimination among the citizens of the United States.

PUBLIC WORKS CONTRACTOR’S LICENSE: This Project is not financed in whole or in part by federal
funds. Bids will be accepted from those Contractors only (prime contractors, subcontractors and/or
specialty contractors) who, prior to the bid opening, hold current licenses as public works contractors in
the State of Idaho.

TAXES: The Contractor, in consideration of securing the business of erecting or constructing public works
in this state, recognizing that the business in which he is engaged is of a transitory character, and that in
the pursuit thereof, his property used therein may be without the state when taxes, excises, or license
fees to which he is liable become payable, agrees:
1. To pay promptly when due all taxes, (other than on real property), excises and license fees due to
the state, its subdivisions, and municipal and quasi-municipal corporations therein, accrued or
accruing during the term of this contract, whether or not the same shall be payable at the end of
such term;
2. That if the said taxes, excises, and license fees are not payable at the end of said term, but
liability for the payment thereof exists, even though the same constitute liens upon his property, to
secure the same to the satisfaction of the respective officers charged with the collection thereof;
and
3. That, in the event of his default in the payment or securing of such taxes, excises, and license
fees, to consent that the department, officer, board, or taxing unit entering into this contract may
withhold from any payment due him hereunder the estimated amount of such accrued and
accruing taxes, excises, and license fees for the benefit of all taxing units to which said contractor
is liable.

NAMING OF SUBCONTRACTORS: Section 67-2310, Idaho Code, requires general (prime) Contractors
to include in their bid the name of the subcontractors who shall, in the event the Contractor secures the
Contract, subcontract the plumbing, HVAC, and electrical work under the general (prime) Contract.
Failure to name subcontractors as required by this section shall render any bid submitted by a general
(prime) Contractor nonresponsive and void. Subcontractors named in accordance with the provisions of
this section must possess an appropriate license or certificate of competency issued by the State of Idaho
covering the Contractor work classification in which the subcontractor is named.

Section 67-2310, Idaho Code, means three (3) separate areas of work: plumbing work, HVAC, and
electrical work and the general (prime) Contractor to name the entity that will perform the Work, including
if the entity is a subcontractor, a sub-subcontractor or the general (prime) Contractor submitting the bid.
Failure to complete the Bid Proposal in full shall render a bid nonresponsive and void.

With regard to possessing an appropriate license or certificate of competency, all subcontractors listed by
the general (prime) Contractor must have at the time of the bid opening a current license in the
appropriate category (class, type and specialty category) as issued by the Public Works Contractors State
License Board. In addition, plumbing, HVAC and electrical subcontractors shall have at the time of the bid
opening a valid plumbing contractor’s license, HVAC contractor’s license or electrical contractor’s license,
respectively, as issued by the Idaho Division of Building Safety.

In determining if the above listed subcontractors are required on the Project, the Construction Manager
will refer to the plans and specifications. If doubt exists prior to bid closing, potential bidders should
contact the Construction Manager and the Design Professional who prepared the plans and specifications
will be requested to make the determination. If plumbing, HVAC or electrical work are not shown on the
plans and specifications, but are discovered by the bidder prior to the date of bid opening, then the bidder
must request clarification from the Design Professional. Absent such clarification, Work will be considered
incidental and naming of a subcontractor will not be required.

Joint School District No. 2


WASD - Owyhee High School Tennis Courts A:4 Instructions to Bidders
Page 4 of 7
PART A:4

BID SECURITY

AMOUNT AND FORM OF SECURITY: To be considered, bids must be accompanied by an acceptable


bid security in an amount not less than five percent (5%) of the total amount of the bid, including additive
alternates. The security may be in the form of a bond or a certified or cashier's check. A standard surety
bid bond form meeting all the conditions of AIA Document A310 is acceptable and, if used, must include a
certified and current copy of the power of attorney if the bond is executed by the attorney-in-fact on behalf
of the surety.

FORFEITURE: A successful bidder who fails to sign the Contract for the Work or furnish the required
bonds within ten (10) calendar days following the receipt of notice of intent to award a Contract is subject
to forfeiture in accordance with Section 54-1904E, Idaho Code.

RETENTION OF SECURITY: Bid security shall be retained for no more than forty-five (45) calendar days
after the opening of bids, so long as the bidder has not been notified of the acceptance of the bid.

BID WITHDRAWAL

PRIOR TO BID CLOSING: If a bid has been submitted, it may be withdrawn in person by a bidder’s
authorized representative before the opening of the bids. A bidder’s representative will be required to
show identification and sign on a bid summary sheet before it will be released. After bid closing, no bid
may be withdrawn except in strict accordance with these Instructions or applicable law.

BID MODIFICATION

PRIOR TO BID CLOSING: If a bid has been submitted, it may be modified by the submission of a written
document contained in a separate sealed envelope marked “Bid Modification from [Name of Bidder] for
“Owyhee High School Tennis Courts Bid #017401” THE DOCUMENT MODIFYING THE BID MUST BE
SIGNED IN INK BY AN AUTHORIZED REPRESENTATIVE OF THE SUBMITTING BIDDER. THE
JOINT SCHOOL DISTRICT NO. 2 RESERVES THE RIGHT TO REQUIRE PRESENTATION OF
EVIDENCE SATISFACTORY TO IT TO ESTABLISH THE AUTHORITY TO ACT ON BEHALF OF THE
SUBMITTING BIDDER. NO OTHER FORM OF MODIFICATION (INCLUDING TELEPHONE,
FACSIMILE OR ELECTRONIC MAIL) WILL BE ACCEPTED. AFTER BID CLOSING, NO BID MAY BE
MODIFIED EXCEPT IN STRICT ACCORDANCE WITH THESE INSTRUCTIONS OR APPLICABLE
LAW.

RELIEF FROM BIDS

CONDITIONS FOR RELIEF: Relief from bids is subject to Sections 54-1904B through 54-1904E, Idaho
Code. In the event a bidder discovers a mistake in its bid following the bid opening and wishes to
withdraw its bid, the bidder shall establish to the satisfaction of the Owner, pursuant to Section 54-1904C,
Idaho Code, that a clerical or mathematical mistake was made; the bidder gave the public entity (Owner)
written notice within five (5) calendar days after the opening of the bid of the mistake, specifying in the
notice in detail how the mistake occurred; and the mistake was material.

DETERMINATION: If the Owner determines that the bidder has satisfied the requirements of Section 54-
1904C, Idaho Code, to entitle it to relief from a bid because of a mistake, it shall prepare a report in
writing to document the facts establishing the existence of each required element. The report shall be
available for inspection as a public record and shall be filed with the public entity soliciting bids. A bidder
claiming a mistake and satisfying all the required conditions of Section 54-1904C, Idaho Code, shall be
entitled to relief from the bid and have any bid security returned by the Owner. Bidders not satisfying the
conditions of Section 54-1904C, Idaho Code shall be subject to forfeiture in accordance with Section 54-
1904B, Idaho Code. A bidder who claims a mistake or who forfeits its bid security shall be prohibited from
participating in any re-bidding of that project on which the mistake was claimed or security forfeited and
the Owner may award the Contract to the next lowest responsive and responsible bidder.

Joint School District No. 2


WASD - Owyhee High School Tennis Courts A:4 Instructions to Bidders
Page 5 of 7
PART A:4

BIDDER’S REPRESENTATIONS

REPRESENTATIONS UPON SUBMITTING A BID: By submitting its bid, a bidder represents and
warrants the following:

1. The person signing the bid is authorized to bind the bidder;


2. It has all required licenses, permits or other authorizations necessary to submit its bid;
3. It has taken steps necessary to ascertain the nature and location of the Work and has
investigated and satisfied itself as to the general and local conditions which can affect the Work
or its cost, including but not limited to: (i) conditions bearing upon transportation, disposal,
handling and storage of materials; (ii) the availability of labor, water, natural gas, electric power
and roads; (iii) uncertainties of weather, river stages or similar physical conditions at the site; (iv)
the conformation and conditions of the ground; and (v) the character of equipment and facilities
needed preliminary to and during the Work;
4. It has satisfied itself as to character, quality and quantity of surface and subsurface materials or
obstacles to be encountered insofar as this information is reasonably ascertainable from an
inspection of the site, including exploratory work done by the Owner as well as from the drawings
and specifications provided as part of the bid package, and that any failure of the bidder to take
such actions will not relieve the bidder from responsibility for estimating properly the difficulty and
cost of successfully performing the Work;
5. It has received, read and reviewed the Contract, has submitted any questions in writing regarding
the same and has received an answer to such questions;
6. Its bid is based upon the requirements of the Contract without exception;
7. It is in compliance with Title 72, Chapter 17, Idaho Code, regarding a drug-free workplace and
has included the required affidavit regarding the same;
8. Its bid is in compliance with Executive Order 2009-10 regarding employment of persons not
authorized to work in the United States;
9. It will retain bid security and hold and honor all base bid prices for sixty (60) calendar days from
the date of bid opening, and cannot be withdrawn after the bid opening;
10. Its bid prices shown for each item on the bid proposal form include all labor, material, equipment,
overhead and compensation to complete all of the Work for that item; and
11. It has included in its bid amount Idaho sales and/or use taxes on all materials and equipment and
all other taxes imposed by law.

BID AWARD

AWARD METHOD: Public works construction contracts for the State of Idaho are awarded to the "lowest
responsible and responsive bidder." The low bidder, for purposes of award, shall be the responsible and
responsive bidder offering the low aggregate amount for the base bid item, plus any additive or deductive
bid alternates selected by the Owner, and within funds available as determined by the Owner. Award is
also subject to the requirements of Idaho Code, including without limitation: Title 67, Chapter 57; Title 67,
Chapter 23; Title 54, Chapter 19; and Title 44, Chapter 10. It is the bidder's responsibility to conform to
ALL applicable federal, state and local statutes or other applicable legal requirements. The information
provided herein is intended to assist bidders in meeting applicable requirements but is not exhaustive and
the Owner will not be responsible for any failure by any bidder to meet applicable requirements.

DETERMINATION OF RESPONSIBILITY: The Owner reserves the right to make reasonable inquiry
about or from the submitting bidder or from third parties to determine the responsibility of a submitting
bidder. Such inquiry may include, but not be limited to, inquiry regarding experience and expertise related
to the Project, manpower and other resources, financial stability, credit ratings, references, potential
subcontractors and past performance. The unreasonable failure of a submitting bidder to promptly supply
any requested information may result in a finding of non-responsibility.

NOTICE OF EFFECTIVENESS: No Contract is effective until the authorized Owner’s official has signed
the Contract and the Notice to Proceed has been issued. The bidder shall not provide any goods or
render services until the Contract has been signed by the Administrator of Joint School District No. 2 and
Joint School District No. 2
WASD - Owyhee High School Tennis Courts A:4 Instructions to Bidders
Page 6 of 7
PART A:4

the Contract has become effective. Furthermore, the Owner is in no way responsible for reimbursing the
bidder for goods provided or services rendered prior to the signature of the authorized Joint School
District No. 2’s official and the arrival of the Notice to Proceed.

INCURRING COSTS: The Owner is not liable for any cost incurred by bidders prior to the Notice to
Proceed.

PRIOR ACCEPTANCE OF DEFECTIVE BIDS OR PROPOSALS: The Owner generally will not
completely review or analyze bids that appear to fail to comply with the requirements of the bid
documents, nor will the Owner generally investigate the references or qualifications of those who submit
such bids. Therefore, any acknowledgment that the selection is complete shall not operate as a
representation by the Owner that an unsuccessful bid was responsive, complete, sufficient or lawful in
any respect.

POST-AWARD SUBMITTALS: Upon receipt of a Notice of Intent to Award, the apparent low responsive
and responsible bidder shall provide documentation required in such Notice. Such Notice of Intent to
Award shall generally require the bidder to return to the Owner, within ten (10) days of receipt, a signed
Contract, all required bonds, proof of insurance and documentation required by the Idaho State Tax
Commission (report and affidavit).

OWNER’S RIGHT TO REJECT: Prior to execution of the Contract, the Owner or Design Professional
shall provide written notice of any reasonable objection to any person or entity proposed by the bidder.
Upon receipt of such notice, the bidder may withdraw its bid, without forfeiture, or propose a substitute
and identify any change in any bid amount caused by such substitution. The Owner may accept or reject
the substitution or the adjusted price. If the Owner rejects the substitution or the adjusted price, it will
return the bidder’s bid guarantee.

END OF INSTRUCTIONS

Joint School District No. 2


WASD - Owyhee High School Tennis Courts A:4 Instructions to Bidders
Page 7 of 7
PART A:5

BIDDER'S CHECKLIST

This Bidder's Checklist is offered to the prospective bidder as a means of checking his/her bid
form in order to ensure that a complete bid is submitted, free from omissions and errors that
could possibly lead to rejection of the Bid.

Check when completed:

 Are all blank spaces filled out on Bid Form?

 Have questions arising from the bidding, contract, specifications, or plans been
submitted to the proper authority and resolved in the proper manner?

 Are bid amounts shown correctly as well as extensions and totals? Recheck for errors
or omissions. Both lump sum and alternate lump sum prices must be in figures.

 Are authorized signatures properly affixed to the bidding documents, giving also title,
Idaho Public Works Contractor's License number, etc.?

 Have the required Bid Submittal forms been reviewed and complied with?

 Have all Addenda been received and acknowledged with proper signature on the Bid
Form?

 Is a Bid Bond included in the sealed envelope? Bid security is required on this project in
the amount of 5% of bid. Separate bid security is required for each trade contract bid.

 Is the Contractor Affidavit for Alcohol and Drug Free Workplace included?

 Is the National Sex Offender Registry Form included?

 In order for a bid to be considered, all bidding documents must be placed in a properly
addressed, sealed and labeled envelope and delivered to the specified authority prior to
the time designated for the bid opening.

END OF BIDDER'S CHECKLIST

Joint School District No. 2


WASD - Owyhee High School Tennis Courts A:5 Bidders Checklist
Page 1 of 1
PART A:6a

CONTRACTOR’S AFFIDAVIT
CONCERNING ALCOHOL AND DRUG-FREE WORKPLACE

STATE OF

COUNTY OF

Pursuant to the Idaho Code, Section 72-1717, I, the undersigned, being duly sworn, depose and
certify that _____________________________________ is in compliance with the provisions of
Idaho Code section 72-1717; that _______________________________________ provides a
drug-free workplace program that complies with the provisions of Idaho Code, title 72, chapter 17
and will maintain such program throughout the life of a state construction contract and that
___________________________________ shall subcontract work only to subcontractors meeting
the requirements of Idaho Code, section 72-1717(1)(a).

Name of Contractor

Address

City and State

By:
(Signature)

Subscribed and sworn to before me this ___________________ day of


_________________, ______.

Commission expires:

NOTARY PUBLIC, residing at

A:6a Contractors Affidavit Concerning Alcohol...

Page 1 of 1
IDAHO/NATIONAL SEX OFFENDER REGISTRY
Idaho Code §18-8329 prohibits any person who is registered or required to register under the Idaho Sex
Offender Registration Act from being on school property if the person has reason to believe children under
the age of 18 are present. West Ada School District Policy 504.81 reads, in part:

State law prohibits a person who is currently registered or is required to register under the sex offender
registration act to be on or remain on the premises of a school building or school grounds, or upon other
properties posted with a notice that they are used by a school, when the person believes children under
the age of 18 years are present and are involved in a school activity or when children are present within
30 minutes before or after a school activity.

As a provider of goods and/or services to West Ada School District, your company and those in your
employment are subject to this law and district policy.

Please sign and return this letter confirming to the District that your company will prohibit any persons in
your employ who are registered or required to register under the Idaho Sex Offender Registration Act
from participation in company business with the District if such participation would require them to be
present on school property. Further, by signing, you confirm that you have cross checked such employees
against the Idaho Sex Offender Registry and the National Sex Offender Registry found at the following
web links:
www.isp.idaho.gov/sor_id/ http://www.nsopr.gov/

In addition, by signing, you agree to provide WASD with a list of all employees (first, middle, last name
and birthdate) assigned to work on WASD property if your company is awarded the project and will
provide updated lists if/when new employees are assigned to the project. Further, you agree to provide
lists of all subcontractor employees to WASD and will provide updated lists if/when new subcontractor
employees are assigned to the project. Please send the list of employees via email to
purchasing@westada.org or submit in person to Kim Harp at the District Service Center.

_______________________________________
Company/Contractor Name (Print)

________________________________________
Signature of Company/Contractor Representative

_________________________________________ ______________________
Printed Name Date
PART A:7

BID PACKAGE INDEX


WASD - OWYHEE HIGH SCHOOL

POST TENSION CONCRETE TENNIS COURTS

Bid
Bid Package Name Bid Date Bid Time
Pkg.
53 Post Tension Concrete Tennis Courts June 23, 2020 @ 3:00 PM

Joint School District #2 Bid Package Index


WASD - Owyhee High School Tennis Courts Page 1 of 1
PART A:8

Contractor Bid Proposal Form

To: Joint School District No. 2


District Service Center
1303 East Central Drive
Meridian, ID 83642

Bid Due by: 3:00 PM


Bid Date: June 23, 2020

Bid Package # 53
Bid Package Name: Post Tension Concrete Tennis Courts

Submitted by: _________________________________

In compliance with the Advertisement for Bids for construction of the WASD - Owyhee High School Post
Tension Concrete Tennis Courts, having examined the Contract Documents dated 1-25-2019 from Design
West Architects and Site of Proposed Work, and being familiar with all of the conditions surrounding the
construction of the proposed project, including availability of materials and labor, the undersigned hereby
proposes to furnish all labor, materials, supplies, equipment, supervision and insurance in accordance with the
Contract documents, within the time set forth therein, and at the prices stated below. These prices are to cover
all expenses incurred in performing the work required under the Contract documents, of which this Proposal is a
part.

Bidder hereby agrees to commence work under this contract on or before a date to be specified in written
"Notice to Proceed" of the Owner and substantially complete the project within the times stipulated in the
enclosed construction schedule. Bidder further agrees to pay as liquidated damages the sum of $1,000 for
each consecutive calendar day after the established date for providing of submittals and/or sum of $1,000 for
each consecutive day after the established substantial completion date or adjusted date as established by
change order as here in after provided in Article 3 Part 3.6 of the Standard Form of Agreement Between Owner
and Trade Contractor (where the Construction Manager is the Owner’s Agent).

Division 01 – General Conditions*

Division 03 – Concrete
Section 033000 Cast-In Place Concrete*

Division 07 - Thermal and Moisture Protection


Section 079200 Sealants

Division 32 – Exterior Improvements


Section 312000 Earth Moving*
Section 321313 Concrete Paving
Section 321314 Post-Tensioned Concrete Tennis Court

* (As applicable to this work)

Note: All Contract Documents Apply – Bidding Contractors are responsible for all pages of addendums
including attachments.

Joint School District No. 2 Bid Package #53


WASD Owyhee High School Tennis Courts Page 1 of 4
PART A:8

Bidding Requirements: In addition to the work required in the above Sections, this bid package overview
includes, but is not limited to the following:

Provide labor, materials, supervision and equipment necessary to form, pour, finish, strip and complete
designated concrete flatwork, footings and all post tensioned (PT) concrete systems at the tennis courts,
including labor, materials and equipment necessary to complete all concrete work in accordance with the plans
and specifications as listed above.

This contractor to provide all labor, materials and equipment necessary to form, pour and finish all cast in place
concrete, complete with all post tension cables, tensioning cables, anchors and reinforcing steel in accordance
with the plans and specifications.

This contractor to provide, install and stress all post tension cables, cut off all cables, dispose of excess cables
in a legal manner, grout tension cable pockets and maintain all records of tensioning in accordance with the
contract documents. Install all necessary steel embeds and anchors cast in concrete and provide templates for
any items to be installed in this concrete.

This bid package includes setting of all final elevations and locations from control points set by the Construction
Manager. This bidder will commit to allocating sufficient quantities of material and equipment to this project to
meet the construction schedule established by the Construction Manager.

Note: This contractor is to submit on a separate attachment a list of past post-tension concrete tennis court
projects they have completed over the last 5-years for the Construction Manager and Owner’s review.

This contractor to review and approve the existing conditions and final top of base elevations throughout the
tennis courts and sidewalks areas to verify existing conditions and to understand that all required excavation,
backfill and regrading of the ¾” road mix and subgrade placed by others will be the responsibility of this
contractor and that additional cost will not be allowed for any additional preparation prior to concrete installation.

In accordance with the contract documents bid to include the following:


• Post Tensioning.
• Reinforcing steel.
• Concrete Slab-on-Grade (SOG).
• Concrete footings for fence posts / fence and tennis court equipment embed items.
• Joint devices and fillers.
• Concrete washout.
• Concrete blankets.
• Anchor bolts or steel items embedded in concrete to be installed by this Contractor.

Receive, unload, store and install anchor bolts and items embedded in concrete furnished by others.

All craning, hoisting, machinery or equipment required to complete the delivery and installation of the exterior
concrete is the responsibility of this Contractor.

The scope outlined above is to be used as a reference only and should not be considered exhaustive. It is the
responsibility of the bidding Contractor to review all contract documents to provide a complete and responsive
bid for their trade and include all items in accordance with the plans and specifications.

General Notes:
This bid package includes the following items: furnishing, unloading, storing and installing all fibrous expansion
joints, water stop, vapor barrier, ready mix materials and admixtures. Provide concrete curing and protection as
indicated in the specifications. All concrete pumping, control and isolation joints, saw cutting of joints, hoisting
for concrete work and templates to receive any bolts are included in this bid package.

The successful bidder shall coordinate with the Athletic Equipment Contractor and install the sleeves for the
netting prior to pouring the slab and shall also coordinate with the Fencing Contractor with fence post
installations by fencing contractor.

Joint School District No. 2 Bid Package #53


WASD Owyhee High School Tennis Courts Page 2 of 4
PART A:8

Immediately upon award of bid package prepare and submit mix designs in accordance with Division 1, no
additional charges are to be made for hot or cold water, waiting time, overtime hours on regular working days or
occasional Saturday deliveries as required to meet construction schedule.

This Contractor will commit to allocating sufficient quantities of manpower, concrete material and equipment to
this project to meet the construction schedule established by the Construction Manager. All concrete work to be
in accordance with specified standards. Any work not meeting required standards must be repaired and
brought into compliance with the specified standards.

This Contractor is to properly cover and protect the work of others from damage or soiling due to the
performance of this work and shall properly clean, restore, replace and pay for cleaning, restoration or
replacement of any such work damaged or soiled in the performance of this work.

This Contractor will coordinate all activities with all other trades to allow for timely construction activities
throughout the duration of the project.

This Contractor is to provide, install and remove any safety equipment required to perform this work.

This bid package does not include:


• Site demolition.
• Main building concrete.
• Outbuilding concrete.
• Concrete collars for utilities.
• Excavation.
• Asphalt paving.
• Providing or installing Bituminous Dampproofing
• Concrete footings for outdoor athletic equipment items noted in Bid Package 14.
• Concrete footings for Site Furnishings noted in Bid Package 34.
• Field testing of concrete materials.

Base Bid

Furnish and Install


(Including all applicable taxes;
Labor & Material Payment Bonds) Total Base Bid: $ ___________________________

(Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in word will
govern).

Bidder understands that the Owner reserves the right to reject any or all bids and to waive any informality in the
bidding.

The bidder agrees that this bid shall be good and may not be withdrawn for a period of 60 calendar days after the
scheduled closing time for receiving bids.

All bids must be accompanied by a Bid bond issued by a surety company authorized to issue such bonds in the
State of Idaho, or a Certified Check or Bank Cashier’s Check, each in an amount not less than 5% of the total bid,
made payable to the Joint School District No. 2, Meridian, Idaho. The bid security of successful bidders will be
held until the contract awarded has been completed, at which time it will be returned to vendor. Check bid
securities of unsuccessful bidders will be returned at time of bid award. (Bid Bonds are not returned)

Upon receipt of written notice of the acceptance of this bid, Bidder will execute the formal contract attached
within 5 days and deliver a Surety Bond or Bonds as required by Article 10 of the Standard Form of
Agreement Between Owner and Trade Contractor (where the Construction Manager is the Owner’s Agent)
and Article 11 of the AIA Document A232-2009 General Conditions of Contract.
Joint School District No. 2 Bid Package #53
WASD Owyhee High School Tennis Courts Page 3 of 4
PART A:8

The bid security attached in the amount of 5% of the bid amount is to become the property of the Owner in the
event the contract and bond are not executed within the time set forth, as liquidated damages for the delay and
additional expense to the Owner caused thereby.

• The undersigned agrees and promises, in submitting this proposal, that if issued a Letter of Intent or a
Formal Agreement, he will execute the required Agreement without alterations within five (5) days,
immediately furnish Performance Bond and Labor and Material Payment Bond, Insurance Policy and
Certificate of Insurance.

• The undersigned understands that the Owner reserves the right to accept, reject or negotiate any
and/or all bids and waive any informality in the bidding. Final award is subject to approval by the
Owner.

• The undersigned acknowledges receipt of Addendum (a)


_______________ dated ____________________
_______________ dated ____________________
_______________ dated ____________________
_______________ dated ____________________

The Undersigned notifies that he is of this date duly licensed as an Idaho Public Works Contractor and
further that he possesses Idaho Public Works Contractor's License No._________________ and is domiciled in
the State of ______________________.

Dated this ___________ day of _________________ 2020.

Respectfully submitted,
___________________________________
Company

___________________________________
Business Address
(Seal - if bid is by a Corporation)
___________________________________
Authorized Signature

___________________________________
Printed or Typed Name

____________________________________
Title

____________________________________
Telephone Number

____________________________________
Fax Number

____________________________________
Email Address

Joint School District No. 2 Bid Package #53


WASD Owyhee High School Tennis Courts Page 4 of 4
PART A:9

CONSTRUCTION SCHEDULE
(Forthcoming via Addendum)

Bidder hereby agrees to commence work under this contract on or before a date to be specified in written “Notice to
Proceed” by the Owner and substantially complete the project within the times stipulated in the construction
schedules. Activities and durations affecting the bidder shall be considered and incorporated as part of the bidder’s
proposal.

As indicated in the following schedule narrative, it will be required that work proceed on more than one activity at a
time. The Construction Manager will make every effort to phase the work to most effectively utilize manpower and
equipment, however there will be periods during the construction period when multiple crews and/or
equipment must be present on the project to maintain the scheduled progress. It is expected that this condition
be planned for and the costs associated with this requirement be included in the bid amount.

If a Bidder is not in a position to provide the resources necessary to maintain the scheduled progress of this
project please do not bid.

In all cases the schedule is intended to function as an overall planning tool for bidding purposes and for the overall
managing of the project. The schedule establishes major activity start and finish dates only.

There has been no attempt to identify all project activities. It is each separate Contractor’s obligation to
determine when their specific work activities will occur during the course of the project based upon the major activities
that are shown.

The activity durations represent a period of time when work on that activity will be progressing. An activity period
does not necessarily reflect that work will be continuous on that activity for the duration shown. It is expected and
planned that, for certain activities, work will be required at the beginning of the duration shown and then
periodically during the duration shown. All costs associated with activity discontinuity are to be included in the bid
amount.

Each Contractor will be required to maintain close contact with both the Construction Manager’s project manager and
superintendent during the course of the project to determine specifically when its work is to be performed. Weekly
meetings will be held where detailed schedule information is discussed. It is the Contractor’s responsibility to attend
these meetings to determine for themselves when specific work that they are interested in will occur.

All Contractors are to reasonably expect that the scheduled dates shown will vary to some degree as construction
progresses. There will be no adjustments to contract amounts due to adjustments made to the project schedule as a
result of actual progress on the project.

Refer to the section titled GENERAL REQUIREMENTS – ALL BID PACKAGES and individual BID PACKAGES
for additional information concerning the project and the project schedule.

Joint School District No. 2


WASD Owyhee High School Tennis Courts A:9 Construction Schedule
Page 1 of 1
®

AIA Document A132 – 2009 TM

Standard Form of Agreement Between Owner and


Contractor,Construction Manager as Adviser Edition

AGREEMENT made as of the « » day of « » in the year « »


(In words, indicate day, month and year.)
ADDITIONS AND DELETIONS:
BETWEEN the Owner: The author of this document
(Name, legal status, address and other information) has added information
needed for its completion.
«West Ada School District»« » The author may also have
revised the text of the
«1303 E. Central Drive» original AIA standard form.
«Meridian, Idaho 83642» An Additions and Deletions
« » Report that notes added
information as well as
revisions to the standard
and the Contractor: form text is available from
(Name, legal status, address and other information) the author and should be
reviewed.
« »« » This document has important
« » legal consequences.
Consultation with an
« » attorney is encouraged with
« » respect to its completion
or modification.
for the following Project: This document is intended
(Name, location and detailed description) to be used in conjunction
with AIA Documents A232™–
2009, General Conditions of
« » the Contract for
« » Construction, Construction
«CM Company Job No. 1803» Manager as Adviser Edition;
B132™–2009, Standard Form
of Agreement Between Owner
The Construction Manager: and Architect, Construction
(Name, legal status, address and other information) Manager as Adviser Edition;
and C132™–2009, Standard
Form of Agreement Between
«CM Company, Inc.»« » Owner and Construction
«431 W. McGregor Drive» Manager as Adviser. ^AIA
«Boise, Idaho 83705» Document A232™–2009 is
adopted in this document by
« » reference. Do not use with
other general conditions
The Architect: unless this document is
(Name, legal status, address and other information) modified.

« »« »
« »
« »
« »

The Owner and Contractor agree as follows. ELECTRONIC COPYING of any


portion of this AIA® Document
to another electronic file is
prohibited and constitutes a
violation of copyright laws
as set forth in the footer of
this document.

AIA Document A132™ – 2009 (formerly A101™CMa – 1992). Copyright © 1975, 1980, 1992 and 2009 by The American Institute of Architects. All
rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or
distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the 1
maximum extent possible under the law. This draft was produced by AIA software at 14:52:11 on 02/28/2018 under Order No.6842731052 which
expires on 05/15/2018, and is not for resale.
User Notes: (1162181176)
TABLE OF ARTICLES

1 THE CONTRACT DOCUMENTS

2 THE WORK OF THIS CONTRACT

3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION

4 CONTRACT SUM

5 PAYMENTS

6 DISPUTE RESOLUTION

7 TERMINATION OR SUSPENSION

8 MISCELLANEOUS PROVISIONS

9 ENUMERATION OF CONTRACT DOCUMENTS

10 INSURANCE AND BONDS

EXHIBIT A DETERMINATION OF THE COST OF THE WORK

ARTICLE 1 THE CONTRACT DOCUMENTS


The Contract Documents consist of this Agreement, Conditions of the Contract (General, Supplementary and other
Conditions), Drawings, Specifications, Addenda issued prior to execution of this Agreement, other documents listed
in this Agreement and Modifications issued after execution of this Agreement, all of which form the Contract, and
are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the
entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations or
agreements, either written or oral. An enumeration of the Contract Documents, other than Modifications, appears in
Article 9.

ARTICLE 2 THE WORK OF THIS CONTRACT


The Contractor shall fully execute the Work described in the Contract Documents, except as specifically indicated in
the Contract Documents to be the responsibility of others.

ARTICLE 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION


§ 3.1 The date of commencement of the Work shall be the date of this Agreement unless a different date is stated
below or provision is made for the date to be fixed in a notice to proceed issued by the Owner.
(Insert the date of commencement, if it differs from the date of this Agreement or, if applicable, state that the date
will be fixed in a notice to proceed.)

« »

If, prior to the commencement of the Work, the Owner requires time to file mortgages, mechanics’ liens and other
security interests, the Owner’s time requirement shall be as follows:

« »

§ 3.2 The Contract Time shall be measured from the date of commencement.

§ 3.3 The Contractor shall achieve Substantial Completion of the entire Work not later than « » ( « » ) days from
the date of commencement, or as follows:
(Insert number of calendar days. Alternatively, a calendar date may be used when coordinated with the date of
commencement. If appropriate, insert requirements for earlier Substantial Completion of certain portions of the
Work.)

AIA Document A132™ – 2009 (formerly A101™CMa – 1992). Copyright © 1975, 1980, 1992 and 2009 by The American Institute of Architects. All
rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or
distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the 2
maximum extent possible under the law. This draft was produced by AIA software at 14:52:11 on 02/28/2018 under Order No.6842731052 which
expires on 05/15/2018, and is not for resale.
User Notes: (1162181176)
« »

Portion of the Work Substantial Completion Date

In accordance with Construction Schedule.

, subject to adjustments of this Contract Time as provided in the Contract Documents.


(Insert provisions, if any, for liquidated damages relating to failure to achieve Substantial Completion on time or for
bonus payments for early completion of the Work.)

§ 3.4 CONTRACTOR agrees to commence and at all times to carry on, perform and complete this Contract to the
full and complete satisfaction of the OWNER in a good and workmanlike manner. CONTRACTOR shall perform
the Work so as to accommodate the requirements of the OWNER, the CONSTRUCTION MANAGER and others
performing work on the Project. Upon request, CONTRACTOR agrees to provide to OWNER copies of material
purchase orders, delivery schedules, name of manufacturer's representative, or other information to aid in expediting
material deliveries hereunder. CONTRACTOR hereby indemnifies OWNER from any claims for damages by
Construction Manager, other contractors, SUBCONTRACTORS, suppliers and any third party caused by or relating
to any delay, interference or other failure by CONTRACTOR. In the event the OWNER shall at any time determine
that the CONTRACTOR is not proceeding so as to satisfactorily complete the Work within the time and manner
required, or that the CONTRACTOR fails to man the job with sufficient competent, experienced and qualified
workmen to perform the Work, the OWNER may, after three (3) days’ notice to CONTRACTOR, take over the
Work and complete the same at the cost and expense of the CONTRACTOR, without prejudice to the OWNER'S
other rights or remedies for any loss or damage sustained.

§ 3.5 In the event any other CONTRACTOR, subcontractor, supplier or other party should interfere with the Work
or damage CONTRACTOR, CONTRACTOR shall not be entitled to any compensation from OWNER, but will
seek its damages directly from such other party. OWNER shall not be liable to CONTRACTOR for damages due to
delays of any kind or nature including in particular, but without limitation, delays caused by any act or failure to act
by OWNER or CONSTRUCTION MANAGER, or delays caused or contributed to by OWNER'S inability to supply
materials or to complete work to accommodate the needs of CONTRACTOR. CONTRACTOR'S sole remedy for
any delays caused by OWNER shall be an extension of time to complete CONTRACTOR'S Work not to exceed the
period of time lost because of such delay.

§ 3.6 CONTRACTOR shall be responsible for liquidated damages to the extent provided for in the Contract
Documents for delays caused by or contributed to by the CONTRACTOR, including all or a portion of any
liquidated damages assessed by the OWNER attributable in whole or part to such CONTRACTOR caused delays. In
addition, CONTRACTOR shall be responsible for actual damages to the OWNER caused or contributed to by delay
caused by CONTRACTOR. In the event liquidated damages or actual damages, or both, are caused by
CONTRACTOR and another entity, OWNER shall have the right to reasonably apportion said damages between the
parties, and such apportionment shall be binding on the CONTRACTOR.

§ 3.6 The Owner will suffer financial loss in an amount that is difficult to quantify if the Project is not Substantially
Complete on the date set forth in the Contract Documents. The Contractor (and its Surety) shall be liable for and
shall pay to the Owner the sums hereinafter stipulated as fixed, agreed as liquidated damages, not as penalty, for
each calendar day of delay until the work is substantially completed: One Thousand Dollars ($1,000.00).
« »

ARTICLE 4 CONTRACT SUM


§ 4.1 The Owner shall pay the Contractor the Contract Sum in current funds for the Contractor’s performance of the
Contract. The Contract Sum shall be one of the following:
(Check the appropriate box.)

[ «X» ] Stipulated Sum, in accordance with Section 4.2 below

[ « » ] Cost of the Work plus the Contractor’s Fee without a Guaranteed Maximum Price, in accordance
with Section 4.3 below

AIA Document A132™ – 2009 (formerly A101™CMa – 1992). Copyright © 1975, 1980, 1992 and 2009 by The American Institute of Architects. All
rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or
distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the 3
maximum extent possible under the law. This draft was produced by AIA software at 14:52:11 on 02/28/2018 under Order No.6842731052 which
expires on 05/15/2018, and is not for resale.
User Notes: (1162181176)
[ « » ] Cost of the Work plus the Contractor’s Fee with a Guaranteed Maximum Price, in accordance with
Section 4.4 below

(Based on the selection above, complete Section 4.2, 4.3 or 4.4 below. Based on the selection above, also complete
either Section 5.1.4, 5.1.5 or 5.1.6 below.)

§ 4.2 Stipulated Sum


§ 4.2.1 The Stipulated Sum shall be « » ($ « » ), subject to additions and deletions as provided in the Contract
Documents.

§ 4.2.2 The Stipulated Sum is based on the following alternates, if any, which are described in the Contract
Documents and are hereby accepted by the Owner:
(State the numbers or other identification of accepted alternates. If the bidding or proposal documents permit the
Owner to accept other alternates subsequent to the execution of this Agreement, attach a schedule of such other
alternates showing the amount for each and the date when that amount expires.)

«See Exhibit A – attached hereto and made a part thereof for any accepted alternates»

§ 4.2.3 Unit prices, if any:


(Identify and state the unit price, and state the quantity limitations, if any, to which the unit price will be applicable.)

Item Units and Limitations Price per Unit ($0.00)

See Exhibit A – Attached hereto and made a part thereof for any Unit Prices.

§ 4.2.4 Allowances included in the Stipulated Sum, if any:


(Identify allowance and state exclusions, if any, from the allowance price.)

Item Allowance

See Exhibit A – Attached hereto and made a part thereof for any Allowances.

ARTICLE 5 PAYMENTS
§ 5.1 Progress Payments
§ 5.1.1 Based upon Applications for Payment submitted to the Construction Manager by the Contractor, and upon
certification of the Project Application and Project Certificate for Payment or Application for Payment and
Certificate for Payment by the Construction Manager and Architect and issuance by the Architect, the Owner shall
make progress payments on account of the Contract Sum to the Contractor as provided below and elsewhere in the
Contract Documents.

§ 5.1.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of
the month, or as follows:

« »

§ 5.1.3 Provided that an Application for Payment is received by the Construction Manager not later than the «20th»
day of a month, the Owner shall make payment of the certified amount in the Application for Payment to the
Contractor not later than the «last» day of the «following» month. If an Application for Payment is received by the
Construction Manager after the application date fixed above, payment shall be made by the Owner not later than
«Sixty» ( «60» ) days after the Construction Manager receives the Application for Payment.
(Federal, state or local laws may require payment within a certain period of time.)

§ 5.1.4 Progress Payments Where the Contract Sum is Based on a Stipulated Sum
§ 5.1.4.1 Each Application for Payment shall be based on the most recent schedule of values submitted by the
Contractor in accordance with the Contract Documents. The schedule of values shall allocate the entire Contract
Sum among the various portions of the Work and be prepared in such form and supported by such data to
substantiate its accuracy as the Construction Manager and Architect may require. This schedule, unless objected to
AIA Document A132™ – 2009 (formerly A101™CMa – 1992). Copyright © 1975, 1980, 1992 and 2009 by The American Institute of Architects. All
rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or
distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the 4
maximum extent possible under the law. This draft was produced by AIA software at 14:52:11 on 02/28/2018 under Order No.6842731052 which
expires on 05/15/2018, and is not for resale.
User Notes: (1162181176)
by the Construction Manager or Architect, shall be used as a basis for reviewing the Contractor’s Applications for
Payment.

§ 5.1.4.2 Applications for Payment shall show the percentage of completion of each portion of the Work as of the
end of the period covered by the Application for Payment.

§ 5.1.4.3 Subject to the provisions of the Contract Documents, the amount of each progress payment shall be
computed as follows:
.1 Take that portion of the Contract Sum properly allocable to completed Work as determined by
multiplying the percentage completion of each portion of the Work by the share of the total Contract
Sum allocated to that portion of the Work in the schedule of values, less retainage of «Five» percent (
«5» %). Pending final determination of cost to the Owner of changes in the Work, amounts not in
dispute may be included as provided in Section 7.3.9 of the General Conditions;
.2 Add that portion of the Contract Sum properly allocable to materials and equipment delivered and
suitably stored at the site for subsequent incorporation in the completed construction (or, if approved
in advance by the Owner, suitably stored off the site at a location agreed upon in writing), less
retainage of «Five» percent ( «5» %);
.3 Subtract the aggregate of previous payments made by the Owner; and
.4 Subtract amounts, if any, for which the Construction Manager or Architect has withheld or nullified a
Certificate for Payment as provided in Section 9.5 of the General Conditions.

§ 5.1.4.4 The progress payment amount determined in accordance with Section 5.1.4.3 shall be further modified
under the following circumstances:
.1 Add, upon Substantial Completion of the total Project, a sum sufficient to increase the total payments
to «One hundred» percent ( «100» %) of the Contract Sum, less such amounts as the Construction
Manager recommends and the Architect determines for incomplete Work and unsettled claims; and
.2 Add, if final completion of the Work is thereafter materially delayed through no fault of the
Contractor, any additional amounts payable in accordance with Section 9.10.3 of the General
Conditions.

§ 5.1.4.5 Reduction or limitation of retainage, if any, shall be as follows:


(If it is intended, prior to Substantial Completion of the entire Work, to reduce or limit the retainage resulting from
the percentages inserted in Sections 5.1.4.3.1 and 5.1.4.3.2 above, and this is not explained elsewhere in the
Contract Documents, insert here provisions for such reduction or limitation.)

«No reduction in retainage will be allowed prior to final completion without written approval of the Owner.»

§ 5.2 Final Payment


§ 5.2.1 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the
Contractor when
.1 the Contractor has fully performed the Contract except for the Contractor’s responsibility to correct
Work as provided in Section 12.2 of AIA Document A232–2009, as amended for this Project, and to
satisfy other requirements, if any, which extend beyond final payment;
.2 the Owner has received a Consent of Surety Form (AIA Document G707) signed by the Surety who
issued the Performance and Payment Bonds on behalf of the Contractor;
.3 the Owner has received a Tax Release from the Idaho State Tax Commission; and
.4 a final Certificate for Payment or Project Certificate for Payment has been issued by the Architect;
such final payment shall be made by the Owner not more than 30 days after the issuance of the final
Certificate for Payment or Project Certificate for Payment, or as follows:

§ 5.3 The final progress payment and retainage shall become payable Forty-Five (45) days after acceptance of the
Project. As a condition for final payment, CONTRACTOR shall submit written releases and waivers of claims and
liens against the Project and OWNER duly executed by all of its SUBCONTRACTORS and suppliers.

§ 5.4 No payment, including final payment, by OWNER under this Subcontract shall be construed, as acceptance of
deficient, defective or incomplete Work and CONTRACTOR shall remain responsible and liable for performance of
all Work in strict compliance with this Contract. It is agreed that OWNER may withhold an amount equal to one
AIA Document A132™ – 2009 (formerly A101™CMa – 1992). Copyright © 1975, 1980, 1992 and 2009 by The American Institute of Architects. All
rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or
distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the 5
maximum extent possible under the law. This draft was produced by AIA software at 14:52:11 on 02/28/2018 under Order No.6842731052 which
expires on 05/15/2018, and is not for resale.
User Notes: (1162181176)
hundred fifty percent (150%) of the estimated value of any defective or incomplete Work or of any amount at issue
in any dispute between the OWNER and CONTRACTOR.

ARTICLE 6 DISPUTE RESOLUTION


§ 6.1 Initial Decision Maker
The Architect will serve as Initial Decision Maker pursuant to Section 15.2 of AIA Document A232–2009, as
amended for this Project, unless the parties appoint below another individual, not a party to this Agreement, to serve
as Initial Decision Maker.
(If the parties mutually agree, insert the name, address and other contact information of the Initial Decision Maker,
if other than the Architect.)

« »
« »
« »
« »

§ 6.2 Binding Dispute Resolution


For any Claim subject to, but not resolved by, mediation pursuant to Section 15.3 of AIA Document A232–2009, as
amended for this Project, the method of binding dispute resolution shall be as follows:
(Check the appropriate box. If the Owner and Contractor do not select a method of binding dispute resolution
below, or do not subsequently agree in writing to a binding dispute resolution method other than litigation, Claims
will be resolved by litigation in a court of competent jurisdiction.)

[ « » ] Arbitration pursuant to Section 15.4 of AIA Document A232–2009.

[ «X» ] Litigation in a court of competent jurisdiction.

[ « » ] Other: (Specify)

« »

ARTICLE 7 TERMINATION OR SUSPENSION


§ 7.1 Where the Contract Sum is a Stipulated Sum
§ 7.1.1 The Contract may be terminated by the Owner or the Contractor as provided in Article 14 of AIA Document
A232–2009, as amended for this Project.

§ 7.1.2 The Work may be suspended by the Owner as provided in Article 14 of AIA Document A232–2009, as
amended for this Project.

ARTICLE 8 MISCELLANEOUS PROVISIONS


§ 8.1 Where reference is made in this Agreement to a provision of AIA Document A232–2009, as amended for this
Project, or another Contract Document, the reference refers to that provision as amended or supplemented by other
provisions of the Contract Documents.

§ 8.2 Payments due and unpaid under the Contract shall bear interest from the date payment is due at the rate stated
below, or in the absence thereof, at the legal rate prevailing from time to time at the place where the Project is
located.
(Insert rate of interest agreed upon, if any.)

«8.0» % «Eight Percent»

§ 8.3 The Owner’s representative:


(Name, address and other information)

«Joe Yochum»
«Assistant Superintendent»
«West Ada School District»
AIA Document A132™ – 2009 (formerly A101™CMa – 1992). Copyright © 1975, 1980, 1992 and 2009 by The American Institute of Architects. All
rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or
distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the 6
maximum extent possible under the law. This draft was produced by AIA software at 14:52:11 on 02/28/2018 under Order No.6842731052 which
expires on 05/15/2018, and is not for resale.
User Notes: (1162181176)
«1303 E. Central Drive»
«Meridian, Idaho 83642»
«(208) 855-4500»

§ 8.4 The Contractor’s representative:


(Name, address and other information)

« »
« »
« »
« »
« »
« »

§ 8.5 Neither the Owner’s nor the Contractor’s representative shall be changed without ten days written notice to the
other party.

§ 8.6 Other provisions:

§ 8.6.1 Laws, Regulations, etc. The Work shall strictly comply with all federal, state, local and municipal laws,
rules, regulations, statutes, ordinances and other directives (hereinafter referred to as "Laws"), applicable to the
Work on the Project, including, but not limited to, labor, wage, equal opportunity employment, environmental and
safety Laws. All work, in addition to that specifically required by this Contract but necessary to fully comply with
such Laws, will be furnished by CONTRACTOR as part of this Contract without additional compensation. In the
event CONTRACTOR observes any work on the Project which CONTRACTOR believes is not in compliance with
such Laws, CONTRACTOR shall immediately notify OWNER and CONSTRUCTION MANAGER in writing of
such non-compliance.

§ 8.6.1.1 Contractor shall comply with Idaho Code § 44-1001, which provides as follows:

EMPLOYMENT OF RESIDENTS OF IDAHO – WAGE SCALE – FEDERAL FUNDS.


In all state, county, municipal, and school construction, repair, and maintenance work under any of the laws of this
state the contractor, or person in charge thereof must employ ninety-five percent (95%) bona fide Idaho residents as
employees on any such contracts except for procurement authorized in section 67-2808(2), Idaho Code, or where
under such contracts fifty (50) or less persons are employed the contractor may employ ten percent (10%)
nonresidents, provided however, in such a case employers must give preference to the employment of bona fide
Idaho residents in the performance of such work; provided, that in work involving the expenditure of federal aid
funds this act shall not be enforced in such a manner as to conflict with or be contrary to the federal statutes
prescribing a labor preference to honorably discharged members of the United States armed forces, including
airmen, soldiers, sailors, and marines, prohibiting as unlawful any other preference or discrimination among the
citizens of the United States.

§ 8.6.1.2 Contractor shall comply with Idaho Code § 63-1503, which provides as follows:

The contractor, in consideration of securing the business of erecting or constructing public works in this state,
recognizing that the business in which he is engaged is of a transitory character, and that in the pursuit thereof, his
property used therein may be without the state when taxes, excises, or license fees to which he is liable become
payable, agrees:
1. To pay promptly when due all taxes, (other than on real property), excises and license fees due to the state,
its subdivisions, and municipal and quasi-municipal corporations therein, accrued or accruing during the
term of this contract, whether or not the same shall be payable at the end of such term;
2. That if the said taxes, excises, and license fees are not payable at the end of said term, but liability for the
payment thereof exists, even though the same constitute liens upon his property, to secure the same to the
satisfaction of the respective officers charged with the collection thereof; and
3. That, in the event of his default in the payment or securing of such taxes, excises, and license fees, to
consent that the department, officer, board, or taxing unit entering into this contract may withhold from any
payment due him hereunder the estimated amount of such accrued and accruing taxes, excises, and license
fees for the benefit of all taxing units to which said contractor is liable.
AIA Document A132™ – 2009 (formerly A101™CMa – 1992). Copyright © 1975, 1980, 1992 and 2009 by The American Institute of Architects. All
rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or
distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the 7
maximum extent possible under the law. This draft was produced by AIA software at 14:52:11 on 02/28/2018 under Order No.6842731052 which
expires on 05/15/2018, and is not for resale.
User Notes: (1162181176)
§ 8.6.2 Assignment Prohibited. CONTRACTOR agrees not to assign or sublet Contract or the Work or any right to
payment or other Contract right or portion of the Work without the prior written consent of the OWNER AND
CONSTRUCTION MANAGER.

§ 8.6.3 CONTRACTOR hereby certifies that it has an established safety policy as required by the Occupational,
Safety and Health Administration (OSHA), which requires regular safety meetings. CONTRACTOR agrees to
conduct weekly safety meetings regarding its Work under this agreement and shall promptly prepare minutes of
such meetings and provide copies of such minutes to CONTRACTOR as the Work progresses. CONTRACTOR
agrees to comply with all requirements of OSHA relating to the Work and shall maintain and provide all applicable
material safety data sheets in accordance with OSHA requirements.

§ 8.6.4 Materials, Tools and Equipment. All materials delivered by or on account of the CONTRACTOR and
intended to be incorporated into the construction of the Project hereunder, shall become the property of the OWNER
as delivered, but the CONTRACTOR may repossess himself of any surplus remaining at the completion of this
Contract. All scaffolding, apparatus, ways, works, machinery and plans brought upon the premises by the
CONTRACTOR shall remain his property, but in the case of default, and completion of the Work by the OWNER
AND CONSTRUCTION MANAGER, OWNER AND CONSTRUCTION MANAGER shall be entitled to use such
scaffolding, apparatus, ways, works, machinery and plans without cost or liability for depreciation or damage by
such use and without prejudice to OWNER'S other rights or remedies for any damage or loss sustained by reason of
said default.

§ 8.6.5 Delay. Non-violent union picketing does not constitute a justified delay in the Project on the part of the
CONTRACTOR.

§ 8.6.6 Attorney Fees. If CONTRACTOR or OWNER files suit against the other, which suit is in any way
connected with this Contract, the prevailing party shall be entitled to recover a reasonable sum for attorney fees and
costs from the other party, including costs and fees on any appeal. In addition, in the event OWNER is required to
defend any action arising out of or relating to CONTRACTOR'S obligation hereunder, including any suit, arbitration
or other legal proceeding, CONTRACTOR shall pay OWNER'S reasonable costs and attorney fees, including costs
and fees on any appeal.

§ 8.6.7 The OWNER through the CONSTRUCTION MANAGER may require notarized lien releases from
CONTRACTOR and its subcontractors and suppliers, or may issue joint checks at CONSTRUCTION
MANAGER’S sole discretion at any time. As a condition for any progress payment or final payment, the
CONSTRUCTION MANAGER may require the CONTRACTOR to provide the names and addresses of all of its
employees, subcontractors and suppliers providing any labor and/or material for any portion of the Work and shall
provide evidence of payment of employee withholding taxes.

§ 8.6.8 Quality Control and Supervision of Work

§ 8.6.8.1 Continuous control of the quality of the Work is the essence of this Contract. Failure of the
CONTRACTOR to establish and maintain quality control of the Work shall be a default of this agreement.
CONTRACTOR shall establish a quality control program satisfactory to the CONSTRUCTION MANAGER to
assure the proper execution of the Work in accordance with this agreement and the Prime Contract.

§ 8.6.8.2 The Work shall be administered and directed by CONTRACTOR’S project supervisor experienced in the
Work and acceptable to CONSTRUCTION MANAGER who shall be assigned to the Project upon execution of this
agreement. CONTRACTOR’S project supervisor shall be present on site at all times Work is performed or
materials delivered and CONTRACTOR shall not charge project supervisors during the Project without
CONSTRUCTION MANAGER’S consent. Failure to maintain proper supervision on site shall constitute default of
this agreement.

§ 8.6.8.3 CONTRACTOR shall be responsible for the continuous quality control of the Work, protection of the
Work and other work at the site and for clean-up and maintenance of the site of the Work. CONSTRUCTION
AIA Document A132™ – 2009 (formerly A101™CMa – 1992). Copyright © 1975, 1980, 1992 and 2009 by The American Institute of Architects. All
rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or
distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the 8
maximum extent possible under the law. This draft was produced by AIA software at 14:52:11 on 02/28/2018 under Order No.6842731052 which
expires on 05/15/2018, and is not for resale.
User Notes: (1162181176)
MANAGER may, at any time, require removal and replacement of CONTRACTOR’S project supervisor and
CONTRACTOR shall be liable for any costs, including overhead costs, incurred by CONSTRUCTION MANAGER
in assuring or maintaining quality control of the Work.

§ 8.6.9 Owner reserves the right to add alternate bid items into this contract for the price quoted the bid until Sixty
(60) days after bid.

« »

ARTICLE 9 ENUMERATION OF CONTRACT DOCUMENTS


§ 9.1 The Contract Documents, except for Modifications issued after execution of this Agreement, are enumerated
in the sections below.

§ 9.1.1 The Agreement is this executed AIA Document A132–2009, Standard Form of Agreement Between Owner
and Contractor, Construction Manager as Adviser Edition, as amended for this Project.

§ 9.1.2 The General Conditions are AIA Document A232–2009, General Conditions of the Contract for
Construction, Construction Manager as Adviser Edition, as amended for this Project.

§ 9.1.3 The Supplementary and other Conditions of the Contract:

Document Title Date Pages

§ 9.1.4 The Specifications:


(Either list the Specifications here or refer to an exhibit attached to this Agreement.)
« »

Section Title Date Pages

See Exhibit B – Attached hereto and made a part thereof.

§ 9.1.5 The Drawings:


(Either list the Drawings here or refer to an exhibit attached to this Agreement.)
« »

Number Title Date

See Exhibit C – Attached hereto and made a part thereof.

AIA Document A132™ – 2009 (formerly A101™CMa – 1992). Copyright © 1975, 1980, 1992 and 2009 by The American Institute of Architects. All
rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or
distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the 9
maximum extent possible under the law. This draft was produced by AIA software at 14:52:11 on 02/28/2018 under Order No.6842731052 which
expires on 05/15/2018, and is not for resale.
User Notes: (1162181176)
§ 9.1.6 The Addenda, if any:

Number Date Pages

See Exhibit B – Attached hereto and made a part thereof.


Portions of Addenda relating to bidding requirements are not part of the Contract Documents unless the bidding
requirements are also enumerated in this Article 9.

§ 9.1.7 Additional documents, if any, forming part of the Contract Documents are:
.1 AIA Document A132™–2009, Exhibit A, Determination of the Cost of the Work, if applicable.
.2 AIA Document E201™–2007, Digital Data Protocol Exhibit, if completed, or the following:

« »

.3 AIA Document E202™–2008, Building Information Modeling Protocol Exhibit, if completed, or the
following:

« »

.4 Other documents, if any, listed below:


(List here any additional documents which are intended to form part of the Contract Documents. AIA
Document A232–2009 provides that bidding requirements such as advertisement or invitation to bid,
Instructions to Bidders, sample forms and the Contractor’s bid are not part of the Contract
Documents unless enumerated in this Agreement. They should be listed here only if intended to be
part of the Contract Documents.)

« »

ARTICLE 10 INSURANCE AND BONDS


The Contractor shall purchase and maintain insurance and provide bonds as set forth in Article 11 of AIA Document
A232–2009.
(State bonding requirements, if any, and limits of liability for insurance required in Article 11 of AIA Document
A232–2009.)

10.1 TRADE CONTRACTOR’S INSURANCE

10.1.1 Before commencing the Trade Contract Work and as a condition to payment, Trade Contractor shall procure
and maintain in force Workers’ Compensation/Employers’ Liability Insurance, Business Automobile Liability
Insurance, and Commercial General Liability Insurance (CGL). The CGL policy shall include coverage for liability
arising from premises, operations, independent contractors, products-completed operations, personal injury and
advertising injury, contractual liability, and broad form property damage. Trade Contractor shall maintain
completed operations liability insurance for one year after Substantial Completion, or as required by the Trade
Contract Documents, whichever is longer. Trade Contractor’s liability policies, as required in this subsection, shall
be written on an occurrence basis with at least the following limits of liability:

10.1.1.1 Workers’ Compensation in accordance with the laws of the State in which the Project is
located.

10.1.1.2 Employers’ Liability Insurance

$1,000,000 Bodily Injury by Accident Each Accident


$1,000,000 Bodily Injury by Disease Policy Limit
$1,000,000 Bodily Injury by Disease Each Employee

10.1.1.3 Business Automobile Liability Insurance $1,000,000 Each Accident

AIA Document A132™ – 2009 (formerly A101™CMa – 1992). Copyright © 1975, 1980, 1992 and 2009 by The American Institute of Architects. All
rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or
distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the 10
maximum extent possible under the law. This draft was produced by AIA software at 14:52:11 on 02/28/2018 under Order No.6842731052 which
expires on 05/15/2018, and is not for resale.
User Notes: (1162181176)
10.1.1.4 Commercial General Liability Insurance

$1,000,000 Each Occurrence


$2,000,000 General Aggregate
$2,000,000 Products/Completed Operations Aggregate
$1,000,000 Personal and Advertising Injury Limit

10.1.2 Employers’ Liability, Business Automobile Liability, and Commercial General Liability coverages
required under subsection 10.1 may be arranged for the full limits required by a combination of underlying
policies with the balance provided by Excess or Umbrella Liability policies.

10.1.3 Trade Contractor shall maintain in effect all insurance coverage required under this section 10.1 with
insurance companies lawfully authorized to do business in the jurisdiction in which the Project is located. If
Trade Contractor fails to obtain or maintain any insurance coverage required under this Agreement, Owner
may purchase such coverage and charge the expense to Trade Contractor, or terminate this Agreement.

10.1.4 To the extent commercially available to Trade Contractor from its current insurance company, insurance
policies required under subsection 10.1 shall contain a provision that the insurance company or its designee
must give Owner written notice transmitted in paper or electronic format within ten (10) Business Days
after cancelation of coverage by the insurance company. Prior to commencing the Work and upon renewal
or replacement of the insurance policies, Trade Contractor shall furnish Owner with certificates of
insurance until one year after Substantial Completion or longer if required by the Trade Contract
Documents. In addition, if any insurance policy required under subsection 10.1 is not to be immediately
replaced without lapse in coverage when it expires, exhausts its limits, or is to be cancelled, Trade
Contractor shall give Owner prompt written notice upon actual or constructive knowledge of such
condition.

10.2 TRADE CONTRACTOR’S BONDS


Payment and Performance Bonds for 100% of the Trade Contract value.

This Agreement is entered into as of the day and year first written above.

OWNER (Signature) CONTRACTOR (Signature)


« »« » « »« »
(Printed name and title) (Printed name and title)

AIA Document A132™ – 2009 (formerly A101™CMa – 1992). Copyright © 1975, 1980, 1992 and 2009 by The American Institute of Architects. All
rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or
distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the 11
maximum extent possible under the law. This draft was produced by AIA software at 14:52:11 on 02/28/2018 under Order No.6842731052 which
expires on 05/15/2018, and is not for resale.
User Notes: (1162181176)
PART B:1a

EXHIBIT A

WASD OWYHEE HIGH SCHOOL


POST TENSION CONCRETE TENNIS COURTS
ATTACHED HERETO AND MADE A PART THEREOF

The Work to be performed by this Trade Contractor is described as follows:

Contract No.: 1803.53

Contractor: [Contractor]

Description: Post Tension Concrete Tennis Courts

Contract Amount: $

Division 01 – General Conditions*

Division 03 – Concrete
Section 033000 Cast-In Place Concrete*

Division 05 - Metals
Section 051200 Structural Steel*

Division 07 - Thermal and Moisture Protection


Section 079200 Sealants

Division 32 – Exterior Improvements


Section 312000 Earth Moving*
Section 321313 Concrete Paving
Section 321314 Post-Tensioned Concrete Tennis Court

* (As applicable to this work)

Note: All Contract Documents Apply – Bidding Contractors are responsible for all pages of
addendums including attachments.

Bidding Requirements: In addition to the work required in the above Sections, this bid package
overview includes, but is not limited to the following:

Provide labor, materials, supervision and equipment necessary to form, pour, finish, strip and
complete designated concrete flatwork, footings and all post tensioned (PT) concrete systems at the
tennis courts, including labor, materials and equipment necessary to complete all concrete work in
accordance with the plans and specifications as listed above.

This contractor to provide all labor, materials and equipment necessary to form, pour and finish all
cast in place concrete, complete with all post tension cables, tensioning cables, anchors and
reinforcing steel in accordance with the plans and specifications.
Joint School District No. 2
WASD Owyhee High School Tennis Courts [Contractor]
Attachment A to Contract Between Owner and Contractor Contract No. 1803.53
Attached Hereto and Made a Part Thereof Page 1 of 3
PART B:1a

This contractor to provide, install and stress all post tension cables, cut off all cables, dispose of
excess cables in a legal manner, grout tension cable pockets and maintain all records of tensioning in
accordance with the contract documents. Install all necessary steel embeds and anchors cast in
concrete and provide templates for any items to be installed in this concrete.

This bid package includes setting of all final elevations and locations from control points set by the
Construction Manager. This bidder will commit to allocating sufficient quantities of material and
equipment to this project to meet the construction schedule established by the Construction Manager.

Note: This contractor is to submit on a separate attachment a list of past post-tension concrete
tennis court projects they have completed over the last 5-years for the Construction Manager and
Owner’s review.

This contractor to review and approve the existing conditions and final top of base elevations
throughout the tennis courts and sidewalks areas to verify existing conditions and to understand that
all required excavation, backfill and regrading of the ¾” road mix and subgrade placed by others will
be the responsibility of this contractor and that additional cost will not be allowed for any additional
preparation prior to concrete installation.

In accordance with the contract documents bid to include the following:


• Post Tensioning.
• Reinforcing steel.
• Concrete Slab-on-Grade (SOG).
• Concrete footings for fence posts / fence and tennis court equiptment embed items.
• Joint devices and fillers.
• Concrete washout.
• Concrete blankets.
• Anchor bolts or steel items embedded in concrete to be installed by this Contractor.

Receive, unload, store and install anchor bolts and items embedded in concrete furnished by others.

All craning, hoisting, machinery or equipment required to complete the delivery and installation of the
exterior concrete is the responsibility of this Contractor.

The scope outlined above is to be used as a reference only and should not be considered exhaustive.
It is the responsibility of the bidding Contractor to review all contract documents to provide a complete
and responsive bid for their trade and include all items in accordance with the plans and
specifications.

General Notes:
This bid package includes the following items: furnishing, unloading, storing and installing all fibrous
expansion joints, water stop, vapor barrier, ready mix materials and admixtures. Provide concrete
curing and protection as indicated in the specifications. All concrete pumping, control and isolation
joints, saw cutting of joints, hoisting for concrete work and templates to receive any bolts are included
in this bid package.

Joint School District No. 2


WASD Owyhee High School Tennis Courts [Contractor]
Attachment A to Contract Between Owner and Contractor Contract No. 1803.53
Attached Hereto and Made a Part Thereof Page 2 of 3
PART B:1a

The successful bidder shall coordinate with the Athletic Equipment Contractor and install the sleeves
for the netting prior to pouring the slab and shall also coordinate with the Fencing Contractor with
fence post installaions by fencing contractor.

Immediately upon award of bid package prepare and submit mix designs in accordance with Division
1, no additional charges are to be made for hot or cold water, waiting time, overtime hours on regular
working days or occasional Saturday deliveries as required to meet construction schedule.

This Contractor will commit to allocating sufficient quantities of manpower, concrete material and
equipment to this project to meet the construction schedule established by the Construction Manager.
All concrete work to be in accordance with specified standards. Any work not meeting required
standards must be repaired and brought into compliance with the specified standards.

This Contractor is to properly cover and protect the work of others from damage or soiling due to the
performance of this work and shall properly clean, restore, replace and pay for cleaning, restoration
or replacement of any such work damaged or soiled in the performance of this work.

This Contractor will coordinate all activities with all other trades to allow for timely construction
activities throughout the duration of the project.

This Contractor is to provide, install and remove any safety equipment required to perform this work.

This bid package does not include:


• Site demolition.
• Main building concrete.
• Outbuilding concrete.
• Concrete collars for utilities.
• Excavation.
• Asphalt paving.
• Providing or installing Bituminuous Dampproofing
• Concrete footings for outdoor athletic equipment items noted in Bid Package 14.
• Concrete footings for Site Furnishings noted in Bid Package 34.
• Field testing of concrete materials.

Joint School District No. 2


WASD Owyhee High School Tennis Courts [Contractor]
Attachment A to Contract Between Owner and Contractor Contract No. 1803.53
Attached Hereto and Made a Part Thereof Page 3 of 3
PART B:1b

EXHIBIT B

WASD OWYHEE HIGH SCHOOL


POST TENSION CONCRETE TENNIS COURTS
ATTACHED HERETO AND MADE A PART THEREOF

PART A- BIDDING REQUIREMENTS


A1 – LEGAL AD FOR BID
A2 – REQUEST FOR PROPOSAL
A3 – NOTICE CONCERNING PUBLIC WORKS CONTRACTORS STATE LICENSES
A4 – INSTRUCTIONS TO BIDDERS
A5 – BIDDERS CHECKLIST
A6A – CONTRACTORS AFFIDAVIT CONCERNING ALCOHOL AND DRUG FREE WORKPLACE
A6B – NATIONAL SEX OFFENDER REGISTRY FORM
A7 – BID PACKAGE INDEX
A8 – CONTRACTOR BID PROPOSALS
A9 – CONSTRUCTION SCHEDULE
A10 – SITE MATERIAL HANDLING PLAN
A11 – BADGING PROCEDURES

PART B- CONDITIONS OF AGREEMENT


PART B1 – STANDARD OWNER AND TRADE CONTRACTOR AGREEMENT AIA A132-2009
PART B1A – EXHIBIT ‘A’ TO CONTRACT – SCOPE OF WORK
PART B1B – EXHIBIT ‘B’ TO CONTRACT – PLANS, SPECIFICATIONS, AND ADDENDA
PART B1C – EXHIBIT ‘C’ TO CONTRACT – LIQUIDATED DAMAGES
PART B1D – EXHIBIT ‘D’ GENERAL CONDITIONS (AIA A232-2009)
PART B2 – CONSTRUCTION MANAGER PURCHASE ORDER FORM
PART B2A – PURCHASE ORDER STANDARD TERMS
PART B3 – TEMPORARY FACILITIES AND CONTROLS
PART B4 – UNCONDITIONAL LIEN AND BOND WAIVER
PART B5 – CONSENT OF SURETY
PART B6 – CONTRACTORS AFFIDAVIT CONCERNING TAXES
PART B7 – WH-5 PUBLIC WORKS CONTRACT REPORT
PART B8 – INSURANCE REQUIREMENTS
PART B8A – EXAMPLE OF INSURANCE CERTIFICATE FOR SCHOOLS
PART B9 – CONTRACTOR’S APPLICATION FOR PAYMENT
PART B10 – EPA NOTICE OF INTENT FOR STORMWATER DISCHARGE
PART B11 – CHANGE ORDER REQUEST FORM
PART B12 – LIMITED GEOTECHNICAL REPORT
PART B12A – GEOTECH REPORT ADDENDUM #1
PART B12B – GROUNDWATER LETTER

Joint School District No. 2


WASD Owyhee High School Tennis Courts
Exhibit B to Contract Between Owner and Contractor
Attached Hereto and Made a Part Thereof Page 1 of 1
PART B:1c

EXHIBIT C

WASD - OWYHEE HIGH SCHOOL


POST TENSION CONCRETE TENNIS COURTS
ATTACHED HERETO AND MADE A PART THEREOF

Article 3 Part 3.6: Liquidated Damages. The Trade Contractor understands that if the Date of
Substantial Completion established by this Agreement, as may be amended by subsequent
Trade Contractor Change Order, is not attained, the Owner will suffer damages which are
difficult to determine and accurately specify. The Trade Contractor agrees that if the Date of
Substantial Completion is not attained the Trade Contractor shall pay the Owner One Thousand
Dollars ($1,000.00) as liquidated damages for each day that substantial completion extends
beyond the date established.

Joint School District No. 2


WASD Owyhee High School Tennis Courts
Exhibit C to Contract Between Owner and Contractor
Attached Hereto and Made a Part Thereof Page 1 of 1
Part B:1d

EXHIBIT D

WASD - OWYHEE HIGH SCHOOL


POST TENSION CONCRETE TENNIS COURTS
ATTACHED HERETO AND MADE A PART THEREOF

GENERAL CONDITIONS

AIA Document A232 - 2009, General Conditions of the Contract, is hereby included by reference and
shall be a part of the Contract Documents. Copies of AIA Document A232 - 2009 are included in the Bid
Documents.

END OF GENERAL CONDITIONS

Joint School District No. 2 GC-1


WASD Owyhee High School Tennis Courts Page 1 of 1
Purchase Order

Date:

To: Supplier: Purchase Order No.:1803.«PONo»


«CompanyName» Show this Purchase Order No. on all Inquires, Invoices
Packing slips and Shipping Documents.
«Address»
«CityStateZip»

Project: WASD - Owyhee High School Ship To: Owyhee High School
7036 Ustick Road 7036 W. Ustick Road
Meridian, Idaho 83642 Meridian, Idaho 83642

Construction Manager: Architect:


CM Company, Inc. Design West Architects
431 W. McGregor Drive 216 SW 5th Avenue
Boise, Idaho 83705 Meridian, Idaho 83642

Supplier agrees to furnish, FOB job site, not later than the stated Required Delivery Date(s), the
following materials in conformance with the contract documents, plans and specifications and
project manual for the Project in accordance with Design West Architects Plans and
Specifications dated 11/05/2018. All State and local sales taxes are included in the price,
whether or not separately stated.

Description:
«BidPkgName»

Required Delivery Date


In accordance with the Project Schedule

Total Price
«DigitAmount»

Scope of Work:
See Attachment A

Payment shall be made to Supplier for materials timely delivered and accepted by Owner within Thirty
(30) days after Owner receives monthly application for payment.

The Terms & Conditions Attached Hereto is Part of This Purchase Order & Are Binding Upon Supplier
(Sign and Return One Copy Within Five (5) Days)

PURCHASE ORDER AGREEMENT Page 1 of 2 P/O No.:. 1803.«PONo»


BETWEEN Joint School District No. 2
AND «CompanyName»
Revised 8/29/05
PART B.2

«CompanyName» Joint School District No. 2


Supplier Owner

By____________________________ By______________________________

Title: __________________________ Title: ____________________________

Date: __________________________ Date: ____________________________


Purchase Order
Terms and Conditions

1. Time is of the essence. All materials shall be delivered on or before the Required Delivery Dates.
Supplier shall cooperate with CM Company, Inc. for earlier delivery of materials to the job site if progress of the Work
permits and shall coordinate all deliveries so as to avoid extended storage.
2. All materials are to be in strict compliance with the plans and specifications and are subject to
acceptance and approval of the Owner, Architect, and/or CM Company, Inc. Not later than 10 days after receipt of
this Purchase Order, Supplier shall furnish all required shop drawings, submittals, test reports, and samples
(collectively “Submittals”) and all applicable material safety data sheets as required by OSHA regulations. Submittals
shall be subject to Architect or Owner approval. In the event Submittals or materials are not approved, Supplier shall
promptly furnish revised Submittals and/or acceptable materials. This Purchase Order may be cancelled without
liability at any time prior to shipment or, as to specially manufactured materials, prior to commencement of
manufacture.
3. Quality control of the materials is of the essence. Supplier shall establish and maintain a quality
control program to assure proper manufacture and timely delivery of the materials.
4. Supplier shall be liable for all damages incurred due to (i) failure to deliver materials by the
Required Delivery Dates, (ii) failure to timely furnish Submittals, and/or (iii) defects or nonconformance of the
materials with the plans and specifications. Such liability shall include, but is not to be limited to, all direct, incidental
and consequential damages, costs incurred to purchase substitute materials, damage caused to third parties, and
labor, overhead and other costs and attorney fees incurred by reason thereof.
5. All materials shall remain the property of Supplier until delivered to the designated location and
accepted by CM Company, Inc. All damage to the materials or loss of any kind occurring during transit shall be
borne by Supplier.
6. Supplier warrants all materials to be new, adequate for the purpose intended, merchantable, of
good workmanship, and free from defects. Supplier agrees to replace, at its expense, defective materials and remedy
any damage caused thereby discovered within one (1) year from the date such materials are incorporated into the
Project and accepted by the Owner. These warranties are in addition to those implied by law and any special or
additional warranties or guarantees required by the applicable specifications.
7. Supplier agrees to indemnify and hold CM Company, Inc. and the Owner harmless from and
against any suits, claims, actions, penalties and damages of every kind and nature, including attorney fees, arising
out of or incident to Supplier's performance or nonperformance of this Purchase Order and /or the negligence of
Supplier, its employees, agents and representatives.
8. As a condition of any payment, Supplier shall furnish waivers of lien or payment bond claims or
other documents requested by CM Company, Inc.
9. Acceptance of this offer is strictly limited to the terms set forth. Any additional and/or different
terms from those contained herein stated in any proposal, offer or acceptance by Supplier shall not operate as a
modification of the Purchase Order. All prior representations or preliminary negotiations are deemed to be merged
into this Purchase Order. No modification or amendment of this Purchase Order unless agreed in writing by Owner.
10. Not later than 30 days after final delivery of materials and as a condition of final payment,
Supplier shall provide to CM Company, Inc. “as-fabricated” shop drawings in acceptable, reproducible form and shall
provide all required written warranties.
11. This Purchase Order shall be governed by the laws of the State of Idaho. Should a suit be
initiated to enforce this Purchase Order, jurisdiction and venue shall be in the District Court of the Fourth Judicial
District of the State of Idaho, in and for the County of Ada, and the prevailing party shall be entitled to recover its
attorney’s fees and costs of suit.
12. CM Company, Inc. is licensed in Oregon as CM Company, Inc., Corporation of Idaho.
Construction Contractors Board registration number is 62774.
13. CM Company, Inc. is licensed in Utah as ADA Construction, Inc. Division of Occupational and
Professional Licensing number is 88-248307-5501.
14. CM Company, Inc. is licensed in Washington. Department of Labor and Industries registration
number is CMCOMI*148MN.

Purchase Order Terms & Conditions

REVISED 8-22-05, Revised 9-9-2013 (Add 12 – 15), Revised 7-13-17 (remove Ref. CA)
PART B:3

Temporary Facilities and Controls - Responsibility


This document is to describe the responsibility of various multiple-prime contractors for construction
facilities and temporary controls.

Part 1 - General
1.1 Construction facilities and temporary controls outlined in this section will be provided by the party
specifically noted or are to be provided individual specification sections.

1.2 Section Includes


(a) Temporary Utilities: Electricity, lighting, telephone service, and water.
(b) Temporary Construction and Support Facilities: Temporary ventilation, field offices and
storage sheds, sanitary facilities, drinking water, temporary enclosures, hoists and
temporary elevator use, project identification, progress cleaning, waste disposal services,
debris chutes, removal of utilities and controls, construction aids, and miscellaneous
services and facilities.
(c) Security and Protection Facilities: Temporary fire protection, barricades, warning signs
and lights, environmental protection, protection of installed work and security.
(d) These requirements have been included for special purposes as indicated. Nothing in
this section is intended to limit types and amounts of temporary work required and no
omission from this section will be recognized as an indication by Architect that such
temporary activity is not required for successful completion of the Work and compliances
with requirements of Contract documents. Provisions of this section are applicable to,
but no way a limitation of, utility services, construction facilities, security / protection
provisions and support facilities.

1.3 Related Sections


(a) Section 017700 - Contract Closeout: Final Cleaning.

Part 2 – Execution and Responsibility


2.1 Temporary Utilities

2.1.1 Temporary Electricity


(a) The Owner, through the Construction Manager, will provide power sources as method of
providing electrical power to the area of the main building and outbuildings being
constructed. Contractor to ensure GFCI protected.
(b) The Owner, through Construction Manager, will provide (1) splitter box at each
distribution box.
(c) The voltage provided at point of distribution will be 120/208, single phase.
(d) Contractor shall provide his own UL approved extension cords and any adapters
required.
(e) Contractor shall provide supplementary electrical power to handle any additional power
requirements.
(f) Contractor shall provide labor and materials to relocate, or modify power needs to each
desired location. Each relocation is subject to the Construction Manager’s approval.

2.1.2 Temporary Lighting


(a) The Owner, through the Construction Manager will provide general temporary lighting
throughout project duration.
(b) The Contractor will supply and maintain his own task lighting as needed.

2.1.3 Telephone Services


(a) Telephone services for this bid package are the responsibility of the Contractor.

2.1.4 Water
(a) The Owner, through the Construction Manager, will provide one water source on site.

Joint School District No. 2


WASD - Owyhee High School Tennis Courts B:3 Temporary Facilities

Page 1 of 5
PART B:3

2.2 Temporary Construction and Support Facilities

2.2.1 Temporary Heat and Ventilation


(a) The Owner, through the Construction Manager, will provide temporary heat.

2.2.2 Field Offices and Storage Sheds


(a) Contractors. Power requirements and supply will be the responsibility of each Contractor.
Space is limited on site for project trailers and storage. Provisions will be made on an
individual basis.

2.2.3 Sanitary Facilities


(a) The Owner, through the Construction Manager, will provide and maintain a designated
toilet facility as required by Occupational Safety and Health Act.

2.2.4 Drinking Water


(a) Each Contractor shall provide drinking water for their respective personnel as required by
applicable employment regulations.

2.2.6 Temporary Enclosures


(a) The Owner through the Construction Manager will provide and direct the installation of
temporary enclosures where needed for the protection of construction workers at all work
zones and debris containment locations, both at the interior and exterior of the building
for their portion of work.

2.2.7 Hoists and Temporary Elevator Use


(a) Each Contractor shall provide facilities to hoist materials and employees to working
location.

2.2.8 Project Identification


(a) Owner will provide via Construction Manager a 8’ x 4’ project sign of exterior grade
plywood and wood frame construction, painted, with exhibit lettering by professional sign
painter, to Architect's size, design and colors at each jobsite. Architect will provide
design and colors.
(b) Erect on site at location established by Architect within twenty (20) days of notice to
proceed.
(c) No other signs are allowed without Owner permission except those required by law.
(d) Remove signs, framing and supports at completion of project and restore area.

2.2.9 Progress Cleaning


(a) Each Contractor shall clean up his trash and debris and remove it to furnished jobsite
dumpsters. Demolition materials are to be removed and disposed of in a legal manner by
any prime contractor performing demolition work.
(b) Contractor shall broom clean work areas daily.
(c) If Contractor fails to clean up his work area in a timely and satisfactory manner after 24-
hours’ notice, the Construction Manager will cause the clean up to be done by others at
the expense of the Contractor.
(d) If it is impractical to determine the sources of debris, or if debris from a Contractor or
various separate Contractors is inseparably mixed, all Contractors working in the subject
area shall jointly clean up the debris at the direction of the Construction Manager. If
conflicts arise as to which party is responsible for cleanup, the Construction Manager's
judgment will be final.
(e) If additional cleanup is required, the Construction Manager may organize a cleanup
wherein contractors will provide personnel for a general clean up. The Construction
Manager will determine the areas cleaned and numbered of personnel provided. The
Construction Manager's decision will be final.

Joint School District No. 2


WASD - Owyhee High School Tennis Courts B:3 Temporary Facilities

Page 2 of 5
PART B:3

2.2.10 Waste Disposal Services


(a) The Owner through the Construction Manager will provide waste collection containers
(dumpsters) for use for all construction waste except waste generated by the demolition
contractor.
(b) Contractor is responsible for hauling their waste material to contractor supplied dumpster.

2.2.11 Removal of Utilities, Facilities and Controls


(a) Supervision: All Contractors shall enforce strict discipline in use of temporary facilities.
To minimize waste and abuse, limit availability of temporary facilities to essential and
intended uses.
(b) Protection of Installed Work
1. Each Contractor shall maintain all existing protection and maintain all additional
protection as required by the governing laws, rules, regulations and ordinances. The
Owner through the Construction Manager will erect and maintain all barriers necessary
to enclose and protect structures, and other’s work and equipment from trespass by
unauthorized persons. All shall be removed from the premises when directed, and/or
completion of all Work.
2. Protection and methods of protection shall be the responsibility of each Contractor until
the completion of all Work under their Contract.
3. When the whole or a portion of the Work is suspended for any reason, each Contractor
shall properly cover over, secure and protect such Work from rain, wind, etc., as well as
be liable for equipment left unprotected, which can become an attractive nuisance or
sustain injury from any other cause.
4. Each Contractor shall protect installed Work and provide special protection for installed
Products. Control activity in immediate work area to minimize damage.
5. Each Contractor shall provide temporary and removable protection for installed
Products. Control activity in immediate work area to minimize damage.
(c) Environmental Protection
1. The Owner, through the Construction Manager shall protect the site from puddling or
running water.
• BID PACKAGE 2 – Sitework: Contractor shall provide, install and remove
BMP-erosion control barriers, filters or devices required to meet applicable
codes and standards as applicable and written into this bid package.
2. Each Contractor shall execute work by methods to minimize raising dust from
construction operations. Provide positive means to prevent dust from dispersing into
atmosphere.
(d) Temporary Facility Changeover: Except for using permanent fire protection as soon as
available, do not change over from using temporary security and protection facilities to
permanent facilities until Substantial Completion.
(e) Termination and Removal: Each Contractor shall remove their own temporary facility
when need for its service has ended, when it has been replaced by authorized use of a
permanent facility, or no later than Substantial Completion. Complete or, if necessary,
restore permanent construction that may have been delayed because of interference with
temporary facility. Repair damaged Work, clean exposed surfaces, and replace
construction that cannot be satisfactorily repaired.
1. Materials and facilities that constitute temporary facilities are the property of Prime
Contractor providing same. Owner reserves right to take possession of Project
identification signs.
2. At Substantial Completion, clean and renovate permanent facilities used during
construction period. Comply with final cleaning requirements in Division 1 Section
“Closeout Procedures.”

Joint School District No. 2


WASD - Owyhee High School Tennis Courts B:3 Temporary Facilities

Page 3 of 5
PART B:3

2.2.13 Construction Aides


(a) Contractor shall review site conditions and related factors affecting construction
procedure and construction aides, including adjacent properties and facilities that may be
affected by this Work. Comply with applicable requirements specified in this Project
manual. Provide construction aides as required by progress of Work, or storage, and to
accommodate legitimate requirements of Owner, subcontractors and other contractors
employed at site.
(b) Contractor to comply with all local, state and federal safety laws regarding construction
aides; barriers and fences for the protection of Work and prevent Public entry to Work.
(c) Contractor shall maintain access to and around adjacent properties and buildings to
permit the normal use of facilities.
(d) Contractor shall provide and maintain for duration of Work, required scaffolds, tarpaulins,
fences, barricades, canopies, warning signs, steps, bridges, platforms and other required
aides for safe and proper execution of their Work in compliance with all safety and other
regulations.
(e) Aides may be of materials new and used, Contractor's option, suitable for intended
purpose, but must not be in violation of requirements of applicable codes or safety
standards. Provide aides in neat and reasonably uniform appearance, structurally
adequate for required purpose; maintain throughout duration of Work and relocate as
required by progress of Work.
(f) Contractor shall completely remove from site construction aides when construction needs
are met with permanent construction or at completion of Work. Repair damage caused
by use of construction aides; remove all below grade construction and facilities of
construction aides. Clean debris and grade site to required elevations. Restore any
existing facilities used as construction aides to original or better condition.
(g) Temporary Vertical Transportation: Contractor shall provide temporary ladders, ramps,
material hoists, scaffolding, cranes and other devises required for the Work, including
guys, bracings and other required devices.

2.3 Security and Protection Facilities

2.3.1 Temporary Fire Protection


(a) The Owner, through the Construction Manager, will provide and maintain temporary fire
protection facilities for the project.
(b) All Contractors are to store combustibles in a fire-safe location.
(c) Any Contractor performing welding operations, combustion type temporary heating units
or similar sources of fire ignition shall supervise these operations.
(d) The Owner, through the Construction Manager will provide permanent fire protection. At
the earliest feasible date in each area of the Project, complete installation of the
permanent fire protection facility, including connected services, and place into operation
and use. The Construction Manager will instruct key personnel on use of facilities.

2.3.2 Barricades, Warning Signs and Lights


(a) Each Contractor shall provide barricades, warning signs and lights at areas of their own
work to comply with standards and code requirements for erection of structurally
adequate barricades. Paint with appropriate colors, graphics and warning signs to inform
personnel and the public of the hazard being protected against. Where appropriate and
needed provide lighting, including flashing red or amber lights. Contractor shall maintain
environmental controls during progress of work.
(b) Contractor shall provide barriers to prevent unauthorized entry to construction areas and
to protect adjacent properties from damage from construction operations and demolition.
This includes, but is not limited to, the following areas of work:
1. Demolition: shoring, bracing and fall protection at openings.

Joint School District No. 2


WASD - Owyhee High School Tennis Courts B:3 Temporary Facilities

Page 4 of 5
PART B:3

2.3.3 Environmental Protection


(a) While on site earthwork, utility, asphalt and concrete contractors shall protect site from
puddling or running water in areas under their care, custody and control. Provide water
barriers as required to protect site from soil contamination.
(b) Each Contractor shall execute work by methods to minimize raising dust from
construction operations. Provide positive means to prevent dust from dispersing into
atmosphere.

2.3.4 Protection of Installed Work


(a) Each Contractor shall protect installed Work and provide special protection where
specified individual Specification Sections.
(b) Contractor shall provide temporary and removable protection for installed Products.
Control activity in immediate work area to minimize damage.
(c) Contractor shall provide protective coverings at walls, projections, jambs, sills and soffits
of openings.
(d) Contractor shall protect finished floors form dirt, wear and damages:
1. Install adhesive back protective materials in areas subject to foot traffic.
2. Lay planking or similar rigid materials in place, in areas subject to movement of
heavy objects.
3. Contractor shall lay planking or similar rigid materials in place in areas where
storage of products will occur.
4. Contractor shall not permit smoking on the project. The Owner, through the
Contract Manager will post "NO SMOKING" signs in rooms and instruct all
personnel.
(e) Contractor shall prohibit traffic on landscaping areas.

2.3.5 Security
(a) Construction Manager and/or Contractor is responsible during the construction period for
his own security measures. The Owner and the Architect will not be responsible for
protection of materials and equipment from damage, theft, etc.
(b) The Owner, through the Construction Manager shall maintain free and unimpeded
access to and egress from site at all times.
(c) Access to construction area will be permitted only through designated approaches.
(d) Whatever interference with normal street and sidewalk traffic becomes necessary for
proper and convenient performance of the Work and no satisfactory detour route exists,
before beginning the interference, the Contractor shall provide satisfactory detour,
temporary bridge, other proper facilities for traffic to pass around or over interference,
and maintain in satisfactory condition as long as interference continues.

End of Document

Joint School District No. 2


WASD - Owyhee High School Tennis Courts B:3 Temporary Facilities

Page 5 of 5
PART B:4

CM Company, Inc. 431 W. McGregor Drive


General Contractors Boise, Idaho 83705
Construction Managers (208) 384-0800
RCE-1245

UNCONDITIONAL LIEN AND BOND WAIVER


(Progress Payment/Final Payment)

TO: PROJECT: WASD - Owyhee High School


Tennis Courts
FROM:

PROGRESS DATE:

PROGRESS PAYMENT:

Upon receipt of the __________________________ the undersigned hereby waives and


releases any and all claims for payment, including waiver of rights of lien and payment bond
claims, for labor, materials furnished or work performed through __________________ stated
above in construction of the WASD New High School excepting any claims for monies withheld
as retainage, if any, not yet due.

By: ____________________________
Title: ___________________________

STATE OF IDAHO )
)SS.
County of ADA )

On this ____ day of _________________ , 20__, before me, personally appeared the
individual who signed the foregoing waiver, being known to me, and having acknowledged that
he executed the foregoing instrument and that the execution was the voluntary act and deed of
the above-named company. Further, if the company is a corporation, the said individual
certified that he is an officer duly authorized to execute the same on behalf of such corporation.

IN WITNESS WHEREOF, I have hereunto set my hand affixed my official seal the day
and year in this certificate last above written.

________________________________
NOTARY PUBLIC FOR
Residing at _______________________
My Commission Expires _____________

Joint School District No. 2


WASD - Owyhee High School Tennis Courts B:4 Unconditional Lien and Bond Waiver
Page 1 of 1
PART B:5

CONSENT OF SURETY to FINAL PAYMENT

To (Owner):

Principal:

Obligee:

Surety:
(Name, address)

Contract No.: Contract Date:

Contract /Project Description:


(Name, address)

In accordance with the provisions of the contract between the Obligee and the Principal described
above, ____________________________________________ , as Surety (the “Surety”), on the
Principal’s bond number __________________________ (the “Bond”) hereby consents to the
final payment to the Principal by the Obligee and agrees that final payment to the Principal shall
not relieve the Surety of any of its obligations as set forth in the Bond.

IN WITNESS WHEREOF, the Surety has hereunto set it hand and seal this ____________ day of
________________________ , _______.

______________________________________
(Surety)
By: ___________________________________
Attorney-in-Fact (seal)

Joint School District No. 2


WASD - Owyhee High School Tennis Courts B:5 Consent of Surety to Final Payment
Page 1 of 1
PART B:6

JOINT SCHOOL DISTRICT NO. 2


DISTRICT SERVICE CENTER
1303 EAST CENTRAL DRIVE
MERIDIAN, IDAHO 83642

CONTRACTOR’S AFFIDAVIT CONCERNING TAXES

STATE OF _______________

COUNTY OF _____________

Pursuant to the Idaho Code, Title 63, Chapter 15, I, the undersigned, being duly sworn,
deposes and certifies that all taxes, excises, and license fees due to the State or its
taxing units, for which I or my property is liable then due or delinquent, have been paid,
or arrangements have been made, before entering into a contract for construction of any
public works in the State of Idaho.

_______________________________
Name of Contractor

_______________________________
Address

_______________________________
City, State and Zip Code

By____________________________
Signature

Subscribed and sworn to before me this _____ day of __________, 20__.

Commission Expires:
_________________ _____________________________
Notary Public residing at

_____________________________

Joint School District No. 2


WASD - Owyhee High School Tennis Courts B:6 Affidavit Concerning Taxes
PART B:7

Idaho Tax Commission Ref. No. (State use only)

WH-5 Public Works Contract Report


Sections 54-1904A and 63-3624(g), Idaho Code, require all Public Works Contracts to be reported to the Tax
Commission. This form must be filed with the Tax Commission within 30 days after a contract is awarded.
Contract awarded by (public body and address)

Contract awarded to (contractor’s name and address)

State of incorporation Federal Employer Identification Number (EIN) Date qualifed to do business in Idaho

Business operates as Public Works contractor license number


 Sole proprietorship  Partnership  Corporation  LLC
Sole proprietor’s Social Security number Idaho sales/use tax permit number Idaho withholding tax permit number

Awarding agency project number Amount of contract

$
Description and location of work to be performed

Project Dates
Scheduled project start date: _______________________ Completion date: ____________________________
If the following information is not available at this time, please indicate date it will be: ____________________________

all subcontractors
Name Federal EIN

Address Public works contractor number

City, State, ZIP  LLC  Corporation Amount of subcontract


 Sole proprietorship  Partnership $
Description of work

Name Federal EIN

Address Public works contractor number

City, State, ZIP  LLC  Corporation Amount of subcontract


 Sole proprietorship  Partnership $
Description of work

Name Federal EIN

Address Public works contractor number

City, State, ZIP  LLC  Corporation Amount of subcontract


 Sole proprietorship  Partnership $
Description of work

Name Federal EIN

Address Public works contractor number

City, State, ZIP  LLC  Corporation Amount of subcontract


 Sole proprietorship  Partnership $
Description of work

EFO00168 09-17-09
all subcontractors (continueD)
Name Federal EIN

Address Public works contractor number

City, State, ZIP  LLC  Corporation Amount of subcontract


 Sole proprietorship  Partnership $
Description of work

Name Federal EIN

Address Public works contractor number

City, State, ZIP  LLC  Corporation Amount of subcontract


 Sole proprietorship  Partnership $
Description of work

Name Federal EIN

Address Public works contractor number

City, State, ZIP  LLC  Corporation Amount of subcontract


 Sole proprietorship  Partnership $
Description of work

suPPliers
Use the space below to report major suppliers of materials and supplies; items removed from inventory; equipment purchased, rented,
or leased for use in project; materials provided by government agency. Please indicate how sales or use tax was paid.
Name Federal EIN Total value

$
Address Materials and equipment purchased and used

City, State, ZIP Phone


 Tax paid to supplier  Tax paid to state*  No tax paid

Name Federal EIN Total value

$
Address Materials and equipment purchased and used

City, State, ZIP Phone


 Tax paid to supplier  Tax paid to state*  No tax paid

Name Federal EIN Total value

$
Address Materials and equipment purchased and used

City, State, ZIP Phone


 Tax paid to supplier  Tax paid to state*  No tax paid

Name Federal EIN Total value


$
Address Materials and equipment purchased and used

City, State, ZIP Phone


 Tax paid to supplier  Tax paid to state*  No tax paid

* If tax was not paid to suppliers but was or will be reported as “items subject to use tax” under your permit number, indicate period of
return on which payment was or will be reported: _______________________________________
If tax was paid to a state other than Idaho, name state next to “total value” box(es) above. If tax is due and has not previously been
reported, attach payment to this form. if you need more room, please photocopy this page.

SIGN Authorized signature Print name Phone number Date


HERE
File with the Idaho State Tax Commission, PO Box 36, Boise ID 83722-2210. For more information, call (208) 334-7618.
EFO00168p2 09-17-09
PART B:8

INSURANCE REQUIREMENTS

In order to assist your broker in providing us with the correct evidences of insurance, we
are attaching insurance coverage requirements and a sample Acord Form 25 (2014/01)
certificate of insurance.

Please have the certificate completed and attach the completed endorsements. It is
imperative that the endorsements be issued using the wording contained on enclosed
samples.

In addition, Contractors shall ensure that all tiers of their subcontractors shall maintain
insurance in like form and amounts. Certificates of Insurance shall be provided by the
Contractor prior to the start of the project.

INSURANCE SHALL INCLUDE THE FOLLOWING:

1. Contractual Liability – ISO Form CG 00 01 (4/13) or equivalent


2. Personal Injury – ISO Form CG 00 01 (4/13) or equivalent
3. Product and Completed Operations – ISO Form CG 00 01 (4/13) or equivalent
4. Joint School District No. 2 dba West Ada School District and CM Company, Inc.
added as additional insured on ISO Form CG 2010 (10/93); or CG 2010 (7/04)
and CG 2037; or CG 2033 and CG 2037; or an endorsement providing
equivalent coverage to the additional insured. Coverage will be primary and non-
contributory.
5. Cross liability or severability of interest in policy form.
6. Per Project Aggregate – ISO Form CG 2503 (5/09); or equivalent.
7. The certificate holder as Primary additional insured on auto policy with CA 2048
(2/99) signed by an Authorized Representative or equivalent.
8. Contractor shall maintain coverage as specified in the Contract Agreement.

Joint School District No. 2


WASD – Owyhee High School Tennis Courts B:8 Insurance Requirements
Page 1 of 1
PART B:8a
Client#: 73428 EXAMPLE Be sureCMCOMPAN
to attach the Endorsement
DATE (MM/DD/YYYY)
ACORD TM CERTIFICATE OF LIABILITY INSURANCE 07/27/2011
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. 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).
CONTACT
PRODUCER NAME: Jon Riche
Payne Financial Group, Inc. PHONE FAX
(A/C, No, Ext): 208-424-2906 (A/C, No): 208-424-2999
University Plaza E-MAIL
ADDRESS: jriche@pfgworld.com
960 Broadway Avenue, Suite 100 INSURER(S) AFFORDING COVERAGE NAIC #
Boise, ID 83706-3689 INSURER A : The Phoenix Insurance Company
INSURED INSURER B : Travelers Property Casualty Co
"Contractor" Contractor's Name and
INSURER C : Advantage Insurance Co.
address
INSURER D :

INSURER E :

INSURER F :
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT 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 RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN
Verify limits are asIS SUBJECT
required in TradeTO ALL THE
Contractor TERMS,
Agreement
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR ADDL SUBR POLICY EFF POLICY EXP
LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS

A GENERAL LIABILITY ABC12345 01/01/11 01/01/12 EACH OCCURRENCE $ 1,000,000


DAMAGE TO RENTED
X COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence) $ 300,000
Make sure this is
CLAIMS-MADE X OCCUR MED EXP (Any one person) $ 5,000
marked to indicate
X PD Ded:2,500 PERSONAL & ADV INJURY $ 1,000,000
Additional Insured
Form(s) attached X X GENERAL AGGREGATE $ 2,000,000
Coverage.
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000

POLICY X PRO-
JECT LOC $
COMBINED SINGLE LIMIT
B AUTOMOBILE LIABILITY ABC12345 01/01/11 01/01/12 (Ea accident) $ 1,000,000
X ANY AUTO BODILY INJURY (Per person) $
ALL OWNED SCHEDULED BODILY INJURY (Per accident) $
AUTOS AUTOS
NON-OWNED PROPERTY DAMAGE
X HIRED AUTOS X AUTOS (Per accident) $

B X UMBRELLA LIAB X OCCUR ABC12345 01/01/11 01/01/12 EACH OCCURRENCE $ 1,000,000


EXCESS LIAB CLAIMS-MADE AGGREGATE $ 1,000,000

DED X RETENTION $10000 $


WORKERS COMPENSATION WC STATU- OTH-
C AND EMPLOYERS' LIABILITY
ABC12345 01/01/11 01/01/2012 X TORY LIMITS ER
Y/N
ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ 500,000
OFFICER/MEMBER EXCLUDED? N N/A
(Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $ 500,000
If yes, describe under
DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 500,000

DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required)
Project Name________________________________________

Enter name of project

CERTIFICATE HOLDER CANCELLATION

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE


CM Company, Inc. and West Ada School District THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
431 West McGregor Drive ACCORDANCE WITH THE POLICY PROVISIONS.
Boise, ID 83702
AUTHORIZED REPRESENTATIVE

© 1988-2010 ACORD CORPORATION. All rights reserved.


ACORD 25 (2010/05) 1 of 1 The ACORD name and logo are registered marks of ACORD
#S672002/M671910 M1W
PART B:9
CM Company, Inc.
431 West McGregor Drive
Boise, Idaho 83705
Phone: (208) 384-0800
Fax: (208) 345-5323

CONTRACTOR'S APPLICATION FOR PAYMENT


To: _________________________________________________________________
From: _________________________________________________________________
Project: WASD – Owyhee High School Tennis Courts - 1808
Payment Request Number: _________________________________________________
Dates: From: ________________, 20_____ To: ___________________, 20_____

Statement of Contract Account:


1. Original Contract Amount: $
2. Approved Change Order No(s): _____ (Per attached breakdown) (Net) $
3. Adjusted Contract Amount: $
4. Value of Work Completed to Date: (Per attached breakdown) $
5. Value of Approved Change Order(s) Completed: (Per attached breakdown) $
6. Materials Stored Off-Site: (Per attached breakdown and Insurance Certificate for Stored Materials) $
7. Total to Date: $
8. Less Amount Retained: (______%) $< >
9. Total Less Retainage: $
10. Total Previously Paid: $< >
11. Amount Due This Request: $

CERTIFICATE OF THE CONTRACTOR:

I hereby certify that the work performed and the materials supplied to date, as shown above, represent the actual value of accomplishment under the
terms of the Standard Subcontract Terms (and all authorized changes thereto) between the undersigned and Joint School District No. 2 relating to the
above referenced project.

I also certify that payments, less applicable retention, have been made through the period covered by previous payments received from the contractor
to: (1) all my subcontractors (sub-contractors); and (2) for all materials and labor used in or in connection with the performance of the Standard
Subcontract Terms. I further certify that I have complied with Federal, State, and local tax laws, including Social Security laws and Unemployment
Compensation laws, and Worker's Compensation laws insofar as applicable to the performance of the Standard Subcontract Terms.

Date__________________________________ Subcontractor_________________
Subscribed and Sworn Before Me This ____________

Day of _______________________, 20_____ By:_________________________


(Authorized Signature)
Notary Public: ________________________

My Commission Expires: _______________ TITLE: _____________________


PART B:10

EPA NOTICE OF INTENT


FOR
STORM WATER DISCHARGE

The following form shall be considered part of the Contract. The Contractor shall implement all
provisions of the “Pollution Prevention Plan” for this project, which are applicable to the work under this
Contract.

The Contractor shall sign and submit the final permit application to EPA (available from the Architect)
prior to beginning on-site work on the project.

END OF EPA NOTICE OF INTENT

Joint School District No. 2


WASD - Owyhee High School Tennis Courts B:10 EPA Notice of Intent
Page 1 of 1
CM COMPANY PRIME CONTRACTOR CHANGE ORDER REQUEST FORM
PRIME CONTRACTOR: PROJECT NAME: WASD Owyhee High School Tennis Courts
CONTACT: PROJECT ADDRESS: 7036 Ustick Road
ADDRESS: Meridian Idaho 83646

PHONE:
THIS IS IN RESPONSE TO:
PR#
CONSTRUCTION MANAGER: CM Company ASI #
ATTENTION: Anna Sparrell AWA#
ADDRESS: 431 W McGregor Dr RFI#
Boise ID 83705
PHONE: 208-384-0800
FAX: 208-345-5323 SUBCONTRACTOR CO#

DESCRIPTION:

LOCATION:

Hours
Item Description Scope Required Rate Total Cost
LABOR: 0 $0.00 $0.00
0 $0.00 $0.00
0 $0.00 $0.00
0 $0.00 $0.00
0 $0.00 $0.00
0 $0.00 $0.00
Subtotal: Labor $0.00

Item Description Qty Unit Price Lump Sum Taxes Total Cost
MATERIAL: 0 $0.00 $0.00 $0.00
0 $0.00 $0.00 $0.00
0 $0.00 $0.00 $0.00
0 $0.00 $0.00 $0.00
0 $0.00 $0.00 $0.00
0 $0.00 $0.00 $0.00
Subtotal: Material $0.00

Material
Item Description QTY Total Cost Taxes 5% Markup Total Cost
TIERED SUBCONTRACTOR 0 incl $0.00 $0.00
0 incl $0.00 $0.00
0 incl $0.00 $0.00
0 incl $0.00 $0.00
EQUIPMENT:

Subtotal: Subcontractor/Equipment $0.00


CREDITS
SUBTOTAL $0.00
15% OH&P $0.00

GRAND TOTAL: TOTAL AMOUNT $0.00

NOTES:

Authorized Signature Date


PART B:12

MATERI ALS 16 May 2018


Page # 1 of 16
TESTING &
INSPECTION b180703g_limitedgeo

 Environmental Services  Geotechnical Engineering  Construction Materials Testing  Special Inspections

Mr. Joe Yochum


West Ada School District
1303 East Central Drive
Meridian, ID 83642
208-855-4500

Re: Limited Geotechnical Engineering Report


New West Ada School District High School
7020 West Ustick Road
Meridian, ID

Dear Mr. Yochum:

In compliance with your instructions, MTI has conducted a limited soils exploration and foundation evaluation
for the above referenced development. Fieldwork for this investigation was conducted on 7 May 2018. The
proposed development is in the western portion of the City of Meridian, Ada County, ID, and occupies a portion
of the NW¼SE¼ of Section 32, Township 4 North, Range 1 West, Boise Meridian. This project will consist of
construction of a multi-story school structure. The site is approximately 75 acres in size. Total settlements are
limited to 1 inch. Loads of up to 6,000 pounds per lineal foot for wall footings, and column loads of up to
150,000 pounds were assumed for settlement calculations. As requested, only three test pits were advanced for
the proposed structure. At a later date, additional test pits will be advanced in the proposed drainage and
pavement areas. This report is limited to recommendations for the proposed structure. MTI has not been
informed of the proposed grading plan.

Authorization

Authorization to perform this exploration and analysis was given in the form of a written authorization to
proceed from Mr. Joe Yochum of West Ada School District to Elizabeth Brown of Materials Testing and
Inspection (MTI), on 14 February 2018. Said authorization is subject to terms, conditions, and limitations
described in the Professional Services Contract entered into between West Ada School District and MTI. Our
scope of services for the proposed development has been provided in our proposal dated 10 February 2018 and
repeated below.

Scope of Investigation

The scope of this investigation included review of geologic literature and existing available geotechnical studies
of the area, visual site reconnaissance of the immediate site, subsurface exploration of the site, field and
laboratory testing of materials collected, and engineering analysis and evaluation of foundation materials. Our
current scope of work did not include pavement design or earthwork recommendations; however,
recommendations will be provided at a later date.

2791 S Victory View Way  Boise, ID 83709  (208) 376-4748  Fax (208) 322-6515
Copyright © 2018 Materials
www.mti-id.com  mti@mti-id.com Testing & Inspection
MATERI ALS 16 May 2018
Page # 2 of 16
TESTING &
INSPECTION b180703g_limitedgeo

 Environmental Services  Geotechnical Engineering  Construction Materials Testing  Special Inspections

Regional Geology

The project site is located within the western Snake River Plain of southwestern Idaho and eastern Oregon. The
plain is a northwest trending rift basin, about 45 miles wide and 200 miles long, that developed about 14 million
years ago (Ma) and has since been occupied sporadically by large inland lakes. Geologic materials found within
and along the plain’s margins reflect volcanic and fluvial/lacustrine sedimentary processes that have led to an
accumulation of approximately 1 to 2 km of interbedded volcanic and sedimentary deposits within the
plain. Along the margins of the plain, streams that drained the highlands to the north and south provided coarse
to fine-grained sediments eroded from granitic and volcanic rocks, respectively. About 2 million years ago the
last of the lakes was drained and since that time fluvial erosion and deposition has dominated the evolution of
the landscape. The project site is underlain by the “Gravel of Whitney Terrace” as mapped by Othberg and
Stanford (1993). Sediments of the Whitney terrace consist of sandy pebble and cobble gravel. The Whitney
terrace is the second terrace above modern Boise River floodplain, is thickest toward its eastern extent, and is
mantled with 2-6 feet of loess.

General Site Characteristics

This proposed development consists of approximately 75 acres of relatively flat terrain. Throughout the
majority of the site, surficial soils consist of lean clays. Vegetation primarily consists of hay, bunchgrass, and
other native grass varieties typical of arid to semi-arid environments. The northern portion of the site is bordered
by the McFadden Drain, the southern portion is bordered by Settlers Canal, and through the central portion runs
Eightmile Lateral. Each of these drains trends east-west.

Regional drainage is north toward the Boise River. Stormwater drainage for the site is achieved by percolation
through surficial soils. The site is situated so that it is unlikely that it will receive any stormwater drainage from
off-site sources. Stormwater drainage collection and retention systems are not in place on the project site and
do not currently exist within the vicinity of the project site.

Geoseismic Setting

Soils on site are classed as Site Class D in accordance with Chapter 20 of the American Society of Civil
Engineers (ASCE) publication ASCE/SEI 7-10. Structures constructed on this site should be designed per IBC
requirements for such a seismic classification. Our investigation did not reveal hazards resulting from potential
earthquake motions including: slope instability, liquefaction, and surface rupture caused by faulting or lateral
spreading. Incidence and anticipated acceleration of seismic activity in the area is low.

Exploration and Sampling Procedures

Field exploration conducted to determine engineering characteristics of subsurface materials included a


reconnaissance of the project site and investigation by test pit. Proposed test pit locations were provided to MTI
by West Ada School District. Actual test pit sites were located in the field by means of a Global Positioning
System (GPS) device and are reportedly accurate to within ten feet. Upon completion of investigation, each
test pit was backfilled with loose excavated materials. Re-excavation and compaction of these test pit areas are
required prior to construction of overlying structures.

2791 S Victory View Way  Boise, ID 83709  (208) 376-4748  Fax (208) 322-6515
Copyright © 2018 Materials
www.mti-id.com  mti@mti-id.com Testing & Inspection
MATERI ALS 16 May 2018
Page # 3 of 16
TESTING &
INSPECTION b180703g_limitedgeo

 Environmental Services  Geotechnical Engineering  Construction Materials Testing  Special Inspections

In addition, samples were obtained from representative soil strata encountered. Samples obtained have been
visually classified in the field by professional staff, identified according to test pit number and depth, placed in
sealed containers, and transported to our laboratory for additional testing. Subsurface materials have been
described in detail on logs provided in the Enclosures section. Results of field and laboratory tests are also
presented in the Enclosures section. MTI recommends that these logs not be used to estimate fill material
quantities.

Laboratory Testing Program

Along with our field investigation, a supplemental laboratory testing program was conducted to determine
additional pertinent engineering characteristics of subsurface materials necessary in an analysis of anticipated
behavior of the proposed structures. Laboratory tests were conducted in accordance with current applicable
American Society for Testing and Materials (ASTM) specifications, and results of these tests are to be found
on the accompanying logs located in the Enclosures section. The laboratory testing program for this report
included: Atterberg Limits Testing – ASTM D4318 and Grain Size Analysis – ASTM C117/C136.

Soil and Sediment Profile

The profile below represents a generalized interpretation for the project site. Note that on site soils strata,
encountered between test pit locations, may vary from the individual soil profiles presented in the logs, which
can be found in the Enclosures section.

The materials encountered during exploration were quite typical for the geologic area mapped as Gravel of
Whitney Terrace. Surficial soils were predominately lean clays. Lean clays were brown to dark brown, dry,
and stiff to hard, with fine-grained sand. The surficial soils were underlain by silty sands. The silty sand
sediments were brown to light brown, dry, dense to very dense, and contained fine to coarse-grained sand and
calcium carbonate cementation and induration. In test pits 1 and 2 below the silty sands were poorly graded
sand with clay sediments. The sands with clay were reddish brown, slightly moist to saturated, medium dense
to dense, and contained fine to coarse-grained sand. At depth, poorly graded sand and poorly graded gravel sand
was encountered. These sediments were reddish brown to light brown, dry to saturated, medium dense to dense,
and contained fine to coarse-grained sand, fine to coarse gravel, and 8-inch-minus cobbles.

Competency of test pit walls varied little across the site. In general, fine grained soils remained stable while
more granular sediments readily sloughed. However, moisture contents will also affect wall competency with
saturated soils having a tendency to readily slough when under load and unsupported.

Groundwater

During this field investigation, groundwater was encountered in test pits at depths ranging from 12.4 to 15.5
feet bgs. Soil moistures in the test pits were generally dry within surficial soils. Within the poorly graded sands
and gravels, soil moistures graded from dry to saturated as the water table was approached and penetrated. In
the vicinity of the project site, groundwater levels are controlled in large part by agricultural irrigation activity
and leakage from nearby canals. Maximum groundwater elevations likely occur during the later portion of the
irrigation season.

2791 S Victory View Way  Boise, ID 83709  (208) 376-4748  Fax (208) 322-6515
Copyright © 2018 Materials
www.mti-id.com  mti@mti-id.com Testing & Inspection
MATERI ALS 16 May 2018
Page # 4 of 16
TESTING &
INSPECTION b180703g_limitedgeo

 Environmental Services  Geotechnical Engineering  Construction Materials Testing  Special Inspections

During a previous investigation performed on the project site in October 2005, piezometers were installed in 15
test pits. Groundwater levels were monitored within these piezometers by MTI personnel from November 2005
through October 2006. The following table reports the groundwater elevations of the data collected from the
original test pits/piezometers.

Groundwater Monitoring Data


Groundwater Monitoring Elevation (in feet above sea level)
Test
2005 2006
Pit
Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sept Oct
1 2514.4 2513.18 2512.77 2512.47 2512.72 Dry 2512.57 2513.07 2513.75 2514.85 2514.96 Destroyed N/A
2 2515.6 2513.9 2513.31 2513.41 2513.28 Dry 2513.11 2514.76 2515.81 2518.3 2518.12 Destroyed N/A
3 2514.4 Dry* Dry* Dry* Dry* Dry* Dry* Dry* Dry* 2515.6 2516.22 Destroyed N/A
4 2515.9 Dry* Dry* Dry* Dry* Dry* Dry* Dry* 2514.76 2516.99 2516.94 Destroyed N/A
5 2512.6 Dry* Dry* Dry* Dry* Dry* Dry* Dry* 2512.43 2513.57 2513.49 Destroyed N/A
6 2515.0 2514.14 2513.85 2513.65 2513.86 2513.65 2513.61 2513.95 2514.45 2516.04 2515.91 2515.4 2514.86
7 2515.4 Dry* Dry* Dry* Dry* Dry* Dry* 2517.53 2514.51 2514.96 2515.04 Destroyed N/A
8 2518.2 2515.93 2515.33 2515.63 2515.5 2515.01 Dry Dry 2517.03 2518.84 2519.01 Destroyed N/A
9 2516.3 Dry* Dry* Dry* Dry* Dry* Dry* Dry* Dry* 2518.07 2517.88 Destroyed N/A
10 2517.3 Dry* Dry* Dry* Dry* Dry* Dry* Dry* Dry* 2520.16 2520.27 Destroyed N/A
11 2520.3 Dry* Dry* Dry* Dry* Dry* Dry* Dry* 2519.55 2521.72 2521.93 Destroyed N/A
12 2519.1 Dry* Dry* Dry* 2528.2 2525.33 2524.57 2528.2 2528.2 2528.2 2520.73 2519.71 Destroyed
13 2518.7 Dry* Dry* Dry* Dry* Dry* Dry* Dry* Dry* 2518.99 2519.6 2519.23 Destroyed
14 2516.2 Dry* Dry* Dry* Dry* Dry* Dry* Dry* 2516.57 2518.02 2518.57 2517.22 Destroyed
15 2516.6 Dry* Dry* Dry* Dry* Dry* Dry* Dry* 2515.99 2518.85 2519.56 2517.78 Destroyed
*Groundwater depth is deeper than the original installation depth of the piezometer. Ground surface elevations and depth of test pits
are included on a Site Map included in the Enclosures section.

Shallow groundwater was noted in various portions of the site. MTI believes these depths have been influenced
by the flood irrigation activities taking place onsite. Once irrigation ceases, groundwater is likely to lower.
However, the amount of influence the irrigation has on high groundwater is unknown.

2791 S Victory View Way  Boise, ID 83709  (208) 376-4748  Fax (208) 322-6515
Copyright © 2018 Materials
www.mti-id.com  mti@mti-id.com Testing & Inspection
MATERI ALS 16 May 2018
Page # 5 of 16
TESTING &
INSPECTION b180703g_limitedgeo

 Environmental Services  Geotechnical Engineering  Construction Materials Testing  Special Inspections

Foundation Design Recommendations

Based on data obtained from the site and test results from various laboratory tests performed, MTI recommends
the following guidelines for the net allowable soil bearing capacity:

Soil Bearing Capacity


ASTM D1557 Net Allowable
Footing Depth
Subgrade Compaction Soil Bearing Capacity
Footings must bear on competent, undisturbed, 2,500 lbs/ft2
native silty sand soils or compacted structural fill.
Not Required for Native
Existing lean clay soils and organic materials must A ⅓ increase is allowable
Soil
be completely removed from below foundation for short-term loading,
elements.1 Excavation depths ranging from roughly which is defined by seismic
95% for Structural Fill
1.5 to 2.3 feet bgs should be anticipated to expose events or designed wind
proper bearing soils.2 speeds.
1
It will be required for MTI personnel to verify the bearing soil suitability for each structure at the time of construction.
2
Depending on the time of year construction takes place, the subgrade soils may be unstable because of high moisture contents. If
unstable conditions are encountered, over-excavation and replacement with granular structural fill and/or use of geotextiles may be
required.

The following sliding frictional coefficient values should be used: 1) 0.35 for footings bearing on native silty
sand (SM) sediments and 2) 0.45 for footings bearing on granular structural fill. A passive lateral earth pressure
of 383 pounds per square foot per foot (psf/ft) should be used for silty sand (SM) sediments. For compacted
sandy gravel fill, a passive lateral earth pressure of 496 psf/ft should be used.

Footings should be proportioned to meet either the stated soil bearing capacity or the 2015 IBC minimum
requirements. Total settlement should be limited to approximately 1 inch, and differential settlement should be
limited to approximately ½ inch. Objectionable soil types encountered at the bottom of footing excavations
should be removed and replaced with structural fill. Excessively loose or soft areas that are encountered in the
footings subgrade will require over-excavation and backfilling with structural fill. To minimize the effects of
slight differential movement that may occur because of variations in the character of supporting soils and
seasonal moisture content, MTI recommends continuous footings be suitably reinforced to make them as rigid
as possible. MTI recommends that the bottom of external footings be 30 inches below finished grade for frost
protection.

Floor Slab-on-Grade

Native clay soils are moderately plastic and will be susceptible to shrink/swell movements associated with
moisture changes. Areas of the site within the proposed structures should be excavated to sufficient depths to
expose lean clay. The clay soils should be scarified to a depth of 6 inches and compacted between 92 to 98
percent of the maximum dry density as determined by ASTM D698. The moisture content should be within 2
percent of optimum. Structural fill should be placed as soon as possible after compaction of clay soils in order
to limit moisture loss within the upper clays. Ground surfaces should be sloped away from structures at a
minimum of 5 percent for a distance of 10 feet to provide positive drainage of surface water away from
buildings. Grading must be provided and maintained following construction.

2791 S Victory View Way  Boise, ID 83709  (208) 376-4748  Fax (208) 322-6515
Copyright © 2018 Materials
www.mti-id.com  mti@mti-id.com Testing & Inspection
MATERI ALS 16 May 2018
Page # 6 of 16
TESTING &
INSPECTION b180703g_limitedgeo

 Environmental Services  Geotechnical Engineering  Construction Materials Testing  Special Inspections

Organic, loose, or obviously compressive materials must be removed prior to placement of concrete floors or
floor-supporting fill. In addition, the remaining subgrade should be treated in accordance with guidelines
presented in the Earthwork section. Areas of excessive yielding should be excavated and backfilled with
structural fill. Fill used to increase the elevation of the floor slab should meet requirements detailed in the
Structural Fill section. Fill materials must be compacted to a minimum 95 percent of the maximum dry density
as determined by ASTM D1557.

A free-draining granular mat (drainage fill course) should be provided below slabs-on-grade. This should be a
minimum of 4 inches in thickness and properly compacted. The mat should consist of a sand and gravel mixture,
complying with Idaho Standards for Public Works Construction (ISPWC) specifications for ¾-inch (Type 1)
crushed aggregate. A moisture-retarder should be placed beneath floor slabs to minimize potential ground
moisture effects on moisture-sensitive floor coverings. The moisture-retarder should be at least 15-mil in
thickness and have a permeance of less than 0.01 US perms as determined by ASTM E96. Placement of the
moisture-retarder will require special consideration with regard to effects on the slab-on-grade and should
adhere to recommendations outlined in the ACI 302.1R and ASTM E1745 publications. The granular mat
should be compacted to no less than 95 percent of the maximum dry density as determined by ASTM D1557.
Upon request, MTI can provide further consultation regarding installation.

Earthwork

Excessively organic soils, deleterious materials, or disturbed soils generally undergo high volume changes when
subjected to loads, which is detrimental to subgrade behavior in the area of pavements, floor slabs, structural
fills, and foundations. Agricultural crops, brush, and thick grasses with associated root systems were noted at
the time of our investigation. It is recommended that organic or disturbed soils, if encountered, be removed,
and wasted or stockpiled for later use. Stripping depths should be adjusted in the field to assure that the entire
root zone or disturbed zone or topsoil are removed prior to placement and compaction of structural fill materials.
Exact removal depths should be determined during grading operations by MTI personnel, and should be based
upon subgrade soil type, composition, and firmness or soil stability. If underground storage tanks, underground
utilities, wells, or septic systems are discovered during construction activities, they must be decommissioned
then removed or abandoned in accordance with governing Federal, State, and local agencies. Excavations
developed as the result of such removal must be backfilled with structural fill materials as defined in the
Structural Fill section.

MTI should oversee subgrade conditions (i.e., moisture content) as well as placement and compaction of new
fill (if required) after native soils are excavated to design grade. Recommendations for structural fill presented
in this report can be used to minimize volume changes and differential settlements that are detrimental to the
behavior of footings, pavements, and floor slabs. Sufficient density tests should be performed to properly
monitor compaction. For structural fill beneath building structures, one in-place density test per lift for every
5,000 square feet is recommended. In parking and driveway areas, this can be decreased to one test per lift for
every 10,000 square feet.

2791 S Victory View Way  Boise, ID 83709  (208) 376-4748  Fax (208) 322-6515
Copyright © 2018 Materials
www.mti-id.com  mti@mti-id.com Testing & Inspection
MATERI ALS 16 May 2018
Page # 7 of 16
TESTING &
INSPECTION b180703g_limitedgeo

 Environmental Services  Geotechnical Engineering  Construction Materials Testing  Special Inspections

Structural Fill

Soils recommended for use as structural fill are those classified as GW, GP, SW, and SP in accordance with the
Unified Soil Classification System (USCS) (ASTM D2487). Use of silty soils (USCS designation of GM, SM,
and ML) as structural fill may be acceptable. However, use of silty soils (GM, SM, and ML) as structural fill
below footings is prohibited. These materials require very high moisture contents for compaction and require
a long time to dry out if natural moisture contents are too high and may also be susceptible to frost heave under
certain conditions. Therefore, these materials can be quite difficult to work with as moisture content, lift
thickness, and compactive effort becomes difficult to control. If silty soil is used for structural fill, lift
thicknesses should not exceed 6 inches (loose), and fill material moisture must be closely monitored at both the
working elevation and the elevations of materials already placed. Following placement, silty soils must be
protected from degradation resulting from construction traffic or subsequent construction.

Recommended granular structural fill materials, those classified as GW, GP, SW, and SP, should consist of a
6-inch minus select, clean, granular soil with no more than 50 percent oversize (greater than ¾-inch) material
and no more than 12 percent fines (passing No. 200 sieve). These fill materials should be placed in layers not
to exceed 12 inches in loose thickness. Prior to placement of structural fill materials, surfaces must be prepared
as outlined in the Construction Considerations section. Structural fill material should be moisture-conditioned
to achieve optimum moisture content prior to compaction. For structural fill below footings, areas of compacted
backfill must extend outside the perimeter of the footings for a distance equal to the thickness of fill between
the bottom of foundation and underlying soils, or 5 feet, whichever is less. All fill materials must be monitored
during placement and tested to confirm compaction requirements, outlined below, have been achieved.

Each layer of structural fill must be compacted, as outlined below:

• Below Structures and Rigid Pavements: A minimum of 95 percent of the maximum dry density as
determined by ASTM D1557.
• Below Flexible Pavements: A minimum of 92 percent of the maximum dry density as determined by
ASTM D1557 or 95 percent of the maximum dry density as determined by ASTM D698.

The ASTM D1557 test method must be used for samples containing up to 40 percent oversize (greater than ¾-
inch) particles. If material contains more than 40 percent but less than 50 percent oversize particles, compaction
of fill must be confirmed by proof rolling each lift with a 10-ton vibratory roller (or equivalent) until the
maximum density has been achieved. Density testing must be performed after each proof rolling pass until the
in-place density test results indicate a drop (or no increase) in the dry density, defined as maximum density or
“break over” point. The number of required passes should be used as the requirements on the remainder of fill
placement. Material should contain sufficient fines to fill void spaces, and must not contain more than 50
percent oversize particles.

2791 S Victory View Way  Boise, ID 83709  (208) 376-4748  Fax (208) 322-6515
Copyright © 2018 Materials
www.mti-id.com  mti@mti-id.com Testing & Inspection
MATERI ALS 16 May 2018
Page # 8 of 16
TESTING &
INSPECTION b180703g_limitedgeo

 Environmental Services  Geotechnical Engineering  Construction Materials Testing  Special Inspections

Warranty and Limiting Conditions

MTI warrants that findings and conclusions contained herein have been formulated in accordance with generally
accepted professional engineering practice in the fields of foundation engineering, soil mechanics, and
engineering geology only for the site and project described in this report. These engineering methods have been
developed to provide the client with information regarding apparent or potential engineering conditions relating
to the site within the scope cited above and are necessarily limited to conditions observed at the time of the site
visit and research. Field observations and research reported herein are considered sufficient in detail and scope
to form a reasonable basis for the purposes cited above.

Exclusive Use
This report was prepared for exclusive use of the property owner(s), at the time of the report, and their
retained design consultants (“Client”). Conclusions and recommendations presented in this report are based
on the agreed-upon scope of work outlined in this report together with the Contract for Professional Services
between the Client and Materials Testing and Inspection (“Consultant”). Use or misuse of this report, or reliance
upon findings hereof, by parties other than the Client is at their own risk. Neither Client nor Consultant make
representation of warranty to such other parties as to accuracy or completeness of this report or suitability of its
use by such other parties for purposes whatsoever, known or unknown, to Client or Consultant. Neither Client
nor Consultant shall have liability to indemnify or hold harmless third parties for losses incurred by actual or
purported use or misuse of this report. No other warranties are implied or expressed.

Report Recommendations are Limited and Subject to Misinterpretation


There is a distinct possibility that conditions may exist that could not be identified within the scope of the
investigation or that were not apparent during our site investigation. Findings of this report are limited to data
collected from noted explorations advanced and do not account for unidentified fill zones, unsuitable soil types
or conditions, and variability in soil moisture and groundwater conditions. To avoid possible misinterpretations
of findings, conclusions, and implications of this report, MTI should be retained to explain the report contents
to other design professionals as well as construction professionals.

Since actual subsurface conditions on the site can only be verified by earthwork, note that construction
recommendations are based on general assumptions from selective observations and selective field exploratory
sampling. Upon commencement of construction, such conditions may be identified that require corrective
actions, and these required corrective actions may impact the project budget. Therefore, construction
recommendations in this report should be considered preliminary, and MTI should be retained to observe actual
subsurface conditions during earthwork construction activities to provide additional construction
recommendations as needed.

Since geotechnical reports are subject to misinterpretation, do not separate the soil logs from the report. Rather,
provide a copy of, or authorize for their use, the complete report to other design professionals or contractors.
Locations of exploratory sites referenced within this report should be considered approximate locations only.
For more accurate locations, services of a professional land surveyor are recommended.

2791 S Victory View Way  Boise, ID 83709  (208) 376-4748  Fax (208) 322-6515
Copyright © 2018 Materials
www.mti-id.com  mti@mti-id.com Testing & Inspection
MATERI ALS 16 May 2018
Page # 10 of 16
TESTING &
INSPECTION b180703g_limitedgeo

 Environmental Services  Geotechnical Engineering  Construction Materials Testing  Special Inspections

GEOTECHNICAL GENERAL NOTES

RELATIVE DENSITY AND CONSISTENCY CLASSIFICATION


Coarse-Grained Soils SPT Blow Counts (N) Fine-Grained Soils SPT Blow Counts (N)
Very Loose: <4 Very Soft: <2
Loose: 4-10 Soft: 2-4
Medium Dense: 10-30 Medium Stiff: 4-8
Dense: 30-50 Stiff: 8-15
Very Dense: >50 Very Stiff: 15-30
Hard: >30

Moisture Content Cementation


Description Field Test Description Field Test
Crumbles or breaks with handling or
Dry Absence of moisture, dusty, dry to touch Weakly
slight finger pressure
Crumbles or beaks with considerable
Moist Damp but not visible moisture Moderately
finger pressure
Visible free water, usually soil is below Will not crumble or break with finger
Wet Strongly
water table pressure

PARTICLE SIZE
Boulders: >12 in. Coarse-Grained Sand: 5 to 0.6 mm Silts: 0.075 to 0.005 mm
Cobbles: 12 to 3 in. Medium-Grained Sand: 0.6 to 0.2 mm Clays: <0.005 mm
Gravel: 3 in. to 5 mm Fine-Grained Sand: 0.2 to 0.075 mm

UNIFIED SOIL CLASSIFICATION SYSTEM


Major Divisions Symbol Soil Descriptions
Gravel & Gravelly GW Well-graded gravels; gravel/sand mixtures with little or no fines
Soils GP Poorly-graded gravels; gravel/sand mixtures with little or no fines
<50%
Coarse-Grained GM Silty gravels; poorly-graded gravel/sand/silt mixtures
coarse fraction
Soils passes No.4 sieve GC Clayey gravels; poorly-graded gravel/sand/clay mixtures
<50%
passes No.200 Sand & Sandy SW Well-graded sands; gravelly sands with little or no fines
sieve Soils SP Poorly-graded sands; gravelly sands with little or no fines
>50%
coarse fraction SM Silty sands; poorly-graded sand/gravel/silt mixtures
passes No.4 sieve SC Clayey sands; poorly-graded sand/gravel/clay mixtures
ML Inorganic silts; sandy, gravelly or clayey silts
Silts & Clays
CL Lean clays; inorganic, gravelly, sandy, or silty, low to medium-plasticity clays
Fine Grained LL < 50
Soils >50% OL Organic, low-plasticity clays and silts
passes No.200 MH Inorganic, elastic silts; sandy, gravelly or clayey elastic silts
sieve Silts & Clays
CH Fat clays; high-plasticity, inorganic clays
LL > 50
OH Organic, medium to high-plasticity clays and silts
Highly Organic Soils PT Peat, humus, hydric soils with high organic content

2791 S Victory View Way  Boise, ID 83709  (208) 376-4748  Fax (208) 322-6515
Copyright © 2018 Materials
www.mti-id.com  mti@mti-id.com Testing & Inspection
MATERI ALS 16 May 2018
Page # 11 of 16
TESTING &
INSPECTION b180703g_limitedgeo

 Environmental Services  Geotechnical Engineering  Construction Materials Testing  Special Inspections

GEOTECHNICAL INVESTIGATION TEST PIT LOG

Test Pit Log #: TP-1 Date Advanced: 7 May 2018 Logged by: Maren Tanberg, E.I.T.
Excavated by: Struckman’s Backhoe Service Location: See Site Map Plates
Latitude: 43.6388911 Longitude: -116.4820102
Depth to Water Table: 14.7 Feet bgs Total Depth: 15.2 Feet bgs

Depth Field Description and USCS Soil and Sample Sample Depth Lab
Qp
(Feet bgs) Sediment Classification Type (Feet bgs) Test ID
Lean Clay (CL): Brown, dry, stiff to very stiff,
with fine-grained sand.
0.0-2.3 GS 1.5-2.0 1.5-2.5 A
--Organic matter and plow zone noted to 1.3
feet bgs.
Silty Sand (SM): Brown to light brown, dry,
dense to very dense, with fine to coarse
grained sand.
--Moderate to strong calcium carbonate
2.3-12.0
cementation noted from 4.4 to 5.4 feet bgs.
--Moderate to strong induration with calcium
carbonate veining noted from 5.4 to 12.0 feet
bgs.
Poorly Graded Sand with Clay (SP-SC):
Reddish brown, slightly moist to saturated,
12.0-14.7
medium dense to dense, with fine to coarse-
grained sand.
Poorly Graded Sand (SP): Reddish brown,
saturated, medium dense to dense, with fine
14.7-15.2
to coarse-grained sand.
--Fine to coarse gravel noted at 15.2 feet bgs.

Lab Test ID M LL PI Sieve Analysis


- % - - #4 #10 #40 #100 #200
A 24.6 38 22 100 100 98 94 89.9

2791 S Victory View Way  Boise, ID 83709  (208) 376-4748  Fax (208) 322-6515
Copyright © 2018 Materials
www.mti-id.com  mti@mti-id.com Testing & Inspection
MATERI ALS 16 May 2018
Page # 12 of 16
TESTING &
INSPECTION b180703g_limitedgeo

 Environmental Services  Geotechnical Engineering  Construction Materials Testing  Special Inspections

GEOTECHNICAL INVESTIGATION TEST PIT LOG

Test Pit Log #: TP-2 Date Advanced: 7 May 2018 Logged by: Maren Tanberg, E.I.T.
Excavated by: Struckman’s Backhoe Service Location: See Site Map Plates
Latitude: 43.6388789 Longitude: -116.4889574
Depth to Water Table: 15.5 Feet bgs Total Depth: 15.5 Feet bgs

Depth Field Description and USCS Soil and Sample Sample Depth Lab
Qp
(Feet bgs) Sediment Classification Type (Feet bgs) Test ID
Lean Clay (CL): Dark brown, dry, very stiff
to hard, with fine-grained sand.
0.0-1.7 3.25-4.5
--Organic matter and plow zone noted to 1.6
feet bgs.
Silty Sand (SM): Light brown, dry, dense to
very dense, with fine to coarse grained sand.
--Moderate to strong calcium carbonate
1.7-9.6 cementation noted from 1.7 to 5.0 feet bgs.
--Moderate to strong induration with calcium
carbonate veining noted from 5.0 to 9.6 feet
bgs.
Poorly Graded Sand with Clay (SP-SC):
Light brown, slightly moist, medium dense to
9.6-13.6 dense, with fine to coarse-grained sand.
--Weak to moderate induration noted
throughout.
Poorly Graded Gravel with Sand (GP):
Reddish brown, slightly moist to saturated,
13.6-15.5 medium dense to dense, with fine to coarse-
grained sand, fine to coarse gravel, with 4-
inch-minus cobbles.

2791 S Victory View Way  Boise, ID 83709  (208) 376-4748  Fax (208) 322-6515
Copyright © 2018 Materials
www.mti-id.com  mti@mti-id.com Testing & Inspection
MATERI ALS 16 May 2018
Page # 13 of 16
TESTING &
INSPECTION b180703g_limitedgeo

 Environmental Services  Geotechnical Engineering  Construction Materials Testing  Special Inspections

GEOTECHNICAL INVESTIGATION TEST PIT LOG

Test Pit Log #: TP-3 Date Advanced: 7 May 2018 Logged by: Maren Tanberg, E.I.T.
Excavated by: Struckman’s Backhoe Service Location: See Site Map Plates
Latitude: 43.6380964 Longitude: -116.4817279
Depth to Water Table: 12.4 Feet bgs Total Depth: 12.4 Feet bgs

Depth Field Description and USCS Soil and Sample Sample Depth Lab
Qp
(Feet bgs) Sediment Classification Type (Feet bgs) Test ID
Lean Clay (CL): Dark brown, dry, stiff to
very stiff, with fine-grained sand.
0.0-1.5 2.0-3.0
--Organic matter and plow zone noted
throughout.
Silty Sand (SM): Light brown, dry, dense to
very dense, with fine to coarse grained sand.
1.5-6.4
--Moderate to strong calcium carbonate
cementation noted throughout.
Poorly Graded Gravel with Sand (GP): Light
brown, dry to saturated, medium dense to
6.4-12.4
dense, with fine to coarse-grained sand, fine
to coarse gravel, with 8-inch-minus cobbles.

2791 S Victory View Way  Boise, ID 83709  (208) 376-4748  Fax (208) 322-6515
Copyright © 2018 Materials
www.mti-id.com  mti@mti-id.com Testing & Inspection
MATERI ALS 26 July 2018
Page # 1 of 16
TESTING &
INSPECTION b180703g_addendum#1.docx

 Environmental Services  Geotechnical Engineering  Construction Materials Testing  Special Inspections

Mr. Joe Yochum


West Ada School District
1303 East Central Drive
Meridian, ID 83642
208-855-4500

Re: Addendum #1 – Pavement Recommendations for


Public Roadways
New West Ada School District High School
7020 West Ustick Road
Meridian, ID

Dear Mr. Yochum:

This addendum report presents test results unavailable at the time of the previously issued MTI Geotechnical
Engineering Report (B180703g). Descriptions of general site characteristics and the proposed project are
available in the previous report. Unless otherwise noted in this addendum, all initial recommendations,
limitations, and warranties expressed in the previous report must be adhered to.

Recommended Pavement Sections

As required by Ada County Highway District (ACHD), MTI has used a traffic index of 8 to determine the
necessary pavement cross-section for collector streets and a 6 for local roadways. MTI has made assumptions
for traffic loading variables based on the character of the proposed construction. The Client should review
these assumptions to make sure they reflect intended use and loading of pavements both now and in the
future. MTI collected a sample of near-surface soils for Resistance Value (R-value) testing representative of
soils to depths of 1 feet below existing ground surface. This sample, consisting of lean clay soils collected
from test pit 3, yielded a R-value of 6. The following are minimum thickness requirements for assured
pavement function. Depending on site conditions, additional work, e.g. soil preparation, may be required to
support construction equipment. These have been listed within the Soft Subgrade Soils section of the
original report. Results of the test are graphically depicted in the Enclosures section.

Flexible Pavement Section


The Gravel Equivalent Method, as defined in Section 500 of the State of Idaho Department of Transportation
(ITD) Materials Manual, was used to develop the pavement sections. ACHD parameters for traffic index and
substitution ratios, which were obtained from the ACHD Policy Manual, were also used in the design. The
calculation sheet provided in the Enclosures section indicate the soils constant, traffic loading, traffic
projections, and material constants used to calculate the pavement sections. MTI recommends that materials
used in the construction of asphaltic concrete pavements meet the requirements of the ISPWC Standard
Specification for Highway Construction. Construction of the pavement section should be in accordance with
these specifications and should adhere to guidelines recommended in the Construction Considerations
section of the original report.

2791 S Victory View Way  Boise, ID 83709  (208) 376-4748  Fax (208) 322-6515
Copyright © 2018 Materials
www.mti-id.com  mti@mti-id.com Testing & Inspection
MATERI ALS 26 July 2018
Page # 2 of 16
TESTING &
INSPECTION b180703g_addendum#1.docx

 Environmental Services  Geotechnical Engineering  Construction Materials Testing  Special Inspections

Gravel Equivalent Method Flexible Pavement Specifications


Pavement Section Component1 Collector Roadway Section Local Roadway Section
Asphaltic Concrete 3.5 Inches 2.5 Inches
Crushed Aggregate Base 6.0 Inches 6.0 Inches
Structural Subbase 16.0 Inches 12.0 Inches
See Pavement Subgrade See Pavement Subgrade
Compacted Subgrade
Preparation section Preparation section
1
It will be required for MTI personnel to verify subgrade competency at the time of construction.

Asphaltic Concrete: Asphalt mix design shall meet the requirements of ISPWC, Section 810 Class III plant mix.
Materials shall be placed in accordance with ISPWC Standard Specifications for Highway
Construction.
Aggregate Base: Material complying with ISPWC Standards for Crushed Aggregate Materials.
Structural Subbase: Material complying with requirements for granular structural fill (uncrushed) as defined in
ISPWC.

Pavement Subgrade Preparation


Uncontrolled fill and plow zones were encountered in a portion of the site. MTI recommends that these fill
materials be excavated to a sufficient depth to expose competent, native soils or to a minimum depth of 1 foot
below finished subgrade. If fill materials remain after over-excavation, the exposed subgrade must be
compacted to at least 95 percent of the maximum dry density as determined by ASTM D698. MTI personnel
must be present during excavation to identify these materials.

Native clay soils are moderately plastic and will be susceptible to shrink/swell movements associated with
moisture changes. The clay soils, if exposed, should be scarified to a depth of 6 inches and compacted
between 92 to 98 percent of the maximum dry density as determined by ASTM D698. The moisture content
should be within 2 percent of optimum. Structural fill should be placed as soon as possible after compaction
of clay soils in order to limit moisture loss within the upper clays.

Common Pavement Section Construction Issues


The subgrade upon which above pavement sections are to be constructed must be properly stripped,
compacted (if indicated), inspected, and proof-rolled. Proof rolling of subgrade soils should be accomplished
using a heavy rubber-tired, fully loaded, tandem-axle dump truck or equivalent. Verification of subgrade
competence by MTI personnel at the time of construction is required. Fill materials on the site must
demonstrate the indicated compaction prior to placing material in support of the pavement section. MTI
anticipated that pavement areas will be subjected to moderate traffic. Subgrade clays and silts near and above
optimum moisture contents may pump during compaction. Pumping or soft areas must be removed and
replaced with structural fill.

2791 S Victory View Way  Boise, ID 83709  (208) 376-4748  Fax (208) 322-6515
Copyright © 2018 Materials
www.mti-id.com  mti@mti-id.com Testing & Inspection
MATERI ALS 26 July 2018
Page # 4 of 16
TESTING &
INSPECTION b180703g_addendum#1.docx

 Environmental Services  Geotechnical Engineering  Construction Materials Testing  Special Inspections

GEOTECHNICAL GENERAL NOTES

RELATIVE DENSITY AND CONSISTENCY CLASSIFICATION


Coarse-Grained Soils SPT Blow Counts (N) Fine-Grained Soils SPT Blow Counts (N)
Very Loose: <4 Very Soft: <2
Loose: 4-10 Soft: 2-4
Medium Dense: 10-30 Medium Stiff: 4-8
Dense: 30-50 Stiff: 8-15
Very Dense: >50 Very Stiff: 15-30
Hard: >30

Moisture Content Cementation


Description Field Test Description Field Test
Crumbles or breaks with handling or
Dry Absence of moisture, dusty, dry to touch Weakly
slight finger pressure
Crumbles or beaks with considerable
Moist Damp but not visible moisture Moderately
finger pressure
Visible free water, usually soil is below Will not crumble or break with finger
Wet Strongly
water table pressure

PARTICLE SIZE
Boulders: >12 in. Coarse-Grained Sand: 5 to 0.6 mm Silts: 0.075 to 0.005 mm
Cobbles: 12 to 3 in. Medium-Grained Sand: 0.6 to 0.2 mm Clays: <0.005 mm
Gravel: 3 in. to 5 mm Fine-Grained Sand: 0.2 to 0.075 mm

UNIFIED SOIL CLASSIFICATION SYSTEM


Major Divisions Symbol Soil Descriptions
Gravel & Gravelly GW Well-graded gravels; gravel/sand mixtures with little or no fines
Soils GP Poorly-graded gravels; gravel/sand mixtures with little or no fines
<50%
Coarse-Grained GM Silty gravels; poorly-graded gravel/sand/silt mixtures
coarse fraction
Soils passes No.4 sieve GC Clayey gravels; poorly-graded gravel/sand/clay mixtures
<50%
passes No.200 Sand & Sandy SW Well-graded sands; gravelly sands with little or no fines
sieve Soils SP Poorly-graded sands; gravelly sands with little or no fines
>50%
coarse fraction SM Silty sands; poorly-graded sand/gravel/silt mixtures
passes No.4 sieve SC Clayey sands; poorly-graded sand/gravel/clay mixtures
ML Inorganic silts; sandy, gravelly or clayey silts
Silts & Clays
CL Lean clays; inorganic, gravelly, sandy, or silty, low to medium-plasticity clays
Fine Grained LL < 50
Soils >50% OL Organic, low-plasticity clays and silts
passes No.200 MH Inorganic, elastic silts; sandy, gravelly or clayey elastic silts
sieve Silts & Clays
CH Fat clays; high-plasticity, inorganic clays
LL > 50
OH Organic, medium to high-plasticity clays and silts
Highly Organic Soils PT Peat, humus, hydric soils with high organic content

2791 S Victory View Way  Boise, ID 83709  (208) 376-4748  Fax (208) 322-6515
Copyright © 2018 Materials
www.mti-id.com  mti@mti-id.com Testing & Inspection
MATERI ALS 26 July 2018
Page # 5 of 16
TESTING &
INSPECTION b180703g_addendum#1.docx

 Environmental Services  Geotechnical Engineering  Construction Materials Testing  Special Inspections

GEOTECHNICAL INVESTIGATION TEST PIT LOG

Test Pit Log #: TP-1 Date Advanced: 13 July 2018 Logged by: Maren Tanberg, E.I.T.
Excavated by: Struckman’s Backhoe Service Location: See Site Map Plates
Latitude: 43.641427 Longitude: -116.480703
Depth to Water Table: 10.0 Feet bgs Total Depth: 11.0 Feet bgs
Notes: Piezometer installed to 11.0 feet bgs.

Depth Field Description and USCS Soil and Sample Sample Depth Lab
Qp
(Feet bgs) Sediment Classification Type (Feet bgs) Test ID
Lean Clay (CL): Brown, dry, very stiff, with fine-
0.0-1.6 2.5-3.0
grained sand.
Silty Sand (SM): Brown, dry, dense to very
1.6-5.4
dense, with fine to coarse-grained sand.
Poorly Graded Sand with Silt (SP-SM): Brown,
5.4-7.5
moist, dense, with fine to coarse-grained sand.
Poorly Graded Gravel with Sand (GP): Brown,
moist to saturated, dense, with fine to coarse-
7.5-11.0
grained sand, fine to coarse gravel, and 6-inch-
minus cobbles.

2791 S Victory View Way  Boise, ID 83709  (208) 376-4748  Fax (208) 322-6515
Copyright © 2018 Materials
www.mti-id.com  mti@mti-id.com Testing & Inspection
MATERI ALS 26 July 2018
Page # 6 of 16
TESTING &
INSPECTION b180703g_addendum#1.docx

 Environmental Services  Geotechnical Engineering  Construction Materials Testing  Special Inspections

GEOTECHNICAL INVESTIGATION TEST PIT LOG

Test Pit Log #: TP-2 Date Advanced: 13 July 2018 Logged by: Maren Tanberg, E.I.T.
Excavated by: Struckman’s Backhoe Service Location: See Site Map Plates
Latitude: 43.641432 Longitude: -116.479249
Depth to Water Table: 8.2 Feet bgs Total Depth: 8.8 Feet bgs
Notes: Piezometer installed to 8.8 feet bgs.

Depth Field Description and USCS Soil and Sample Sample Depth Lab
Qp
(Feet bgs) Sediment Classification Type (Feet bgs) Test ID
Lean Clay (CL): Brown, dry, stiff to hard.
0.0-4.3 2.5-4.5+
--Organics noted to a depth of 1.6 feet bgs.
Silty Sand (SM): Brown, moist to saturated,
medium dense to dense, with fine to coarse-
grained sand.
4.3-8.8 GS 6.0-7.0 A
--Weak to moderate calcium carbonate
cementation encountered from 4.3 to 5.6 feet
bgs.

Lab Test ID M LL PI Sieve Analysis


- % - - #4 #10 #40 #100 #200
A 19.4 NP NP 100 99 90 63 38.6

2791 S Victory View Way  Boise, ID 83709  (208) 376-4748  Fax (208) 322-6515
Copyright © 2018 Materials
www.mti-id.com  mti@mti-id.com Testing & Inspection
MATERI ALS 26 July 2018
Page # 7 of 16
TESTING &
INSPECTION b180703g_addendum#1.docx

 Environmental Services  Geotechnical Engineering  Construction Materials Testing  Special Inspections

GEOTECHNICAL INVESTIGATION TEST PIT LOG

Test Pit Log #: TP-3 Date Advanced: 13 July 2018 Logged by: Maren Tanberg, E.I.T.
Excavated by: Struckman’s Backhoe Service Location: See Site Map Plates
Latitude: 43.641398 Longitude: -116.482156
Depth to Water Table: 11.0 Feet bgs Total Depth: 11.8 Feet bgs
Notes: Piezometer installed to 11.8 feet bgs.

Depth Field Description and USCS Soil and Sample Sample Depth Lab
Qp
(Feet bgs) Sediment Classification Type (Feet bgs) Test ID
Lean Clay (CL): Brown to light brown, dry,
B/
0.0-4.6 hard. Bulk 0.3-1.0 4.5+
R-Value
--Organics noted to a depth of 1.0 foot bgs.
Silty Sand with Gravel (SM): Brown to dark
brown, dry, dense to very dense, with fine to
4.6-7.2 coarse-grained sand and fine gravel.
--Moderate calcium carbonate cementation
encountered from 4.6 to 4.9 feet bgs.
Poorly Graded Gravel with Sand (GP): Brown,
dry to saturated, dense, with fine to coarse-
7.2-11.8
grained sand, fine to coarse gravel, and 11-inch-
minus cobbles.

Lab Test ID M LL PI Sieve Analysis


- % - - #4 #10 #40 #100 #200
B 11.0 37 20 100 100 97 93 87.4

2791 S Victory View Way  Boise, ID 83709  (208) 376-4748  Fax (208) 322-6515
Copyright © 2018 Materials
www.mti-id.com  mti@mti-id.com Testing & Inspection
MATERI ALS 26 July 2018
Page # 8 of 16
TESTING &
INSPECTION b180703g_addendum#1.docx

 Environmental Services  Geotechnical Engineering  Construction Materials Testing  Special Inspections

GEOTECHNICAL INVESTIGATION TEST PIT LOG

Test Pit Log #: TP-4 Date Advanced: 13 July 2018 Logged by: Maren Tanberg, E.I.T.
Excavated by: Struckman’s Backhoe Service Location: See Site Map Plates
Latitude: 43.642131 Longitude: -116.483148
Depth to Water Table: 10.4 Feet bgs Total Depth: 10.8 Feet bgs
Notes: Piezometer installed to 10.8 feet bgs.

Depth Field Description and USCS Soil and Sample Sample Depth Lab
Qp
(Feet bgs) Sediment Classification Type (Feet bgs) Test ID
Lean Clay (CL): Brown, dry, hard.
0.0-1.3 4.5+
--Organics noted throughout.
Silty Sand (SM): Brown, dry to moist, dense to
very dense, with fine to coarse-grained sand.
1.3-8.8 --Moderate to strong calcium carbonate
cementation encountered from 1.3 to 3.7 feet
bgs.
Poorly Graded Gravel with Sand (GP): Brown,
moist to saturated, dense to very dense, with fine
8.8-10.8
to coarse-grained sand, fine to coarse gravel,
and 8-inch-minus cobbles.

2791 S Victory View Way  Boise, ID 83709  (208) 376-4748  Fax (208) 322-6515
Copyright © 2018 Materials
www.mti-id.com  mti@mti-id.com Testing & Inspection
MATERI ALS 26 July 2018
Page # 9 of 16
TESTING &
INSPECTION b180703g_addendum#1.docx

 Environmental Services  Geotechnical Engineering  Construction Materials Testing  Special Inspections

GEOTECHNICAL INVESTIGATION TEST PIT LOG

Test Pit Log #: TP-5 Date Advanced: 13 July 2018 Logged by: Maren Tanberg, E.I.T.
Excavated by: Struckman’s Backhoe Service Location: See Site Map Plates
Latitude: 43.640700 Longitude: -116.483162
Depth to Water Table: 11.9 Feet bgs Total Depth: 12.7 Feet bgs
Notes: Piezometer installed to 12.7 feet bgs.

Depth Field Description and USCS Soil and Sample Sample Depth Lab
Qp
(Feet bgs) Sediment Classification Type (Feet bgs) Test ID
Lean Clay (CL): Brown to dark brown, dry,
0.0-2.6 4.5+
hard, with fine-grained sand.
Silty Sand (SM): Brown, dry, dense to very
dense, with fine to coarse-grained sand.
2.6-10.5
--Weak to moderate calcium carbonate
cementation encountered throughout.
Poorly Graded Gravel with Sand (GP): Brown,
moist to saturated, dense, with fine to coarse-
10.5-12.7
grained sand, fine to coarse gravel, and 8-inch-
minus cobbles.

2791 S Victory View Way  Boise, ID 83709  (208) 376-4748  Fax (208) 322-6515
Copyright © 2018 Materials
www.mti-id.com  mti@mti-id.com Testing & Inspection
MATERI ALS 26 July 2018
Page # 10 of 16
TESTING &
INSPECTION b180703g_addendum#1.docx

 Environmental Services  Geotechnical Engineering  Construction Materials Testing  Special Inspections

GEOTECHNICAL INVESTIGATION TEST PIT LOG

Test Pit Log #: TP-6 Date Advanced: 13 July 2018 Logged by: Maren Tanberg, E.I.T.
Excavated by: Struckman’s Backhoe Service Location: See Site Map Plates
Latitude: 43.637119 Longitude: -116.483177
Depth to Water Table: 9.2 Feet bgs Total Depth: 10.5 Feet bgs
Notes: Piezometer installed to 10.5 feet bgs.

Depth Field Description and USCS Soil and Sample Sample Depth Lab
Qp
(Feet bgs) Sediment Classification Type (Feet bgs) Test ID
Lean Clay (CL): Brown, dry, hard.
0.0-1.7 4.5+
--Organics noted throughout.
Sandy Silt (ML): Brown to light brown, dry,
very stiff to hard, with fine to coarse-grained
1.7-6.7 sand. GS 2.5-3.0 C
--Moderate to strong calcium carbonate
cementation from 1.7 to 3.3 feet bgs.
Poorly Graded Gravel with Sand (GP): Brown,
dry to saturated, dense to very dense, with fine
6.7-10.5
to coarse-grained sand, fine to coarse gravel,
and 6-inch-minus cobbles.

Lab Test ID M LL PI Sieve Analysis


- % - - #4 #10 #40 #100 #200
C 24.8 30 3 100 98 80 74 68.4

2791 S Victory View Way  Boise, ID 83709  (208) 376-4748  Fax (208) 322-6515
Copyright © 2018 Materials
www.mti-id.com  mti@mti-id.com Testing & Inspection
MATERI ALS 26 July 2018
Page # 11 of 16
TESTING &
INSPECTION b180703g_addendum#1.docx

 Environmental Services  Geotechnical Engineering  Construction Materials Testing  Special Inspections

GEOTECHNICAL INVESTIGATION TEST PIT LOG

Test Pit Log #: TP-7 Date Advanced: 13 July 2018 Logged by: Maren Tanberg, E.I.T.
Excavated by: Struckman’s Backhoe Service Location: See Site Map Plates
Latitude: 43.639069 Longitude: -116.483178
Depth to Water Table: 13.0 Feet bgs Total Depth: 13.3 Feet bgs
Notes: Piezometer installed to 13.3 feet bgs.

Depth Field Description and USCS Soil and Sample Sample Depth Lab
Qp
(Feet bgs) Sediment Classification Type (Feet bgs) Test ID
Lean Clay (CL): Brown, dry, very stiff to hard,
0.0-2.3 with fine-grained sand. 4.5+
--Organics noted throughout.
Silty Sand (SM): Light brown to brown, dry to
2.3-9.3 moist, dense to very dense, with fine to coarse-
grained sand.
Poorly Graded Gravel with Sand (GP): Brown,
moist to saturated, dense to very dense, with fine
9.3-13.3
to coarse-grained sand, fine to coarse gravel,
and 9-inch-minus cobbles.

2791 S Victory View Way  Boise, ID 83709  (208) 376-4748  Fax (208) 322-6515
Copyright © 2018 Materials
www.mti-id.com  mti@mti-id.com Testing & Inspection
MATERI ALS 26 July 2018
Page # 12 of 16
TESTING &
INSPECTION b180703g_addendum#1.docx

 Environmental Services  Geotechnical Engineering  Construction Materials Testing  Special Inspections

GEOTECHNICAL INVESTIGATION TEST PIT LOG

Test Pit Log #: TP-8 Date Advanced: 13 July 2018 Logged by: Maren Tanberg, E.I.T.
Excavated by: Struckman’s Backhoe Service Location: See Site Map Plates
Latitude: 43.6353923 Longitude: -116.4832665
Depth to Water Table: 11.4 Feet bgs Total Depth: 12.3 Feet bgs
Notes: Piezometer installed to 12.3 feet bgs.

Depth Field Description and USCS Soil and Sample Sample Depth Lab
Qp
(Feet bgs) Sediment Classification Type (Feet bgs) Test ID
Silty Gravel Fill (GM-FILL): Light brown, dry,
medium dense to dense, with fine to coarse-
0.0-1.4
grained sand, fine to coarse gravel, and 6-inch-
minus cobbles.
Lean Clay (CL): Brown, dry, stiff to very stiff,
1.4-4.7 GS 2.0-3.0 D
with fine to coarse-grained sand.
Silty Sand (SM): Brown, dry, dense to very
dense, with fine to coarse-grained sand.
4.7-9.4
--Strong calcium carbonate cementation
encountered from 6.7 to 8.0 feet bgs.
Poorly Graded Sand with Silt (SP): Greenish
brown to grey, wet, very dense, with fine to
9.4-11.4
coarse-grained sand.
--Weak induration encountered throughout.
Poorly Graded Gravel with Sand (GP): Brown,
saturated, very dense, with fine to coarse-
11.4-12.3
grained sand, fine to coarse gravel, and 6-inch-
minus cobbles.

Lab Test ID M LL PI Sieve Analysis


- % - - #4 #10 #40 #100 #200
D 21.8 47 29 100 100 97 92 86.5

2791 S Victory View Way  Boise, ID 83709  (208) 376-4748  Fax (208) 322-6515
Copyright © 2018 Materials
www.mti-id.com  mti@mti-id.com Testing & Inspection
MATERI ALS 26 July 2018
Page # 13 of 16
TESTING &
INSPECTION b180703g_addendum#1.docx

 Environmental Services  Geotechnical Engineering  Construction Materials Testing  Special Inspections

GRAVEL EQUIVALENT METHOD – PAVEMENT THICKNESS DESIGN PROCEDURES

Pavement Section Design Location: New West Ada School District High School, Collector Streets

Average Daily Traffic Count: 600 All Lanes & Both Directions
Design Life: 20 Years
Traffic Index: 8.00

Climate Factor: 1 R-Value of Subgrade: 6.00


Subgrade CBR Value: 3 Subgrade Mr: 4,500

R-Value of Aggregate Base: 80


R-Value of Granular Borrow: 60
Subgrade R-Value: 6
Expansion Pressure of Subgrade: 0.57
Unit Weight of Base Materials: 130

Total Design Life 18 kip ESAL's: 371,659


ASPHALTIC CONCRETE:
Gravel Equivalent, Calculated: 0.512
Thickness: 0.262564103 Use = 3.5 Inches
Gravel Equivalent, ACTUAL: 0.57
CRUSHED AGGREGATE BASE:
Gravel Equivalent (Ballast): 1.024
Thickness: 0.414 Use = 6 Inches
Gravel Equivalent, ACTUAL: 1.119
SUBBASE:
Gravel Equivalent (Ballast): 2.406
Thickness: 1.288 Use = 16 Inches
Gravel Equivalent, ACTUAL: 2.452

TOTAL Thickness: 2.125


Thickness Required by Exp. Pressure: 0.631

Design ACHD
Depth Substitution
Inches Ratios
Asphaltic Concrete (at least 2.5): 3.50 1.95
Asphalt Treated Base (at least 4.2): 0.00
Cement Treated Base (at least 4.2): 0.00
Crushed Aggregate Base (at least 4.2): 6.00 1.10
Subbase (at least 4.2): 16.00 1.00

2791 S Victory View Way  Boise, ID 83709  (208) 376-4748  Fax (208) 322-6515
Copyright © 2018 Materials
www.mti-id.com  mti@mti-id.com Testing & Inspection
MATERI ALS 26 July 2018
Page # 14 of 16
TESTING &
INSPECTION b180703g_addendum#1.docx

 Environmental Services  Geotechnical Engineering  Construction Materials Testing  Special Inspections

GRAVEL EQUIVALENT METHOD – PAVEMENT THICKNESS DESIGN PROCEDURES

Pavement Section Design Location: New West Ada School District High School, Local Roadways

Average Daily Traffic Count: 400 All Lanes & Both Directions
Design Life: 20 Years
Traffic Index: 6.00

Climate Factor: 1 R-Value of Subgrade: 6.00


Subgrade CBR Value: 3 Subgrade Mr: 4,500

R-Value of Aggregate Base: 80


R-Value of Granular Borrow: 60
Subgrade R-Value: 6
Expansion Pressure of Subgrade: 0.57
Unit Weight of Base Materials: 130

Total Design Life 18 kip ESAL's: 33,131


ASPHALTIC CONCRETE:
Gravel Equivalent, Calculated: 0.384
Thickness: 0.196923077 Use = 2.5 Inches
Gravel Equivalent, ACTUAL: 0.41
CRUSHED AGGREGATE BASE:
Gravel Equivalent (Ballast): 0.768
Thickness: 0.329 Use = 6 Inches
Gravel Equivalent, ACTUAL: 0.956
SUBBASE:
Gravel Equivalent (Ballast): 1.805
Thickness: 0.849 Use = 12 Inches
Gravel Equivalent, ACTUAL: 1.956

TOTAL Thickness: 1.708


Thickness Required by Exp. Pressure: 0.631

Design ACHD
Depth Substitution
Inches Ratios
Asphaltic Concrete (at least 2.5): 2.50 1.95
Asphalt Treated Base (at least 4.2): 0.00
Cement Treated Base (at least 4.2): 0.00
Crushed Aggregate Base (at least 4.2): 6.00 1.10
Subbase (at least 4.2): 12.00 1.00

2791 S Victory View Way  Boise, ID 83709  (208) 376-4748  Fax (208) 322-6515
Copyright © 2018 Materials
www.mti-id.com  mti@mti-id.com Testing & Inspection
MATERI ALS 26 July 2018
Page # 15 of 16
TESTING &
INSPECTION b180703g_addendum#1.docx

 Environmental Services  Geotechnical Engineering  Construction Materials Testing  Special Inspections

R-VALUE LABORATORY TEST DATA

Source and Description: TP-3: 0.3’-1.0’, Lean Clay


Date Obtained: 16 July 2018
Sample ID: 18-7625
Sampling and ASTM AASHTO
ASTM D75: AASHTO T2: X X
Preparation: D421: T87:
ASTM AASHTO
Test Standard: Idaho T8: X
D2844: T190:

Sample A B C
Dry Density (lb/ft3) 103.1 96.4 93.8
Moisture Content (%) 19.8 22.3 23.7
Expansion Pressure (psi) 1.68 1.32 0.57
Exudation Pressure (psi) 286 240 180
R-Value 8 7 6

R-Value @ 200 psi Exudation Pressure = 6

R-Value @ Exudation Pressure Exudat


2
2
15.0
1

13.0
Exudation Wan
11.0
R-Value

2
2
9.0

7.0

5.0
300 250 200 150

Exudation Pressure (psi)

2791 S Victory View Way  Boise, ID 83709  (208) 376-4748  Fax (208) 322-6515
Copyright © 2018 Materials
www.mti-id.com  mti@mti-id.com Testing & Inspection

You might also like