HomeMy WebLinkAbout31-83 RESOLUTIONRESOLUTION NO. &A Y3 1 t
A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK
TO EXECUTE A CONTRACT WITH KAN-ARK INDUSTRIES, INC.
FOR THE RENOVATION OF THE SWIMMING POOL AND APPUR-
TENANCES AT AT WILSON PARK.
BE IT RESOLVED..BY THE BOARD OF DIRECTORS OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
That the Mayor and City Clerk are hereby authorized and
directed to execute a contract with Kan -Ark Industries, Inc.
for the renovation of the swimming pool and appurtenances
at a total contract price of $344,031.00 for the base bid
and alternates 12 and 15. A copy ofTthe contract authorized
for execution hereby is attached hereto, marked Exhibit "A"
and made a part hereof.
PASSED AND APPROVED this /Sf day ofBry , 1983.
ATTE S"I' ,
By: AL - a
City Clerk
APPROVED:
By:
VaaMayor
CONTRACT
This contract executed this; ,.`day of February, 1983,
between the City of .Fayetteville, Arkansas,. hereinafter. called
"the City", and Kan -Ark Industries;. Inc.-, hereinafter called
"the Contractor".
In consideration of the mutual covenants contained herein,
the parties agree as follows:
1. The Contractor shall renovate the City's Wilson
Park swimming pool and its appurtenances in accordance with
the plans and detailed specifications prepared by Gary Carnahan,
P. E. Said plans consist of sheets 1 through 21 and said
detail specifications consist of sheets 1 -DS through 16 -EL.
Said plans and specifications are incorporated herein by
reference thereto.
The Contractor shall commence work on or before March 1,
1983 and shall complete construction in accordance with the
aforesaid plans and specifications by June 1, 1983. Time is
expressly made of the essence of this contract. If the
Contractor fails to complete the work by June 1, 1983, or any
agreed extension thereof, he shall pay to the City as liquidated
damages, fixed and agreed, and not as a penalty, the sum of
$300.00 for each calendar day beyond June 1, 1983 construction
is not completed. Said liquidated damages shall be withheld
by the City from payments due to be made to the Contractor by
the City under the terms of this contract. If the Contractor
completes the work before June 1, 1983 in accordance with the
aforesaid plans and.specifications, the City shall pay the
Contractor an amount equivalent to $300.00 per day for each
day prior to June 1, 1983, that the work is completed.
The`‘Contractor shall be entitled to one day of extra
work time for each -.day lost due to inclement weather.
2. The City agrees to pay the Contractor-, for the work
described, the total. price of $344,031.00. Said work shall
consist of,the Base 13i4, Alternate Bid Stem No. 12, and
•
Alternate Bid Item No. 15, as :reflected in the Bid of the
Contractor: dated February: 14, 1983 which is incorporated
herein by reference thereto.
3. The City shall make progresspayments on the basis
of applications for paymexi.t submitted to, and approved by, the
City's designated representative.. On or about the 10th day
of each month, the City shall make progress payments in the
amount of•90%d-of therproportion of the contract sum properly
allocable to. labor, materials and equipment incorporated in
the work -and 100% of the portion of the contractsum properly
allocable to materials and equipment suitable -stored at the
site or at some other location agreed upon in writing by the
parties, up to the first day of that month, less."the aggregate
of previous payments in each case..
At any time after 50% of the work las .been completed,
if the City's designated representative finds that satifictory
progress is being made, and with the written consent of the
Contractor's surety, the remaining partial payments shall be
made in full and the payment upon substantial completion
shall be increased from 90% to 95`/0.
Progress payments may be withheld if:
(a) Work is found defective and not remedied;
(b) The Contractor does not make prompt and proper
payments to subcontractors;
(c) The Contractor does not make prompt and proper
.payments for labor, materials, or equipment furnished
him;
(d) Another Contractor is damaged'by an act for which
the Contractor.is responsible;-
(e) Claims or liens are filed on the job; or
(f) In the opinion of the City's. designated representative
the Contractor's:work is not.:progressing satisfactorily.
',4. The City shall make final -payment to the..Contractor
within ten (10) -days after the work is coinple.ted, if the
Contract be at that time. fully performed, andsubject to the
condition that final payment shall not be. due until the
Contractor has .delivered to the City a complete -release 'of
all liens arising out of the contract herein, or.re.ceipts In
full covering -all labor, materials, and equipment for which
a lien could be, filed,. or in the alternative a bond'satisfactory
to the City indemnifying it against such liens.
The City by making payment waives all claims except
those arising out of:
(a) Faulty work appearing after substantial. completion
has been granted;
(b) Work that does not comply.:twith the:contract documents;
(c) Outstanding claims of lien; or
.(d) Failure of the Contractor to cbmplytwith any special
guarantees required by the -contract documents.
The Contractor, by accepting final payment, waives all
claims except those which he has previously made in writing,
and which remain unsettled at the time of acceptance.
5. The contract documents on which the agreement between
the City and the Contractor is'..based are as follows:
(a) This contract;
(b) The plans and specifications, with addenda attached
thereto, issued before execution of this agreement, and
any amendments hereafter to be made; and, the Contractor's bid;
(c) Written interpretations of the contract documents
and directives to be made from time to time by the City's
designated representative;
(d) Work change ordersissued, or to be issued.
The'contract,.documents together. form.the contract for the
work herein::described. .The.parties intend that the documents
include provisions for all labor, materials,equipment, supplies
and other iteris.necessary for. the execution and completion
of the.work, and all .terms, and conditions..of payment. The
documents also include all work` an&pro.cedures not: expressly
•
-4-
indicated therein necessaryfor proper execution of this
project.
-6: The primary function of..the, City's.designated
representative shall be to provide the general administration
of the contract Heshal1T.hafr.ee access:.to thework at all
times during itsHpreparation.and,progress._ The City's
designated representative shall.be.the interpreter of the
contract.document requirements. He shall have the authority
to reject work which in his opinion does not conform to the
contract documents, and in this connection to stop the work
or aportion thereofwhen necessary. .The City's designated
representative will determine the amounts owing to the Contractor
as the work progresses, based on. the Contractor's applications
and his.inspections and observations, and will issuecertificates
for progress payments and final payment in accordance with the
termsof the contract documents.
7. The Contractor's duties and rights in connection
with the project herein are follows:
(a) Responsibility for and Supervision of Construction.
Contractor shall be -solely responsible for all construction
under this contract, including the techniques, sequences,
procedures, and means, and for coordination of all work. He
shall supervise and direct the work to the best of his ability,
and give it all attention necessary for such proper supervision
and direction.
(b) Discipline and Employment. Contractor shall maintain
at all times strick discipline among his employees, and he
agrees:not to employ for work on the project any person unfit
or without sufficient.skill to perform the job for which he was
employed.
(c) Furnishing of Labor, Materials,. etc. Contractor
shall provide and pay for all .1abor,:-materials, end equipment,
including tools,. cons.truction.equipment, and iiachinery,
utilities, including water, transportation, and all .other
facilities and •.services necessary for the proper completion
of work on.the project in accbrdance with the contract
documents.
(d) Payment of Taxes;: Procurement. of Licenses and Permits.
Contractor shall pay all taxes -,required by law in connection
with work on the project in accordance with this contract
including sales,' use, and similar taxes, and shall secure
all licenses and permits necessary for proper completion of
the work, paying the fees therefor.
(e) Compliance with Construction'Laws and Regulations.
Contractor shall comply with all laws -and ordinances, and the
rules, regulations, or orders of all public authorities-
relating
uthoritiesrelating to the'performance of the work herein. If any
of the contract documents are at. variance therewith, he shall
notify the City's designated representative promptly on
discovery of such variance.
_(f) Responsibility for Negligence of Employees and
Subcontractors. Contractor assumes full responsibility for
acts, negligence, -or omissions bf all his employees on the
project,for those of his subcontractors and their employees,
and for those -of all other persons doing work under a contract
with him. -
(g) Warranty of Fitness of -Equipment and Materials.
Contractor represents and warrants to owner and to the City's
designated:representative that all equipment and materials
used in the work, and made a part of the structures thereon,
or placed permanently in connection therewith, will be new
unless otherwise specified in the contract documents, of
good quality, free of defects,. and in conformity with the
contract documents. It is understood between the parties
hereto thatall equipment-and.materi:als.. not. so in .conformity
are defective.
•
.(h) Furnishing of,Samples and Shop Drawings. Contractor
agrees to furnish. at City's designated representative's.
direction all samples and.shop:drawings -for his consideration
and approval aa to Conformance-with.the specifications of the
contract documents :and his concepts of design called for therein.
Clean -=up. Contractor agrees to keep the work premises
and'adjoining:ways free of waste material and rubbish caused
by his work or'that of his subcontractors. He further agrees-
to'
grees
to remove all' such waste material and rubbishon termination
of the project, together with all --:his tools, equipment,
machinery, and surplus. materials. He agrees, on terminating
his work at the site; to conduct general clean-up operations,
including the cleaning of all glass surfaces, paved streets
and walks, steps, and interior floors and walls.
(j) Indemnity and Hold Harmless Agreement. Contractor
agrees.. to indemnify and hold harmless owner and City's designated
representative, and their agents and employees, from and against
all claims, damages, losses, and expenses, including reasonable
attorneys' fees in case it shall be necessary to file an action,
arising out of performance of the work herein, which is
(1) for bodily injury, illness, or death, or for property
damage, including loss of use, and (2) caused in whole or in
part by contractor's negligent act or omission; or that of a
subcontractor, or that of anyone employed by them or for
whose acts contractor or subcontractor may be liable.
This agreement to indemnify and hold harmless is not
applicable to liability of City's designated representative.,
or that of his agents.or employees, arising out of preparation
or appr.oval.ofreports; opinions, surveys, maps, drawings,
designs,. or, specifications, or out of their,.giving or' failure
to give instructions.,, which.giving or: failure to give is: the
primary:cause.of the injury or: damage.
•
(k) Payment of Royalties and License Tees:.;..Bold.Rarmless
Agreement Contractor agrees; to. pay. all royaltiesi..and license
fees necessary for the work,: and to. .defend .ail .Iacti.ons and
settleall claims: for infringement of copyright or -patent
rights, and to saveowner harmless therein.
(1) Safety Precautions Nand Programs.. .Contractor has. the
duty of providing for and overseeing all safety orders, precautions,
and programs necessary to the reasonab.le'safety of. the work.
•
In .this connection, he shall take,reasonable precautions for
the safety of all work employees and other persons whom the
work might affect, all work and -materials :incorporated in the
project, and allproperty and improvements on the construction
site and adjacent- thereto, complying with all applicable
laws, ordinances, rules,T-r-egulations and orders.
8. Contractor agrees to furnish the City's designated
representative, prior to the execution of this contract, a
list of names of subcontractors to whom he proposes to award
the principal portionsof the work -to beSubcontracted by
him. A subcontractor; for the purposes of this contract,
shall be a person with whom contractor has a direct contract
for work at the -project site. Contractor agrees not to employ
a subcontractor to whose employment the City's designated
representative or owner reasonably objects, nor shall he be
required to hire a subcontractor to whose employment he
reasonably objects. All contracts between Contractor and
subcontractors shall conform to the provisions of the contract
documents, and shall incorporate in them the relevant provisions
of this contract.
9. The Contractor agrees to keep in force at his own
expense during the entire period of construction on the project
such.liability insurance as will protect him from claims, under
workmen' s,compens.ation laws.: The minimum liability limits. of
such insurance shall b.etot less than the limits specified
by Arkansas law.
10. .Contractor agrees to keep in force. athisown
expense -during the entire .period of construction on the
project the :following insurance with:=minimum liability limits
as.specif.ied below:
Employer' s. liability insurance- $100;000each accident.
Contractor"s. liability-cuup.rehensive:•
General Liability Form. Includes:
(a) Premises and operations;
(b) Independent contractors;
'(c) Completed operations and products;
(d) Elevator liability;
.(e) Contractural liability;
(f) Explosion and collapse hazard;
(g) Underground hazard; and
(h) Broad form property damage.
Bodily Injury -'$500,000 each occurrence, $500,000 aggregate.
Property Damage $100,000 each occurrence, $200,000 aggregate.
Comprehensive` Automobile Liability Insurance.
Includes owned, non -owned and hired vehicles.
Bodily Injury - $300,000 each person, $500,000 each accident.
Property Damage - $100,000 each occurrence.
The aforesaid insurance polices shall be carried by the
Contractor with a company or companies licensed to do business
in the State.of Arkansas. The Contractor shall file with the
City certificates reflecting that the above insurance is in
full force or effect.
11. The City agrees to maintain at itsexpense during
construction of the project property damage insurance on the
work at the site to its:full insurable value, including interests
of the City, the Contractor, and subcontractors, against fire,
vandalism,- and other per'ilsordinarily included in extended
coverages. Losses under' such insurance will.he adjusted with
and -mane :payable to the City as trustee for the parties insured
as their interests appear.
The City :and the £ontr.actot-hereby waive .all. claims- -
•
against ech1.1other .for fire damage Or damages. from :other
perils covered by insurance provided in this paragraph_ The
Contractor agrees to obtain: waivers of such claims by all
subcontractors.
12. When -.it appears to Contractor during the course of
construction that any work does not conform to the provisions
of the contract documents, he shall make necessary, corrections
so that such work will so conform, and in addition will
correct any:defects caused by faulty materials, equipment,
or workmanship in work supervised by him or by .a subcontractor,
appearing within one year from the date of issuance of a
certificate of substantial completion, or within such longer
period as may be prescribed by law or as may be provided for
by applicable special guaranties in the contract documents.
13: Owner reserves the right to order work changes in the
nature of additions, deletions, or modifications, without
invalidating the contract, and agrees to make corresponding
adjustments in the contract price and time for completion.
All changes will be authorized by a written change order
signed by owner or by the City's designated representative
as his agent. Thechange order will include conforming changes
in the contract and completion time.
Work shall be changed, and the contract price and comple-
tion time shall be modified only as set out in the written
change' order. Any adjustment in the contract price resulting
in a credit or a charge to owner shall be determined by mutual
agreement of:the parties,before starting. the work involved in
the change.
14. (4)• Contractor's.. Termination. Contractor' may,. on
seven days written notice to owner. and the. City's. ideeignated
representative-, terminate this contract before the.coinpletion
date hereof,when..for a period. .of .thirty: days after a progress
payment is: due.through no fault of:.contractor,..the City's.
designated representative fails to issue a .certificate :of
payment therefor,or owner fails to make the payment. On
such termination, contractor may reeover from owner payment
for all work completed and for any loss sustained by him for
materials, eq=uipment, tools, or"macihery to the extent of
actual loss thereon plus loss of a reasonable profit, provided
he'canrprove such.loss and damages.
(b) Owner's Termination. Owner may, on seven .days notice
to contractor, terminate this contract before the completion
date hereof, and without prejudice to any other remedy he
may have, when contractor defaults in performance of any
provision herein, or fails to carry out the construction
in accordance with the provisions of the contract documents.
On such termination, owner may take possession of the work
site and all materials, equipment, tools,and machinery thereon,
and finish the work in whatever way he deems expedient. If
the unpaid balance on the contract price at the time of such
termination exceeds the expense of finishing the work, owner
will pay such excess to contractor. If the expense of finishing
the work exceeds the unpaid balance at the time of termination,
contractor agrees to pay the difference to owner.
15. The Contractor agrees to abide by the requirements
under Executive Order No. 11246, as amended, including
specifically the provisions of the Equal. Opportunity Clause.
16. Not less than the prevailing hourly rate of wages
as
by
found by the Arkansas Department
a court on appeal, shall be paid
of Labor, or determined
to all workmen performing
work under this contract.
17. Material Designations and Substitutions_:
(a) Where a material is mentioned in the §pecifications
by trade name -or manufacturer's.name, the same is not a
preference for said material, but the'intention of using
said name'is to establish a type -or qualityof material.
Material of othertrade namea or. of other manufacturers,
which. is the equivalent or better in type or quality, will
be accepted by the City 's..designated representative'
-11-
(b) Within thirty days. after award of the contract. the
Contractor shall submit in writing to the City's. designated
• representative a list of allmaterials which be proposea to
•
Substitute for materials- specified. :This list shall be-
accompanied;by, Such technical.data.as. .the City'.s. designated
representative may need in order to compare. the proposed
material with..the material which was specified No substitutions
shall be :made. :until written permission is given.by the City's
designated representative.
.(c) Before submitting material or: equipment for approval,
the Contractor shall ascertain that it can be installed in
,the manner indicated and in the -space` available, and that it
complies with the requirements of the contract. Failure of
-the Contractor so to do shall not relieve him of responsibility
for furnishing suitableinaterials and equipment.
(d) Should a substitution be permitted and should
the -substitute material prove defective 'or otherwise -unsatis-
factory for the -service intended, and within the guaranty
period, the Contractor shall replace this material or equip-
ment with the material or equipment specified by name.
18. This contract may be executed in several counterparts
each of which shall be considered an original.
IN WITNESS WHEREOF, the parties have executed this agreement
on the 'date first above written.
'CITY OF.FAYETTEVILLE, ARKANSAS
City Clerk
ATTEST:
By: > zenyL•L i i'. ' C
By:C2ae-€4
Mayor-
uP/
KAN-ARK INDUSTRIES, INC. �
4
teA
'
..
f" A .7 27 %4.
:rte +� - . �' p:�' f y(�Aer
o'f
f
BYJLfi"i ° r y T
Title ff _�
FAYETTEVILLE, ARKANSAS
P. 0. DRAWER F
SUBCONTRACTORS
OFFICE OF CITY CLERK
72701
RE: Renovation of Wilson Park Pool
1501 521.7700
1. Northwest Electrical, John Lindsey -. 521-4595
2. Fayetteville Plumbing & Heating, John Wyles, 521-4215
3. Masonry - John Stanley, 442-5898
4. Concrete - Slabco, Gary Langham, reach at Fayetteville Plumbing, 521-4215
5. Roofing - Richardson Roofing, 442-7708
6. Wrought Iron - Amric-Tals, Inc., Preston Sappington, 756-1291
7. Plaster - Wortman Plasterers, Marvin Wilson (Rogers), 636-3398
8. Painting - Paul Price, 442-5165
9. Fencing - To be furnished
Richard Naylor
Post Office Box 1061
Fayetteville, Arkansas 72702
Telephone: 443-7665
'S
555
•
•
Date
TO:
KAN-ARK INDUSTRIES, INC.
GENERAL CONTRACTOR
P. 0. Box 277 Telephone (5011636-5380
ROGERS, ARKANSAS 72756
3301 North Second
February 28, 1983
City Clerk
City Administration Bldg.
Fayettville, AR. 72701
RE
Renovation -of
Wilson Park Siaurming Pool
Fayettville, 'Arkansas
Gentlemen:
We are sending you today, E herewith, ❑ under separate cover,
prints each of Bonds and Insurance Certificates
covering
These drawings are being submitted:
For approval and/or correction ❑ Approved
rl For final approval ❑ Approved as noted
❑ For correction and resubmission ❑ File and distribution
1(one)
_on the above subject job.
❑
Remarks:
C. C.
Yours very truly
KAN-AR
ES, INC.
President
Fidelity and Deposit Company
HOME OFFICE OF MARYLAND BALTIMORE, MD. 21103
ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND
We. Kan -Ark Industries, Inc., P. 0. Box 2772 Rogers, AR 72756
as Principal, hereinafter called Principal, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, as Surety,
hereinafter called Surety, are held and firmly bound unto.._.. City of Fayetteville, Fayetteville,
Arkansas
as Obligee, hereinafter called Owner, in the amount of Three Hundred Forty -Four Thousand
Thirty -One and no/100
•
-Dollars ($3442031.00
for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, suc-
cessors and assigns, jointly and severally, firmly by these presents.
Principal has by written agreement dated.
February 212 1983
entered into a contract with Owner for renovation of Wilson Park Swimming Pool
which contract is by reference made a part hereof, and is hereinafter referred to as the Contract.
THE CONDITION OF THIS OBLIGATION IS SUCH, That if the Principal shall faithfully perform
the Contract on his part and shall fully indemnify and save harmless the Owner from all cost and damage
which he may suffer by reason of failure so to do and shall fully reimburse and repay the Owner all outlay and
expense which the Owner may incur in making good any such default, and, further, that if the Principal shall
pay all persons all indebtedness for labor or materials furnished or performed under said contract failing which
such persons shall have a direct right of action against the Principal and Surety jointly and severally under this
obligation, subject to the Owner's priority, then this obligation shall be null and void; otherwise it shall remain
in full force and effect.
No suit, action or proceeding shall be brought on this bond outside the State of Arkansas.No suit, action
or proceeding shall be brought on this bond except by the Owner after six months from the date final payment
is made on the Contract, nor shall any suit, action or proceeding be brought by the Owner after two years
from the date on which the final payment under the Contract falls due.
Any alterations which may be made in the terms of the Contract, or in the work to be done under it, or
the giving by the Owner of any extension of time for the performance of the Contract, or any other forbear-
ance on the part of either the Owner or the Principal to the other shall not in any way release the Principal
and the Surety or Sureties, or either or any of them, their heirs, personal representatives, successors or assigns
from their liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance
being hereby waived.
In no event shall the aggregate liability of the Surety exceed the sum set out herein
Executed on this 21st day of
February
KAN-ARK INDUSTRIES. INC
If
FIDELITY AND DEPOSIT COMPANY OF MAR AND
Surety
1983
Principal
w57N1$IS�USASS LDEN I' GENT'
C5134(AR)-250 12-77 2046
-
L. KLINEATTORNEY-INSFAGT.,._
'._✓3
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE; BALTIMO E, MD...
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corpora-
tion of the State of Maryland, by C. M. PECOT, JR. , Vice -President, and C. W. ROBBINS
Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Com
pany, which reads as follows:
"The President, or any one of the Executive Vice -Presidents, or any one of the additional Vice -Presidents specially authorized
so to do by the Board of Directors or by the Executive Committee, shallhave power, by and with the concurrence of the Sec-
retary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents, Resident Assistant
Secretaries and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on
behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and
assignments of judgments, decrees, mortgages and instruments in the nature of mortgages, and also all other instruments and docu-
ments which the business of the Company may require, and to affix the seal of the Company thereto."
does hereby nominate, constitute and appointWilliam L. Kline, Norval N. Kline, Jr., John R.
Kline, W. Michael Kline and Stephen K. Kline, all of Hutchinson, Kansas,`EACH,_
its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as
surety, and as its act and deed: any and all bonds and undertakings
n. the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said
Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged
by the regularly elected officers of the Company at its office in Baltimore, Md., in their own proper persons.
This power of attorney revokes that issued on behalf of William L. Kline, etal, dated
May 24, 1974•.
The said Assistant Secretary does hereby certify that the aforegoing is a true copy of Article VI, Section 2, of the By -Laws of
said Company, and is now in force.
IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed
their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this
15th day of June , A.D. 19__=(6"-"""
FIDELITY AND DEPOSIT COMPANY OF MARYL
TTEST:
e
A ssistant Secretary
STATE OF MARYLAND l SS:
CITY OF BALTIMO f•
On this 1 th day of June , A.D. 19 76 before the subscriber, a Notary Public of the State of
Maryland, in an for the City of Baltimore, duly commissioned and qualified, came the above-named Vice -President and Assistant
Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described
in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by -me duly sworn,
severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed
to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such
officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation.
IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my Official Seal, at the City of Baltimore, the day and year
first above written. #177. _
Pi
;E
i;% w ,aA_ Notary Public Commission Expires___AU-1-Y._1.,"._1978
4'6147 G y CERTIFICATE •
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original
Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I
do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents spe-
cially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2 of the By -Laws of
the FIDELITY AND DEPOSIT COMPANY OF MARYLAND
This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969
RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether
made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company; shall -be
valid and binding upon the Company with the same force and effect as though manually affixed " w''y� l
IN TESTIMONY WHEREOF, 1 have hereunto subscribed my name and affixed the corporate seal of the said=Company, this ---: 4. F
21st _ day of February.__ , 1983 ' ! ,i �%' I �.
74/4 ...__..._......_.__._.. -it •
r/!. �I "le..
•
-
By
Vice -President
•
aoro n:y<--`'i `fir .',. ;.! =:.
F+ 1 _ •Qr•.
p .-Z�� 'I_". .T• 1. d• • . lLAI .Y. 'i -'f.
• , moi' t' �- i.
NAME AND ADD. ESS OF AGENCY
KLINE INSURANCE AGENCY, INC.
100 South Walnut
Hutchinson, Ks. 67501
NAME Ave ADDRESS OF INSURED .
KAN-ARK INDUSTRIES, INC.
P.O. BOX 277
ROGERS, AR 72756
r
;•$/••.-
F
. o ff... MII
."? • • K
A. Le
COMPANIES AFFORDING COVERAGES
A THE -TRAVELERS INSURANCE COMPANY
OF AMERICA
COMPANY
LETTER
y� el
• _ • ' ,
-$ ..J
COMPANY B
LETTER [HE TRAVELERS INDEMNITY COMPANY
COMPANY C
LETTER PACIFICLOYERS INSURANCE
COMPANY D
LETTER
COMPANY E
LETTER L.
This is to certify that policies of insurano tis'ed below have been issued to the insured named above and are in force at this time. Notwithstanding any requirement. term or onditio
of any contract or other document with respect to which this certificate may be issued or may pertain. the insurance afforded by the policies described herein is subject to all th
terms. e:dusions and onditions of such policies. -
•
COMPANY
COMPANY
LETTER Ty PE OF INSURANCE
A
A
B
�
GENERAL LIABILITY
E
i 2 COMPREHENSIVE FORM
® PREMISES -OPERATIONS
EXPLOSION AND COLLAPSE
HAZARD
® UNDERGROUND HAZARD
• PRODUCTS/COMPLETED - '
OPERATIONS HAZARD
I al CONTRACTUAL INSURANCE -
FA BROAD FORM PROPERTY '
DAMAGE
INDEPENDENT CONTRACTORS
® PERSONAL INJURY
Q
AUTOMOBILE LIABILITY
13
33
COMPREHENSNE FORM
OWNED
HIRED
NONOWNED
EXCESS LIABILITY
UMBRELLA FORM
❑ OTHER THAN UM BRELLA
FORM
WORKERS' COMPENSATION
and
EMPLOYERS' LIABILITY
OTHER •
POLIO.' NUMBER
650-146A005-8-TIA-82
650-146A005-8-TIA-82
MO 00'92 09 A .
DKUB-146A315-8-82
POLICY
EXPIRATION DATE
7-1-83
7-1-83
7-1-83
7-1-83
%_?-•*tect. s agris .cd i -A ....r .--•=ctits XxL-kG=..tel gam.' 'Y.Lx!iYa
ESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES
Limits of Liability in Thousands (000)
EACH AGGREGAT
OCCURRENCE
BODILY INJURY
s 500 s 500
PROPERTYOAMAGE s 250
BODILY INJURY AND
PROPERTY DAMAGE
COMBINED
PERSONAL INJURY
BODILY INJURY
(EACH PERSON)
BODILY INJURY
(EACH ACCIDENT)
PROPERTY DAMAGE
BODILY INJURY AND
PROPERTY DAMAGE
COMBINED
$
$
s
$ 500
BODILY INJURY AND.
PROPERTY DAMAGE " $ 1 , 000
COMBINED
s 250
s 500
Cancellation: Should any of the above descr d policies be cancelled before the expiration date thereof. the issuing corn-
- pany.will endeavor to mail days written notice to -the below named certificate holder. but failure to
mail such notice shall impose no obligation or liability of any kind upon the company. _•
•
NAME AND ADDRESS OF CERTIFICATE HOLDER:
CITY OF FAYETTEVILLE,
FAYETTEVILLE
ARKANSAS 72701
ARKANSAS
DATE ISSUED
2-25-83
IN, INSURANCE AGENCY, INC.
AUTHORITED
RESENT A T NE
RICHARD A. NAYLOR
Route 4, Box 416
Fayetteville, Ark.
May 4, 1983
Mr. Don Grimes
City Manager
City of Fayetteville;
Interim City Hall
Fayetteville, Arkansas 72701
Dear'Mr. Grimes:
•
p
This letter is to advise you of a change that needs to be made in the height of
the bathhouse at Wilson Park. I am concerned that we will not have enough
height between the bathhouse roof overhang and the ramps to facilitate easy
access to the pool by someone pushing a wheelchair up the ramp. The wheelchair
will clear alright, but the person pushing it will have to stoop some to get
under the overhang at the pool.
It would be my recommendation that we raise the height of the walls on the
bathhouse and the outer breezeway walls by sixteen (16) inches or two blocks.
I have talked to Kan Ark Industries about this possible change and they have
given me a price of 31800.00 to raise the wall height as indicated above.
After walking around the decks and continuously looking at the bathhouse, I
feel this change would enhance the project and it's access.
If the wall heights are to be raised, it will need to be done immediately
and the City's approval of the change needs to be forwarded to Kan Ark Industries
as quickly as possible. Please advise me on this matter as soon as you can.
Sincerely,
Richard Naylor
RAN/tk
Copy to File
February 28, 1983
i X3
PAYETTEVILLE, ARKANSAS
P. 0. DRAWER F
Mr. Kenneth B. Ewing, President
Kan -Ark Industries, Inc.
P. 0. Box 2777
Rogers, Arkansas 72756
OFFICE OF CITY MANAGER
P2702 - (501) 521-7700
Dear Mr. Ewing:
This letter shall constitute your formal notice to commence work on the
Swimming Pool Renovation Project for the City of Fayetteville, Arkansas.
The contract has been signed and your bonds and insurance certificates
have been received.
We look forward to working with you on this project. Please feel free
to contact me if you have any questions or if there is any. way I might
be of assistance to you
Sincerely yours """
Donald L. Grimes
City Manager
DLG/tm
cc City Clerk
Richard Naylor
1
SPECIFICATION
RENOVATION OF THE SWIMMING .
POOL AND IT'S APPURTANCE
AT WILSON PARK
FAYETTEVILLE, ARKANSAS
Richard A. Naylor - Design Consultant
Gary L. Carnahan - Consulting Engineer
0
SCANNED
NOTICE TO PROSPECTIVE BIDDERS
The City of Fayetteville, Arkansas will accept sealed bids until 10:00
A.M. on February 15, 1983, for the re -habilitation of the Fayetteville
Municipal Swimming Pool. Bid forms and specifications may be acquired
from the City Manager's Office in the Interim City Hall located at 115
S. Church Ave.
A pre' -bid conference will be held at 3:00 P.M. on January 31, 1983 in
room 102 at the Continuing Education Center located on the corner of
East Ave. and Center Streets.
Questions regarding the plans and specifications should be referred to
Mr. Richard Naylor, Consultant at 501-443-7665.
The Municipal Swimming Pool is located on the corner of Park and Louise
Streets. All prospective bidders should inspect the swimming pool prior
to bidding and become familiar with all conditions to be encountered.
All bids must be accompanied by a five (5) percent bid bond. Also a 100 per-
cent performance bond is required on this job. Only licensed Arkansas
Contractors may bid on this job.
All bidders are required to follow all the requirements of equal
employment opportunity as required• by Federal Laws and Regulations.
Bidders are encouraged to hand carry their bids to the City Manager's
Office by 10:00 A.M. on February 15, 1983 at which time the bids will
be opened and tabulated.
Sturman Mackey
Purchasing Officer
(Publish in Northwest Arkansas Times on January 26 and February 2, 1983.)
I
INFORMATION FOR BIDDERS
Bids will be received by the City of Fayetteville, Arkansas (here-
in called the "OWNER"), until 10:00 A.M. Tuesday, February 15, 1983
at the Chamber of Commerce Building on Mountain Street in downtown
Fayetteville. Bids will be received by an agent of the City of
Fayetteville at the office of the City Manager prior to the Tuesday
bid date.
Each bid must be submitted in a sealed envelope, addressed to "The
City of Fayetteville" at "The Chamber of Commerce Building, Fayetteville
Arkansas". Each sealed envelope containing a bid must be plainly
marked on the outside as "Bid for the Renovation of the Wilson Park
Swimming Pool and it's Appurtances" and the envelope should bear on
the outside the name of the bidder, his address, his license number
(if applicable) and 'the name of the project for which the bid is
submitted. If forwarded by mail, the sealed envelope addressed to
the owner at "Office of the City Manager, City of Fayetteville,
Fayetteville, Arkansas."
All bids must be made on the required bid form. All blank spaces
for bid prices must be filled in, in ink or typewritten, and the
bid form must be fully completed and executed when submitted. Only
one copy of the bid form is required.
The Owner may waive any in ormalities or minor defects or reject any
and all bids. Any bid may be withdrawn prior to the above scheduled time
forthe opening of bids or authorized postponement thereof. Any bid
received after the time and date specified shall not be considered.
No bidder may withdraw a bid within 60 days after the actual date of
the opening thereof Should there be reasons why the contract cannot
be awarded within the specified period, the time may be extended by
mutual agreement between the Owner and the Bidder.
Bidders must satisfy themselves of the accuracy of the estimated
quantities where given in the bid schedule by examination of the
site and a review of the drawings and specifications including
Addenda. After bids have been submitted, the Bidder shall not assert
that there was a misunderstanding concerning the' quantities of work
or of the nature of work to be done.
The Owner shall provide to Bidders, prior to bidding, all information
which is pertinent to, and delineates and describes, the land owned
• and the rights -of -way acquired or to be acquired.
The Contract Documents contain the provisions required for the con-
struction of the project. Information obtained from an officer,
agent, or employee of the Owner or any other person shall not affect
the risks or obligations assumed by the Contractor or relieve him from
fulfilling any of the conditions of the contract.
1-I
Each bid must be accompanyied by a bid bond payable to the Owner
for five percent of the total amount of the bid. As soon as the
bid prices have been compared, the Owner will return the Bonds of
all except the two lowest responsible bidders. When the agreement
is executed the bonds of the remaining unsuccessful bidders will
be returned. The bid bond of the successful bidder will be ret-
ained until the payment bond and :the performance bond have been
executed and approved, after which it will be returned. A cert-
ified check may be used in lieu of a bid bond.
The performance bond and a payment bond, each in the amount of 100
percent on the Contract price, with a corporate surety approved by
the Owner, will be required for the faithful performance of the
contract.
Attorney's -in -fact who sign bid bonds or payment bonds and per-
formance bonds must file with each bond a certified and effective
dated copy of their power of attorney.
The party to whom the contract is awarded will be required to
execute the agreement and obtain the performance bond and payment
bond within ten (10) calender days from the date when Notice of
Award is delivered to the bidder. The Notice of Award shall be
accompanied by the necessary agreement and bond forms. In case of
failure of the bidder to execute the agreement, the Owner may at
his option consider the bidder in default, in which case the bid
bond accompanying the proposal shall become the property of the
Owner's.
The Owner within ten (10) days of receipt of acceptable performance
bond, payment bond and agreement signed by the party to whom the
agreement was awarded shall sign the agreement and return to such
party as executed duplicated of the agreement. Should the Owner not
execute the agreement within such period, the bidder may by written
notice withdraw his signed agreement. Such notice of withdrawal shall
be effective upon receipt of the notice by the Owner.
The notice to commence work shall be issued as promptly as possible
and not later than ten (10) dyas of the execution of the agreement
by the Owner. Should there be reasons why the notice to commence
work cannot be issued within such period, the time may be extended
by mutual agreement between the owner and the contractor. If the
notice to commence work has not been issued within ten (10) days
or within the period mutually agreed upon, the contractor may ter-
minate the agreement without further liability on the part of either
party.
The Owner may make such investigations as he deems necessary to
determine the ability of the bidder to perform the renovation work
required, and the bidder shall furnish to the owner all such informa-
2-I
tion and data for this purpose as the owner may request. The owner
reserves the right to reject and bid if the evidence submitted by,
or investigation of such bidder fails to satisfy the Owner that such
bidder is properly qualified and experienced to carry out the obli-
gations of the agreement and to complete the work specified herein.
A conditional or qualified bid will not be accepted.
Award will be made to the lowest responsible bidder experienced in
this kind of construction renovation.
All applicable laws, ordinances and the rules and regulations of all
authorities having jurisdiction over construction of the project
shall apply to the contract throughout.
Each bidder is responsible for inspecting the site and for reading
and being thoroughtly familiar with the contract documents. The
failure or omission on any bidder to do any of the foregoing shall in
no way relieve any bidder from any obligation in respect to his bid.
Further, the bidder agrees to abide by the requirements under Exec-
utive Order No. 11246 as ammended, including specifically the pro-
visions of the equal opportunity clause.
The low bidder shall supply the names and addresses of major mat-
erial suppliers and contractors when requested to do so by the Owner.
Inspection trips for prospective bidders will be made by the Owner's
Agent by appointment at mutually convenient times.
The design consultant is Richard Naylor. His address is Route 4,
Box 416, Fayetteville, Arkansas, 72701. His telephone number is
443-7665 or 442-8932.
3-I
Fidelity and e osit Company
HOME OFFICE OF MARYLAND BALTIMORE, MD. 21203
BID BOND
KNOW ALL MEN BY THESE PRESENTS:
IThat we.........Kan-Ark_.Industries_,_. Ine:.,._,P-:---0.---Box..277..- Rogers, -.AR7.2756-------------------------------
. _ ........._..._...._.......__._......................._........_...............------------------------------..__........--------- . ....------- ... -----------------
.-.....-..-..-....................................-...._..-------•------•---., as Principal, (hereinafter called the "Principal"), and
I the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, of Baltimore, Maryland. a corporation duly organized -
under the laws of the State of Maryland, as Surety, (hereinafter called the "Surety"), are held and firmly bound
unto.......-. City-- of-- Fayetteville,.. Arkansas.------------------------------------------------_---------------- -
----- . . --.............. ... .. .- --- --- -------------.........--------------------------M----------------------- ---------------------------------
------------------------- --------------------.............................._--------------------------as Obligee, (hereinafter called the "Obligee"),
in the sum of. ...Five._kexCeztt.._L57d..of_.Che._Am9itn _..9f...the_ 13-id.._...............Dollars ($-------------------------...),
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves,
our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for_..._ renovation. -of_. swimming. -pool-- in ...................
Wilson Park, Fayetteville, Arkansas
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into
a contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be
specified in the bidding or contract documents with good and sufficient surety for the faithful performance of
such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the
event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal
shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said
bid and such larger amount for which the Obligee may in good faith contract with another party to perform
the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect.
Signed and sealed this.-- -- ... ..... 15th.....-- ----------..day of.........February-------....----.....A.D. 19-8.1---
LLfe/ ...
/ ----
Witness
1!'PT TTT,I ll T]
FIDELITY AND DEPOSIT COMPANY -0F MARYLAND
Surety
B -�... £.... ..(SEAL)
--................ `� y. ...
ATRI CIA J. ORTE 0 VAL N . KLINE , JR. Tstte r
C325d-150M. 10-80 211828
Approved by The American Institute of Architects.
A.I.A. Document No, A-310 February 1970 Edition.
ATTORNEY —IN -FACT . =_
fay
rA
Uz
O�
a
rl
Oi
o A
IE 40 37VHSW NO
W a' c $ roN
O
W U
IT Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE; BALTIMORE, MD.
KNOW ALL MEN By THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corpora-
tion of the State of Maryland, by C. M. PECOT, JR, , Vice -President, and C. W. ROBBINS
Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Corn
pany, which reads as follows:
"The President, or any one of the Executive Vice -Presidents, or any one of the additional Vice -Presidents specially authorized
so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Sec-
retary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents, Resident Assistant
Secretaries and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on
behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and
assignments of judgments, decrees, mortgages and instruments in the nature of mortgages, and also all other instruments and docu-
ments which the business of the Company may require, and to affix the seal of the Company thereto."
does hereby nominate, constitute and appoint William L. Kline, Norval N. Kline, Jr. , John R.
Kline, W. Michael Kline and Stephen K. Kline, all of Hutchinson, Kansas
its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as
surety, and as its act and deed: any and all bonds and undertakings.. r 1 1 1 1 . . . , ..III 1111.
And the such bonds or undertakings in pursuance of these presents, shall be as binding upon said
Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged
by the regularly elected officers of the Company at its office in Baltimore, Md., in their own proper persons.
This power of attorney revokes that issued on behalf of William L, Kline, etal, dated
May 24, 1974,,
The said Assistant Secretary does hereby certify that theaforegoing is a true copy of Article VI, Section 2, of the By -Laws of
said Company, and is now in force
IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed
their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this
_--------------_----15th.--------......---------.day of--------------------------------------------------------,A.D.n19--1-6----
,� FIDELITY AND DEPOSIT COMPANY OF MARYLAND
.� m r TTEST:By
4y.rv✓e
Assistant Secretary Vice -President
STATE OF MARYLAND l ss:
CITY OF BALTIMO J
On this 15th day of June , A.D. 19 76 , before the subscriber, a Notary Public of the State of
Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above -named Vice -President and Assistant
Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and. officers described
in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn,
severally and each for himself deposeth and with, that they are the said officers of the Company aforesaid, and that the seal affixed
to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such
officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of Baltimore, the day and year
first above written. OA t
jaa`=f NOTARYyy,s /,/n//�.//-/ o � ///�[/7/�/7rI
„ ----_ _Oy(J4�-_-_/_.....<.y ":f"_.
ti;9jLP�LI f;ja Notary Public Commission Expires-July.a.-__1978
4~ORE 0o CERTIFICATE
Mrmm
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original
Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I
do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents spe-
cially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2 of the By -Laws of
the FIDELITY AND DEPOSIT COMPANY OF MARYLAND
This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969
RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether
made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall -be
valid and binding upon the Company with the same force and effect as though manually affixed." *�,.\'y;/- r;`r
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the saidCompany,-this tt
15th February 83 <;.
.__......day o----------------------------------------------------------, 19�
.-.. . l
NOTICE TO PROSPECTIVE BIDDERS
ISSUED FEBRUARY 2, 1983
Revised Legal Advertisement for competitive bids for the Fayetteville Municipal
Swimming Pool Rehabilitation Job.
All bids are to be delivered no later than 10:00 a.m. on February 15, 1933 CDT
to Room 409, Continuing Education Center, Fayetteville, Arkansas, located at the
corner of Center Street and East Avenue.
The city reserves the right to accept or reject any or all bids, waive formalities
in the bidding and to make a bid award deemed to be in the best interest of the
City.
This notice supersedes the previous advertisement on this project as regards to
the location of the bid opening only.
Sturman Mackey
Purchasing Agent
City of Fayetteville
(Publish in Northwest Arkansas Times on February 4 and 6, 1983.
' BID
Proposal 'of Kan -Ark Industries, Inc. (hereinafter
called "Bidder"), organized eiid existing under the laws of the State
J;.
f
1.
of j Kansas
Kan -Ark Industries, Inc.
doing business as
•
To the City of Fayetteville, Arkansas (hereinafter called "Owner").'
In compliance with your Advertisement for Bids, Bidder hereby proposes
to perform all work for the renovation of the "Wilson Park Swimming
Pool and it's Appurtances", in strict accordance with the Contract
Documents, within the time set forth, therein, and at the prices stated
below.
By submission of this Bid, each Bidder certifies, and in the case of
joint Bid •each party thereto certifies as to his own organization, that
this Bid has been arrived at independently, without consultation, or
agreement as to any matter relating to this Bid with any other Bidder or
with any competitor.
'Bidder hereby agrees to commence Work under this contract on or before
March 1, 1983, if all documentsIare executed and a Notice to Commence
Work has been received by the Bidder from the Otter. The Bidder hereby
agrees to fully complete the project by June 1, 1983. Bidder further
agrees to pay as liquidated damenges, the sum of $30O.00 for each con-
secutive calandar day thereafter as provided in the General and Suppli-
mentary conditions.
Bidder acknowledges
receipt of the
following Addendum
1,2,3, & 4
':-Bidder agrees to perform all the work described in the Contract Documents
for the following individual item prices of which the City of Fayetteville
may take part or all to make up a lump sum bid:
BID SCHEDULE
Item Bid Price
1 Demolition and removal of all concrete, decking
• ,
3•
'5„Cl C'rU
4-
t •�' 4.
..
5.
•..
I
retaining walls, block wells, fencing, and front
of existing bathouuse as indicated on the plans.
Nine thousand four hundred
ninety-one dollars $ 9,491.00
(words)
Sandblasting of interior pool structure, saw cut-
ting and removal of top of existing pool beam,
repair of floor structural failure, new gunite/
concrete structure, new formed and cast in place
gutter lip, ceramic tile, interior plaster finish,
new main drain •system,'new deck equipment, new pool
plumbing, new pool circulation fittings, and new
surge tank. One hundred ten thousand
$ four hundred dollars $110,400.00
(words)
Construction of wading pool and its associated plumbing
and fittings.
Nine thousand five hundred
$ ninety-eight dollars $ 9,598.00
Construction of new concrete decking with all
associated beams, footings and structural members
including site grading as required.
Forty seven thousand eight
$ Punk ed seventy dollars $47,870.00
words.
Renovation of existing bathhouse including install-
ation of new fixtures, new east wall, all interior
partitions, new roof structure, new suspended ceil-
ing, new flourescent lighting, sandblasting of all
metal roofing and sealing with Poly Seal, sanding,
painting -'and repair of ekiating eindora, painting'
rand sealing of both of the outside And inside of
bathhouse,:repair o'f(exioting plumbing lines in
pipe Nchase, installation of one turbine and one -
power roof vent in each side of bathhouse, and
construction of new cashier's and basket room in-
cluding site preparation.
Eighty-six thousand three hundred
$ thirty two dollar's, $ 86,332.00
(words)
•1_
, • a •,• if! •, .
t
1
I• •s, '•• ..
I •
t• r.
p1
>i�r"r'aa.bVi Vin:.
6. Work to include sandblasting and rust rem-
oval, cleaning and painting of all metal
piping, fittings, tanks, and pumps in pool
equipment room; removing of old filter media
in filter tanks, application of two coats
bitumastic tank coating or equal, and refil-
ling of tanks with new filter media; repair
and painting of old water level tank (repl-
ace by change order if found to be unusable).
• Four thousand three hundred
$ ninety six dollars
7. Installation of chain link fencing with three
wire security barrier and all gates as req-
uired.
Seven thousand two hundred
$ fifty two dollars
8. Alter roofs on equipment building and concessions
stands to match .roofs on bathhouse.
Nine thousand three hundred
$ sixty nine dollars
9. Installation of redwood decking at east end of
swimming pool including setting of posts and
sealing of all redwood.
Fourteen thousand nine hundred
$ thirty-two dollars
10
i
Installation of wrought iron fence on redwood
deck and around wading pool.
Six thousand three hundred
eighty-three dollars
Renovation of existing concessions stands by
installing sink; S gallon hot water heater,
running of necessary water and sanitary sewer
line, removal of old door and installation of
new door per plane, installaton of new service
counter and window,` installation of one turbine
and one power vent in roof, repainting of ext-
erior and interior of building.
Four thousand five hundred
$ sixth six dollars
TOTAL OF BID . . . . . . . . . . . . • . • . . . . .
$ 4,396.00
$ 7,252.00
$ 9,369.00
$ 14,932.00
$ 6,383.00
$ 4,566.00
4 310,589.00
12. Installation of swimming pool and deck lighting as shown, on
the plans, sheet no. 16. Include all wiring, electrical
connections, poles, junction boxes, switches, lighting
fixtures, and labor to eomplete the pool and deck
lighting.
Twenty one thoudand three hundred
$ sixty four dollars
(words)
13
, 5..1 .LYE
1 11
-.. t
' - t
•„
14
Y IiJ e, r_
y
•..
•
, ,-
To saw cut existing swimming pool structural wall and
install new stainless steel gutter system as manu-
factured by Paddock Pool. Equipment Co., Rock Hill,
South Carolina in accordance with their specifications
aild plans. Includes deleting piping as shown on pool
mechanical plan, sheet 7 with the exception of the
main drain and wading pool lines. Plumbing lines will
have to be furnished from gutter system and return
system to pool equipment. Includes required concrete
back up of gutter system.
$ NO BID
(words)
In lieu of item no. 2 of these bid documents, sand-
blast interior pool surfaces, saw cut and remove top
of pool wall beam, drill and dowel into place new
steel dowels, tie in beam steel, and pour or gunite
new top wall beam into place. Repair floor structural
failure, install new mechanical plumbing, new pool
fittings, new surge tank, new form'e`d and cast in place
.gutter, ceramic tile for gutter, interior plaster
'finish and new deck equipment. Contractor to furnish
his own engineered 'drawings atd specifications as to
how this work is to 'be accomplished.
�$ -- NO BID
(words) ,
$ 21,364.00
$ NO BID.
$ •N O .B I_D
Provide new intergrated electronic automatic pool
water treatment system equal to-STRANCO of Bradley,
Ill. Model 390R including all necessary piping, wiring,
and installation costs.
Twelve thousand seventy
$ eight dollars $ 12,078.00
(words)
1
f. .v�. x•w a IY k
•Yr. . i
4 •
. Respectfully submitted:
• '2j '-
: yb�t,',1r
,Az l Kan -Ark Industries, Inc.
s : k Signatu
/Pr' ent
i •'
Title
ry #
82-1964
.1
���"'-i,•` a , License No. (If Applicable)
I
r
iF •..
• .:,
• y'
' , y
ILr�\ y
:
% `•„ ..I.-} , + (Seal-Zf Bid is by Corporation)
;• �,. n_, ,ate• `. I f�
Attest o
^'IyL1.rYY 41 ii }f lS.il a
} l� r4
Y
1
Ae tC} , y.f.
{ �{Jt{},
1 ,Ny rw,h Stititi FFFFFF I. ) J
w. [
11l S J •'r.J NIFr. (R l�,_Sr fi \
•J4''.e, i�l.il 'L 4l�alrlxu
i. ill i�y1^!f JMIJG+` �M r� 1 �i I•�.I
1 '..'i • 1! 1 1 1 CYpI
sad a+ 8 4fe
4i!a.
1 ��
w „r °.'1JV
9 Y t 8
Vol r q
e+r'.�+fr•� r•
J�
1 j i� ,'
j
a. "'
1 i
;t f r J ; kzrr, .
U
1:Jr{mot "- k'`? rx
P.O. Box 277, Rogers, AR. 7275E
Address
February 14, 1983
Date
Y
ADDENDUM #2
Renovation of •the Swimming Pool and It's Appurtance at Wilson
Park, Fayetteville, Arkansas.
I"Specification for the application and
Installation of the Gunite/Concrete walls
and floor"
A. Guniting (Pnuematically applied concrete) and shotcreting
shall, for the purpose of this specification be considered as
approved method for constructing the new walls, floors and beam
of the swimming pool.
B. Gunite sand shall consist of clean, hard, sharp particles
and moisture content shall not exceed 5% and the sand shall be
well graded in size.
Proportions shall be one part cement to four parts gunite sand
by volume mixed dry for a period of not less than one minute
after materials have been added. Hydration shall occur at the
nozzle of the cement gun, using just enough water so that no
slump shall occur in the gunite. The cement gun shall be equip-
ped with an air pressure, gauge and the air pressure at the end
of the gun shall not be less than 45 PSI nor more than 70 PSI
when the hose is 200 feet in length or less. Air pressure shall
increase five (5) pounds for each additional 50 feet of material
hose used, but not more than 300 feet of material hose shall be
used. Water pressure at the nozzle shall be maintained at not
less than 15 PSI greater than the air pressure at the gun. The
structurial gunite shall be applied against original undisturbed
soil , thoroughly compacted earth, or suitable forms that will
not yield during application of the gunite. Surfaces upon which
the gunite is to be applied shall be shot at a right angle to the
surface, starting at the bottom and continuing upward. it will be
built up in layers of thickness that will not slump, allowing
sufficient time between the placing of layers for initial set to
take place. All loose fine aggregate or rebound shall be removed
from the surface being gunited before placing succeeding layers anc
whenever possible, the first layer shall entirely cover the rein-
forcing steel in to secure it into position.
When the gunite operation must be bolted for any extended period
of time an eighteen to twenty-four inch tapered lap joint shall
be provided. The joint area shall be covered with burlap that is
kept damp until the guniting operation is resumed. This is esp-
ecially necessary when the air temperature is above 60 degrees
and/or the humidity is less than 50%.
U.
IC. If shot-creting is the method of concrete placement, con-
crete material shall be batch plant mixed and delivered to the
I site by ready -mix in a slump not to exceed 2 inches. Concrete
mix shall be as follows per yard of concrete; 8 sacks Portland
cement; 220 pounds of sharp sand; 500 pounds 3/8" minus pea
' gravel; 3 oz. if.pozzolite add mixture. •Nozzleman "shall control
only the air volume when shotcreting. Placing of material against
wall shall be same as under guniting section B.
I Richard Naylor
Rt 4 Box 416
Fayetteville, AR
I
■C.
IADDENDUM #3
"Renovat-ion of the Swimming Pool and It's Appurtance at 14ilson
Park, Fayetteville, Arkansas."
A. Change place of bid opening to
I University of Arkansas Continuing Education Center
Room 409. Time and date of bid opening to remain
at 10:00 A.M. Tuesday morning, February 15, 1983.
.Richard Naylor
Rt 4 Box 416
Fayetteville, AR
I
I
ADDENDUM Ik 4
I "Renovation of the Swimming Pool and It's Appurtance at Wilson
Park, Fayetteville, Arkansas."
Add t.o Deck Equipment Specifications:
Contractor to furnish and install 2-16ft aluminum diving boards
equal to recreation No. 92165. Aluminum boards. shall be 16 feet
in length, diving board shall consist of 7 - "I -Beam" extrusions
1 5/8" in thickness for 16' boards. The top surface shall be 2
coats of sani-tread. Sides and bottom surfaces - 1 primer coat
and 1 finish coat. The board shall carry manufacturer's one year
limited warranty. Maxiflex and Dura-flex aluminum boards are
acceptable alternates to this specification.
IRichard Naylor
Rt 4 Box 416
Fayetteville, AR 72701
I
I
SUPPLEMENTARY CONDITIONS
SUPPLEMENTARY CONDITIONS
1. CONFLICTS WITH GENERAL CONDITIONS. a. The following supplements
modify, change, delete from or add to the "General Conditions of the
Contract for Construction". Where •and Article of the General Condit-
ions is modified by these supplements, the unaltered provisions of
that Article, Paragraph, Subparagraph or Clause shall remain in effect.
b. Where provisions of the General Conditions relate in general
to the work of the Contractor and Subcontractors, thes Paragraphs are
modified in Division 1, GENERAL REQUIREMENTS of the Specifications.
2. ADMINISTRATION OF THE CONTRACT, a. The duties of the owner's
agent which are set forth in Subparagraphs may be assumed and exer-
cised by the Owner, and all of the rights of the Owner's Agent under
these Subparagraphs shall insure to the Owner and be exercised by the
Owner.
b. The Owner's Agent periodic visits to the site as called for
under the general conditions of this contract will be as required at
times designated by the Owner, unless additional visits are specifi-
cally authorized by the Owner.
c. The word "Owner's Agent" shall be changed to read "Owner"
whenever it appears. Ther Owner shall have all of the rights which
the Owner's Agent would have had under these changed Articles and
Subparagraphs.
d. Subparagraph 2.2.12, the last sentence of Supparagraph 2.2.19
and Paragraph 7.8 and 7.9 are hereby deleted.
3. DEFINITION OF "OWNER'S AGENT'. Since the Owner will assume certain
of the duties of the Owner's Agent as set forth where the word "Owner's
Agent" apperars in Divisions 1 thru 16 of the Specification it refers to
the Owner's Agent or to the Owner as applicable.
4. DELAYS AND EXTENSIONS OF TIME. a. An extension of time for com-
pletion of the work will be granted on account of rainfall, snow or cold
weather during the contract time. One day of extra work time shall be
allowed for any day lost to inclimate weather.
b. If it is not possible to obtain certain materials when needed
and the Contractor submits evidence that he isssued purchase orders
and/or subcontracts immediately following execution of the Contract with
the Owner and that he and his subcontractors have made every reasonable
effort to obtain the materials when or before needed, delays in completion
due to inability to obtain such materials will be acknowledged as being
"beyond the Contractor's control".
1-S
5. CONTRACTOR'S INSURANCE. a.. Contractor's insurance shall be car -
Iried by a company or companies licensed to do business in the State of
, Arkansas.
b. The Contractor shall maintain liability insurance and shall
file certificates' of insurance with the Owner as required in the GENERAL
CONDITIONS. The limits of liability of such insurance shall be not less
than the following:
1. Workmen's Compensation and Employers Liability:
Workmen's
Compensation
- as required
by the
State of
Arkansas
Employer's Liability - $100,000 each accident
2. Contractor's Liability - Comprehensive:
General Liability form
Includes (a) premises and operations, (b) independent
contractors, (c) completed operations and products,
(d) elevator liability, (e) contractual liability,
(f) explosion and collapse hazard, (g) underground
hazard, and (h) broad form porperty damage.
Bodily Injury - 6500,000 each occurrence, $500,000
aggregate
Personal Injury - $300,000 each person aggregate,
$500,000 general aggregate
Property Damage - $100,000 each occurrence, $200,000
aggregate
3. Comprehensive Automobile Liability:
Includes owned, non -owned and hired vehicles
Bodily Injury - $300,000 each person, $500,000 each
accident
Property Damage - $100,000 each occurrence
c. Failure to file certificates, or acceptance by the Owner or
Owner's Agent of certificates of insurance which do not indicate the
specified coverage shall in no way relieve the Contractor of his res-
ponsibility for maintaining insurance as specified above.
6. PROPERTY INSURANCE. a. Property insurance will be carried by the
Owner as specified in the GENERAL CONDITIONS. If by the terms of this
insurance any mandatory deductibles are required, or if the Owner should
elect to increase the mandatory deductible amounts or purchase this
insurance with voluntary deductible amounts, the Owner shall be respon-
sible for payment of the amount of the deductible in the event of a paid
claim.
2-S
7. MATERIAL DESIGNATIONS AND SUBSTITUTIONS. a. Where a material
is mentioned in the Specifications by trade name or manufacturer's
name, the same is not a preference for said material, but the inten-
tion of using said name is to establish a type or quality of material.
Material of other trade names or of other manufacturers, which is the
equivalent or better in type or quality, will be accepted by the
Owner's Agent.
b. Within 30 days after award of the Contract the Contractor
shall submit in writing to the Owner's Agent a list of all materials
which he proposes to substitute for materials specified. This list
shall be accompanied by such technical data as the Owner's Agent may
need in order to compare the proposed material with the material which
was specified. No substitutions shall be made until written permis-
sion is given by the Owner's Agent.
c. Before submitting material or equipment for approval, the
Contractor shall ascertain that it can be installed in the manner indic-
ated and in the space available, and that it complies with the require-
ments of the Contract. Failure of the Contractor so to do shall not
relieve him of responsibility for furnishing suitable materials and
equipment.
d. Should a substitution be permitted and should the substitute
material prove defective or otherwise unsatisfactory for the service
intended, and within the guaranty period, the Contractor shall replace
this material or equipment with the material or equipment specified by
name.
8. CONTRACT TIME. a. The Contract Time is defined in the GENERAL
CONDITIONS.
b. The Contractor shall commence work under the Contract on or
before the date specified in the Contract and shall substantially
complete all work within consecutive calendar days thereafter.
C. If the Contractor fails to complete the work within this time
or any agreed extension thereof, he shall pay to the Owner as liquidated
damages, fixed and agreed, and not as a penalty, the sum of $300.00 for
I. each such calandar day of delay of the work, which sum shall be withheld
by the Owner from payments due to be made to the Contractor by the Owner
under the terms of the Contract however, the Contractor shall receive
I. from the owner, and amount of $300.00 per day for each day prior to the
scheduled completion date of June 1, that the project is complete in
advance of that date.
d. The Contractor shall increases his forces, work overtime,
double shifts, or take other measures necessary in order to protect
the work or to complete certain portions or all the work within the
S. established time limits.
S
9. USE OF BUILDING BY OWNER. a. The Owner shall have the right to
take possession of any use any complete or partially completed portions
of the work included under th Contract whether or not the time for com-
pleting the work has expired, provided the Owner:
1. Secures the written consent of the Contractor, except in the
event, in the opinion of the Owner's Agent, the Contractor is
chargeable with unwarranted delay in completion of the work.
2. Secures consent of the property insurance carrier and consent
of the Surety permitting occupancy of the building or use of
the project during the remaining period of construction with
out cancellation or lapse of insurance or bond on account of
such occupancy.
b. Possession or use of any part of the work, prior to final ac-
ceptance and payment, shall not constitute and acceptance of the work
taken or used.
c. If such use prior to the Contract time for completion increases
the cost of the work or delays its completion, the Contractor shall be
entitled to extra Compensation or extension of time, or both. The
Contractor's claim for such extra compensation shall be in writing, with
vouchers and other supporitng data attached.
d. After the Contract time for completion has expired, the Cont-
ractor shall not be entitled to extra compensation or extension of time
due to such use, neither shall the amount of the liquidated damages be
reduced because of the partial use or occupancy.
10. MATERIALS OR EQUIPMENT STORED OFF THE SITE. The Owner may pay for
materials and equipment stored off the site as provided for in Paragraph
9.3.2 provided, the Contractor meets the requirements of the Owner's
written conditions of such payment.
11. PAYMENT. a. On or about the tenth day of each month, Owner will
make progress payments on account of the Contract Sum to Contractor in
the amount of ninety percent of the proportion of the Contract Sum
properly allocable to labor, materials and equipment incorporated in the
work and one hundred percent of the portion of the Contract Sum properly
allocable to materials and equipment suitable stored at the site or at
some other location agreed upon in writing by the parties, up to the
first day of that month, less the aggregate of previous payments in each
case. All sums withheld by the Owner will be held in escrow.'
b. At any time after 50% of the work has been completed, if the
Owner's Agent finds that satisfactory progress is being made, and with
written consent of the Surety, the remaining partial payments will be
made in full and the payment upon substantial completion will be increased
from ninety to ninety-five percent.
4-S
c. Final payment, constituting the entire unpaid balance of the
Contract Sum, shall be paid by Owner to Contractor ten days after
Substantial Completion of the work unless otherwise stipulated in the
Certificate of Substantial Completion, provided the work has then been
completed, Contract fully performed and a final Certificate for payment
has been issued by the Owner's Agent.
12. RECORD DOCUMENTS. The contractor's attention is directed to
Paragraph 4.11.1 of the GENERAL CONDITIONS which requests accurate record
keeping of changes made during construction and the delivery of these
records to the Owner at completion of the work.
13. OVERHEAD AND PROFIT. For the purposes of this Contract a reason-
able allowance for overhead and profit as defined in Paragraph ].2.1.4
shall be 10% for overhead and 10% for profit.
14. WAGE RATES. The requirements of Act 74 of 1969 of the General
Assembly of the State of Arkansas apply on this project. Arkansas Wage
Determination, which establishes the current prevailing wages to be
paid on this project, is contained herein.
15. USE OF THE TERM "ARCHITECT" OR "ENGINEER" IN THE GENERAL CONDITIONS.
Use of the term "Architect" or Engineer" when used in the Contract
Specifications, or General Conditions shall mean to imply "Owner's
Agent".
11
I'
I
5-S
_of 3 ARKANSAS DEPARTMENT OF LABOR
PREVAILING WAGE DETERMINATION -HEAVY CJ:unnu;r:JN
D.'�TE• January 24, 1983 82-49
pgJJ3Ci; Rehabilitation of Swimming CJJi111 i'iATE.4iDE
Pool and Bath House cXPinAsJ,J Odic: 5-24-83
Wilson Park
Fayetteville
Washington County
I
a
)A a. i EJUcatlon
3JURLY i and/or
RATE. d Pensions Vaci;ion hppr. Tr.
Bricklayers $6,40
Carpenters 6.43
Concrete finishers 6.40
Electricians 7.75
IRON43RKERS:
structural •5.60
Reinforcing _ 4.30
LAJORERS:
Air cool opara4or 4155
Aspndic neater operator 4.55
Aspnalt raker 5.20
Carpenter Helper 4.65
Chain saw operator 4.65
Cne:ker Trade 4.30
Concrete finisngr neipzr 4.65.
Concrete joint sealer 4.65
Concrete sdw operator 4.65
Form setter 4.30
Lauorer 3.63
Pipelayer 4.30
Powder.ndn 5.60
Vibrator:nan 4.55
Painter 5.63
Pile driver leadman 5.53
?O.JZR EQJIPAENT JPERATJRS:
Agredate spreader op. 5.10
Aspnalc plant fire,nan 4.30
Aspnait drier operator 4.33
3acca plant operator -5,10
BULLDOZER JPERATJRS:
Finish 5.15
Rou3n 5.35
Bull float operator 4.95
Concrete curing :aacnine op.5.20
Co:CAETE IIIXER OPERATOR:
4.05
Less than 5 sacra
5 sacks or over 5.5J
Bac:cnoe op.-rubbertired
(1 yard or lass) 5.35
C;ierry picker operator 5.35
Concrete paver operator 5.33
/ - 7-a'3 _.
A
Page ?of 3 ARKANSAS DEPARTMENT OF LABOR
PREVAILING WAGE DETERMINATION -HEAVY CO.NSTRUCTIOEI
DATE: January 24, 1983 DETERMINATION 9 82-49
PROJECT: Rehabilitation of Swimming Poo__STATEWIDE
and Bath House EXPIRATION DATE: 5-24-83
Wilson Park
Fayetteville
Washington County
BASIC H
HOURLY b
RATE W
Concrete spreader op. 5.90
CRANES, DERRICK, JRAGLINE,
SHOVEL, BACKHOE OPERATORS:
1-1/2 yard or less 6.15
Over 1 1/2 yard. 6.40
Crusher operator £.95
Distributor operator £4.95
Drill operator (wagon or
truck) 5.35
Elevating grader operator5.90
Euclid or like equipment
op. (bottom or end dump)4.80
I. Finisning machine operator 5.35
Forklift operator 4.45
Form grader operator £.45
FRONT END LOADER OPERATOR:
Finish . 5.90
Rough 5.35
I. Hydro seeder operator 4.80
Mechanic 6.15
Mechanic helper 4.80
MOTOR PATROL OPERATOR:
Finish 6.15
Rough 5.35
Mulching machine operator 4.30
Oiler and greaser 5.60
Pug Mill operator 4.55
�� Roller op. (self-propelled)4.80
SCRAPER OPERATORS:
Finisn 6.15
Rough. 5.35
Sod slicing macnine op. 4.40
Stabilizer mixing machine £.95
TRACTOR OPERATORS:
Crawler type £.80
Farm and wheel 4.55
Wheel type (with attach-
e ments 1 yard or under) 4.95
Trenching macnine operator4.95
Education
and/or
Pensions Vacation Appr. Tr.
Paoe 3 of .3 ARKANSAS DEPARTMENT OF LABOR
PREVAILING WAGE DETERMINATION -HEAVY CONSTRUCTION
DATE: January 24, 1983 DETERMINATION a 82-49
PROJECT: Rehabilitation of Swimming Poo)CJJJTY _TATEAIDE
and Bath. House, Wilson Park EXPIRATIJN DATE:-tv-8
Fayetteville
Washington County
BASIC. . H Education
HOURLY & and/or
RATE W Pensions Vacation Appr. Tr.
STONEMASONS 6.40
TRUCK DRIVERS;
Distributor truck drvr.4.80
Semi -trailer 4.80
Lowboy driver 5.35
Transit mix trucic driver 4.$0
Truck driver (heavy -max-
imum pay load in excess
of 3000 lbs.) 4.55
Truck driver (light-:nax-
imum pay load 3000 lbs.)4.30
4ELL DRILLERS 6.15
dELUERS - receive rate prescribed for
craft performing operation to which
welding is incidental.
I
Page=of 1• ARKANSAS DEPARTMENT OF LABOR
PREVAILING WAGE DETERMINATION -BUILDING RATE
IDATE:. January 24, 1983 DETERMINATION # 82-49
PROJECT: Rehabilitation of Swimming COUNTY WASHINGTON
Pool and Bath House EXPIRATION DATE: c-L4-cj
I
Wilson Park
Fayetteville
BASIC H Education
II HOURLY & and/or
RATE W Pensions Vacation Appr. Tr.
Bricklayers 9.60
I Carpenters 7.92
Cement masons . 7.67
Electricians 9.51
' Glaziers 7.60
Ironworkers 6.87
Laborers:
' Unskilled 5.23
Mason tender 5.67
Plaster tender 7.45
Painters 8.00
'
Plasterers 11.22
Plumbers-Pipefitters 11.46 .55 .55 .04
Roofers 7.50
Sheet metal workers 7.51
Tile setters 7.90
• Truck Drivers 6.05 5% . 74
' POWER EQUIPMENT OPERATORS:
Asphalt finishing 6.15 5% 74
Asphalt pavers 6.05 5% 74
I..Asphaltrakers 5.40 5% 7%
Asphalt dist. operators 5.82 4% 7%
Bulldozers 5.95 5,i 7% 4%
', Backhoe 5.47
Cranes 6.87
Rollers 5.40 5% 7%
Motor Patrol Operator 6.50
' Foundation drill operator 7.29
Scrapers 5.75 4% 74 4%
WELDERS --receive rate prescribed
' for craft performing operation
to which welding is incidental.
1
4th � r!2D
' Arkansas G: ;intc'i c! Labor
Date
DETAILED SPECIFICATION FOR THE RENOVATION OF THE
EXISTING SWIMMING POOL AND APPURTANCES AT
WILSON PARK, CITY OF FAYETTEVILLE, ARKANSAS
1. SCOPE OF WORK: The work to be accomplished under this contract
shall be detailed on the plans and listed in these specifications,
and shall include, but not be limited to, the furnishing and instal-
lation of all materials and equipment and the furnishing of all labor
as required to complete the work as follows:
"Demolish and remove existing construction as detailed on the
plans and listed in the specification; do excavation and site
work as required; construct new concrete decking around pool;
construct and install new wading pool; chain link fence; reh-
abilitate protion of bathhouse to remain and construct new
basket and cashier's ares; renovate swimming pool, including
new formed gutter system, new pool plumbing lines and fittings,
new gunite shell, new interior finish, new chemical feeding
equipment, new deck equipment, and rehabilitate existing
mechanical equipment room; pool and deck lighting; retain-
ing walls; and all other items as specified and detailed on
the plans and in these specifications and agreed upon in the
contract documents."
2. GENERAL SPECIFICATIONS: The Supplimental and General Specifications
preceeding these detail specifications shall cover all work to which,
in the opinion of the City's Agent, they apply. If a conflict is found
between the General and/or Supplimental Conditions and the Detailed
Specifications, the Detailed Specifications shall apply.
3. OMMISSIONS FOUND IN THE PLANS: Due to the nature of this project
and the many variables and unknowns involved, it is well expected that
some discrepancies do exist between the plans and actual site conditions.
It shall be the respinsibility of the contractor to notify the City's
Agent of all discrepancies found and any changes that need to be made
to facilitate the work. If such items require extra work beyond the
scope of the contract, plans, and specifications, a change order shall
be initiated between the contractor and the Owner.
4. SITE ELEVATIONS: All elevations are based upon an elevation of .
100.0 feet as indicated at the bench mark located on the plans. Prior
to demolition, a new bench mark shall be set which will remain undis-
turbed during the entire construction period.
5. HEALTH AND SAFETY PRECAUTIONS: IT IS NOT the intent of the City
of Fayetteville or it's Agent to act as a safety engineer on the pro-
ject. It•shall be the complete responsibility of the Contractor to
erect whatever barracades and temporary fencing as may be required to
' protect the public form any injury resulting from access to the cons-
truction site. However, the City, at it's option, may elect to pro-
vide the barracades and fencing if they are availabe from their inven-
tories.
' 1 -DS
The Contractor shall comply with the provisions of the "Manual of
Accident Prevention in Construction".as issued by the Associated
General Contractors of America, Inc., in behalf of it's employees
and sub -contractors, and shall maintain accurate records of death,
injury, or disease arrising from work or conditions on the project
site.
The Contractor shall completely familiarize himself with the req-
uirements of the FEDERAL REGISTER (OSHA REGULATIONS) as pertains to
him. The requirements shall be strictly inforced on the construction
site.
6. NOTICE TO COMMENCE WORK: It is the intent of the City of Fay-
etteville, Arkansas, to initiate all contracts as soon as possible
after the Contractor has been established through the bidding pro-
cess so that work will begin on or about March 1, 1983. However,
in the event the contracts are not executed as expected, it shall
still be the responsibility of the Contractor to begin -work on the
project as soon as possible after contracts are executed.
7. SCHEDULE OF WORKING HOURS:. The Contractor shall not commence
work before 7:00 A.M. nor work later than 7:00 P.M. Monday through
Saturday. No work will be allowed on the project on Sundays or at
other times than those specified unless written permission is ob-
tained form the City of Fayetteville.
8. PAYMENT FOR CONTRACTED WORK: Payment schedule and method of
payment is provided under General Conditions of the Contract.
9. PAYMENT FOR WORK AUTHORIZED BY CHANGE ORDERS: All extra work
or change order authorizations not covered by the plans or speci-
fications and signed by the City's representative or Agent shall be
paid for at a rate of cost of the item plus 20% profit and over-
head. No extra work shall be performed without a written change
order from the City of Fayetteville.
10. CONTINUING RESPONSIBILITY OF CONTRACTOR: All faulty materials
or workmanship found during or immediately following completion of
the work shall be repaired or remedied by the Contractor promptly
upon notice by the City or the City's Agent. All workmanship and
materials shall be guaranteed for a period of one year from the
date of completion and acceptance of project by the Owner.
11. EQUIPMENT TO BE PURCHASED FOR PROJECT: Before any equipment is
purchased for the project, the Contractor shall furnish to the City,
three copies of the equipment specifications so that the City's Agent
may determine if the equipment substantially meets the requirements
of the plans and detailed specifications. Before issuing purchase
orders, the Contractor shall receive written approval of his sub-
mitted specifications.
2 -DS
Contractor shall furnish all plans, working drawings, etc., and
operation and maintenance instructions necessary for construction
and operation of the equipment.
12. PLACING POOLS IN OPERATION: After the project is complete
and the pools have been filled with water, the Contractor shall
check out all mechanical equipment and insure it's proper opera-
tion. The Contractor shall then, over a three day period, ins-
truct the Owner and it's selected agents on the care and operation
of the pool and it's equipment. The Contractor shall furnish the
Owner three complete sets of bound operating instructions and shall
plastic laminate one additional set to be posted in the equipment
or basket room. The Contractor shall continue to monitor the pool
for a period of two weeks and give any assistance to the Owner or
it's agents as may be required.
The Contractor shall also provide the Owner with an equipment list
which includes the item number, model number, serial number, name
of company or person purchased from, purchase order number, and
invoice number from supplier. All equipment guarantees shall also
be furnished to the Owner.
1 3 -DS
SITE WORK
SITE PREPARATION
Scope. Work under this section includes all labor and mat-
erial to lay out building, protection of the site, clearing and
grubbing of area within the site, removal of existing construction
and other work related to preparing the site.
Site Removals. Remove debris, foundations, and other items
where they interfere with new construction or site improvements.
Remove vegetation, topsoil and loose, soft or unstable materials
where building, paving and other constructions are to take place.
Soil and crushed stone which is removed may be used for, making
earth fills.
Excavated material not used for fill and all debris shall be
disposed of off the site.
Clearing Site. The Contractor shall inspect the site of the
project and observe its present condition, and derermine the nat-
ure of the work he will encounter.
Contractor will clear site, stock pile topsoil, grade to rough
elevations shown on drawings prior to the starting of construction
under this contract.
Layout and Protection. Lay out building and erect permanent
batter boards in location where they will not be distrubed during
construction.
After building has been layed out, Contractor shall contact Owner's
Agent to determine any trees that shall remain. Erect such fences
and other enclosures as nay be required to protect trees from harm
due to any of the construction process. Erect fences if required
to protect materials stored at the site.
Control grading of the site so that water is prevented from ponding
or running into excavated areas. Provide pumping necessary to keep
excavated spaces clear of water during construction.
1 -SW
i91; `5W"
Scope. Work under this section 'includes all excavation,
filling and grading as required to obtain finish grade as shown.
Furnish and install topsoil, fine grade ready for seeding, drain-
age fill and other related earthwork.
Tests. When requested, Contractor shall submit samples of
proposed fill material to Owner for testing. Tests of fill mat-
erial and tests of compacted surfaces will be performed without
expense to the Contractor. Test will be performed in accordance
with the following standards:
1. Compaction of granular backfill - ASTM D 2049
2. Field density of compacted areas - ASTM D 2922
3. Maximum laboratory density - AASHTO T-99
(Standard Proctor) and AASHTO T-180 (Modified
Proctor)
4. Liquid limit of materials - ASTM D 423
5. Plastic limit and plasticity index - ASTM D 424
Establishment of Grades. After removal of unstable material
as specified by the .site preparation section, excavate or fill with
earth to bring the subgrades to the following levels:,
4" below bottom of building concrete slabs
Bottom of concrete pavement and walks
8" below surface of asphalt pavement
4" below surface of lawn sodded and planting areas
After removal of unstable material and after required excavation,
scarify thetop of the exposed surface, than compact this surface
to a minimum density of 100% of that obtained by tests prepared in
accordance with AASHTO T-99, as follows
1. In areas wherefinished.subgrade is below existing grade,
after unstable material is removed, the top 6" of re-
maining material shall be scarified and recompacted.
2 -SW
2. In areas where. finished subgrade is above existing
grade, ofter unstable material is removed, the top
8" of remaining material shall be acarified and
recompacted.
After compaction of exposed surfaces install earth fill up to the
required level of subgrade. Fill material shall be placed in lifts
not thicker than 8" loose measure and compacted to the following
minimum densities of that of tests prepared in accordance with
AASHTO T-99:
Under concrete floor slabs 100%
Under concrete walks and asphalt
pavement 95%
Lawns
90%
Soil shall be kept within 3% of optimum moisture content during
all compaction operations.
Over compacted subgrade, install additional fill materials, as
follows:
1. Under asphalt pavement - 6" of base course material
compacted to a minimum density of 100% as determined
by AASHTO T-99.
2. Under building concrete slabs - Drainage fill up to
the underside of the slab.
3. In lawn areas, other than areas to be planted or
sodded - Top soil up to finish grade.
If the grade is distrubed after it has been established, it shall be
re-established and recompacted to the degree specified before the
installation of slabs, paving or topsoil.
Materials.
Granular Backfill - Coarse granular material containing not more
than 3% of material passing the No. 200 sieve.
Materials which may meet this requirement inc-
lude clean sand and gravel.
Drainage Fill
- Crushed
stone
or washed river run gravel,
1 ½"
to 3/4"
size.
Base Course Mat. - Class Sb-2 crushed stone conforming to sec-
tion 306 of the Arkansas State Highway Com-
mission Standard Specification for Highway
Construction.
3 -SW
Earth Fill _ Clayey sand or sandy clay with a liquid limit
no greater than 30% and a plasticity index
in the range of 10-15% and be free of large
solid pieces. Crushed stone surfacing re-
moved from the site may be used for fill
under the building and under areas which
are to be paved.
Topsoil - Fertile, friable, natural loam, surface soil,
reasonable free of subsoil, clay lumps, brush,
weeds and other litter, and free of roots,
stumps, stones larger than 1" in any dimension,
and other extraneous or toxic matter harmful
to plant growth.
Termite Treatment. Provide termite treatment of areas as
follows using 1% solution of chlordane. Do not apply on wet mat-
erial or during inclement weather.
Within the building area under slabs on drainage fill, at the rate
of 1 1/2 gallons per 10 square feet.
Reapply treatment to areas disturbed by excavation or other constr-
uction activities followin initial application.
Provide 2 copies of written guarantee certifying that the soil pois-
oning treatment will prevent the attck by subterranean termites,
and that if termite activity is discovered during the guarantee
period, the Contractor will retreat the soil and also repair or
replace damage caused by termite infestation. Term of guarantee
shall be for 5 years, signed by the Applicator and Contractor.
Topsoil. When project is nearing completion and underground
work outside building has been completed, place topsoil around
building in lawn areas, other than planting areas and areas in-
dicated on the drawings to be sodded.
Scarify exposed subgrade to a depth of 4" and spread a 4" layer of
topsoil over subgrade. No heavy objects except lawn rollers shall
be moved over these areas after subgrade soil is loosened before.
topsoil is spread. Do not spread if material is frozen or if
subgrade is frozen. Place one-half of the topsoil required. Work
it into the top of the loosened subgrade to create a transition
layer, then place remainder of topsoil.
Spread topsoil to the depth required to meet thickness, grades and
elevations shown, after light rolling and natural settlement occurs.
Topsoil areas shall be hand raked smooth and rolled with a lawn roller,
removing irregularities and filling water pockets, ready for seeding.
Planting of grass is not included in the project.
4 -SW --
SITE DRAINAGE
Scope. This section included storm draining pipe and all
other related drainage work required to complete the project.
Storm Drains. Furnish and install storm drains for roof
drains as shown on drawings and herein specified. Storm drain
pipe shall be schedule 40 PVC DWV solvent weld and NSF approved.
5 -SW
ROADS AND WALKS
Scope. This section includes all concrete curbs, concrete
walks, bituminous paving of drives and parking areas and all
related paving work as shown or herein specified.
Exterior Walks. Exposed concrete walks shall be 3000 psi
concrete with a monolitihic finish same as specified for floor
with finish as specified in Concrete. Walks shall be 4 inches
thick. Install expansion joints as 32 feet on center maximum
or where shown on the drawings. Tool edges of concrete at
expansion joints, nosings of steps, and at sides of walk using
a round edging tool. Expansion joint material shall be as
specified in Concrete section.
Curbs. Concrete curbs shall be installed by Owner.
6 -SW
CONCRETE.
CONCRETE FORMWORK
Scope. Provide all labor and material required to form concrete
work as shown and specified.
Materials.
From Plywood
Form Lumber
Lumber for Shoring and Bracing
Form Ties.
Form Oil
Metal Joint Form
Forms. Pr
concrete work..
smooth surfaces
after erection.
before concrete
DFPA 3/4", B -B Plyform Class
#2 Southern Yellow Pine or
Douglas Fir
Utility Grade Yellow Pine or
Douglas Fir
Superior, Snap -Tie
Thompsons Waterseal or any good
grade form oil produced by rep-
utable manufacturer of such
products
Heckman Building Products, Inc.
No. 97 Slab -on -Grade Construc-
tion Joints
wide all forms required for the
Forms shall be accurately built
and prevent leakage, and shall
The forms shall be cleaned and
is poured.
proper execution of the
and braced to give
De oiled immediately
wet down. immediately
Earth cuts may not be used as forms for vertical surfaces.
Forms for exposed concrete work shall be built of 3/4" plywood. All
remaining forms for slabs and walls shall be built of 3/4" plywood or
one inch x six inches or one inch x eight inches T & G, shiplap or
common boards at Contractors option.
Build into forms, inserts, pipe sleeves, masonry wall anchors and
other equipment as furnished by other contractors.
Removal of Forms. Vertical forms may be removed after 24 hours,
provided the concrete is sufficiently hardened not to be injured
thereby. Horizontal forms shall be left in place for a minimum of
28 days after placing of concrete.
1-C
CONCRETE REINFORCEMENT
Scope. Furnish and install all steel reinforcing, together with
necessary supports to insure proper placement of reinforcement.
Materials.
Reinforcing Bars
Welded Steel Wire Fabric
Metal Accessories
A615, Grade 60 for #4 and larger
bars, Grade 40 for #3 bars
ASTM A185
Spacers, chairs, ties, inserts,
etc., shall suit job conditions
and be standard commercial qua-
lity. All items within 3/4 inches
from exposed concrete surfaces
shall be zinc coated
or otherwise treated to prevent
rust
Fabrication of Reinforcement. Fabricated reinforcement in ac-
cordance with the ACI Detailing Manual (SP -66) of the American Con-
crete Institute. Bars shall be bent cold.
Shop Drawings. Contractor shall provide shop drawings showing
lenghts, size and all other details requried for fabrication of
reinforcing steel. Shop drawings shall be reviewed and returned by
the City's Agent before fabrication is started.
Placing Reinforcement. Place reinforcing steel in positions
shown on the drawings, tie at intersections with #18 gauge black
annealed wire, and hold in place during the placing of the concrete
with approve ties, spacers, chairs or other supports as called for
by the Concrete Reinforcing Steel Institute Manual of Standard Prac-
tice. Reinforcement in concrete places against earth or drainage
fill shall be supported on concrete bricks.
Lap welded fabric mesh not less than 6 inches at sides of sheet and
not less than 12 inches at the ends of sheets.
2-C
CAST -IN -PLACE CONCRETE
Scope. The work under this section includes all concrete work
both plain and reinforced, plastic vapor barrier, and all cement
finish, as shown on the drawings and herein specified.
Materials.
Cement Type 1 Portland Cement ASTM C150.
Cement for exposed concrete shall
be uniform in color.
Coarse Aggregate C-33 with No. 467 gradation.
Sand I ASTM C-33 for washed concrete sand.
Water Clean suitable for household use.
Non -Shrink Grout The Master Builders Co. Embeco 153.
Water Reducing and Retardind. Admixture Master Builders Co.,
Pozzolith Retarder.
Air Entraining Admixture ASTM C260.
Curing Compound ASTM c309 of type that will not inhibit
bonding of applied floor covering or
finishes.. Compound shall contain a
fugitive dye.-
Bondbreaker Compound Superior Concrete Accessories, Inc.,
Tilt-Eez.
Vapor. BarrierS Visqueen Film, 6 mil thickness
Floor Hardener Silo Seal H.C:, Silo Seal, Inc.,
Expansion Joint Filler J & P Petroleum Products, Inc., Tex -
Mastic Asphalt Expansion Joints.
Joint Sealing Compound
J &P
Petroleum
Products, Inc., Tex -
Mastic
Coldpour
158.
Ready -Mixed Concrete. Concrete for all purposes shall be Ready -
Mix Concrete. It shall be mixed and delivered in accordance with
requirements of ASTM Specification C94.
Add admixture to concrete for floor slabs as follows:
a. Water reducing and retarding admixture when.the temperature as
placed is greater than 90 degrees F.
3-C
b. Air entraining admixture to condrete for exterior slabs.
Required concrete compressive strenghts at 28 days are shown on the
Drawings. Minimum cement content shall be as follows:
5 bags per cubic yard for 3000 psi concrete
6 bags per cubic yard for 4000 psi concrete
During cold weather the temperature of concrete when placed in the
forms shall be between 50 and 70 degrees F.
Concrete shall have a slump of 4 inches with a tolerance of plus 1/2"
and minus 1".
No water shall be added to the concrete after the truck leaves the
mixing plant except under conditions specifically permitted by the
City's Agent.
Tests. Tests shall be make of the concrete used. Contractor
will be responsible for transporting. concrete to location where
tests are made and for field curing of cylinders. All other costs
in connection with concrete testing will be paid by Owner.
The test cylinders shall be made. each time more than 10 cubic yards
are placed on one day, making a complete set of cylinders for each
100 -cubic yards, or fraction thereof, placed at one time. Cylinders
shall be made in standard paper cylinder forms.
For each set of tests, make one slump test and three compression
test cylinders. Test on cylinder at sever days and tow at 28 days.
The average strenght of the two cylinders tested at 28 days cons—
titutes the test result.
The average of every three consecutive tests sets shall be equal to
or greater than the specified strenght and. no one test shall fall
more than 500.psi below the specified strength.
Testing will be done in accordance with the following ASTM specif-
ications:
C172
Standard
Method
of
Sampling Fresh Concrete.
C31
Standard
Method
of
Making and Curing Concrete
Compression and
Flexure Test Specimens in the
Field.
C39
Standard
Method
of
Test for Compressive
Strength
of Molded
Concrete Cylinders.
C143
Standard
Method
of
Slump Test for Con-
sistency
of Portland Cement Concrete.
4-C
Placing Concrete. Convey concrete from the mixer or mixing
trucks by methods that will prevent the separation or loss of
materials.
Place
concrete in the forms not more
than one hour
after the cement
is added to the water or aggregate.
Concrete shall
be agitated or
mixed
continuously until the truck is
unloaded.
Depositconcrete as nearly as possible in its final position to avoid
segregation due to rehandling or flowing. Place concrete for each
section of the work as a continuous operation so that no concrete
will be deposited on concrete which has started to harden or set.
Deposit concrete in walls more than 4 feet high by means of hopper
and vertical chutes that will discharge concrete into the center of
the forms. Use chute of sufficient length to prevent coating forms
or reinforcing.
Spade, tamp, hand rod and vibrate concrete to secure a dense, homo-
geneous mass, thoroughly worked around the reinforcing and embedded
fixtures and into the corners of the forms.
Concrete shall be deposited into foundation excavations in such a
manner that it will free fall vertically in the center excavation
provided the bottom of the excavation, are free of water. If water
is standing in the excavation, concrete must be placed by pumping or
through a tremie in such a manner that it will be deposited at the
bottom of the excavation or directly into freshly placed concrete
without falling thru water.
Construction Joints. Locate construction joints as shown on
drawings and as directed by the Owner's Agent.
Bonding. Before depositing fresh concrete against hardened
concrete, tighten the forms, remove all laitance and inferior sur-
face concrete, clean and roughen the surface of the hardened con-
crete and clean the forms and adjoining reinforcing of mortar and
loose material.
1Protection. As soon sfter concrete is placed as may be done
without damage, apply curing compound, as directed by the manuf-
acturer, to all exposed concrete surface. When vertical forms are
I. removed less than 10 days after placing of concrete, spray all sur-
faces exposed by removal of forms.
During cold weather concrete shall be maintained at a minimum temp-
erature of 50 degrees F as follows:
a. For three days after placement when the air temperature
during placing operation is 50 degrees F or greater.
c. For seven days after placement when the air temperature
during placement is less than 50 degrees F.
5-C
Patching. Spot patching will not' be allowed. As soon as the
forms are removed, all fins and projections shall be removed from
surfaces which will be exposed upon completion of the work. Voids
and damaged places shall be immediately'saturated with water and
filled with concrete. Repairs shall be made on surfaces which will
be exposed and then be finished with a wood float. When slabs
are patched, entire slab exposed in the same space shall be finished
to match..
Concrete Slabs on Drainage Fill. Install plastic vapor barrier
over drainage fill before placing slabs supported thereon. Finish
as specified herein.
Surface Finish. Tops of all interior floor slabs shall be
given a monolithic cement finish installed as follows:
Screed and float slabs to the required level. When the surface is
still green but hard enough to support a man's weight, float it to
an even plane applying enough pressure to bring moisture to the
surface. When the moisture has disappeared, steel trowel the sur-
face to a smooth, even impervious finish. After the surface has
set sufficiently to ring the trowel, give it a second troweling to
a burnished finish.
Exterior uniformed concrete surfaces shall be given a monolithic
cement surface finish same as specified for floors, except that
instead of a troweled finish, they shall be floated to a smooth,
tight, even impervious finish, free from float marks.
Finish interior slabs
to a tolerance
of 1/8" in 10' and
exterior
slabs to a tolerance
of 1/4" in 10'
as determined by a
10' straight
edge placed anywhere
on the slabs in
any direction.
Exposed, edges of slabs shall be finished with a round edging tool.
Exterior slabs, abutting vertical surfaces shall have edges tooled
with a round edging tool.
All vertical exposed concrete surfaces shall have forms removed as
soon as concrete sets and exposed faces shall be pointed as required
and rubbed with carborundum stone to a smooth, even surface finish.
Edges shall be rounded using a round edging tool.
Non -Shrink Grout. All column bases shall be grouted with non-
shring grout. Mix and install non -shrink grout as recommended by
the manufacturer. '
Expansion Joints. Expansion joints shall be 1/2" thick and
extending the full depth of the slabs.
6-C
Install expansion joint woth top of expansion joint 1/2" below
finish surface. To prevent concrete form forming over expansion
joint, install 1/2" x 1/2" strip of wood over expansion joint.
Remove, wood strip after concrete has set. Then install joint
sealing compound in accordance with manubacturer's directions.
1. Floor Hardener. Furnish and install one coat Silo Seal,
Inc., Silo Seal HC, dustproofing and chemcial hardner on all
I, interior concrete floors that remain as finish floor surfaces.
Hardener shall be applied in amounts and in accordance with
manufacturer's directions. Hardener shall be guaranteed by
the manufacturer, to give hard, dustproof surfaces. The manu-
facturer shall be informed in advance of application on guarantee
jobs.
7-C
SWIMMING POOL DECK EQUIPTMENT
GENERAL SPECIFICATIONS:
A. Contractor shall furnish and install one(l) three meter frame which shall
be Recreation No. 780 designed and engineered to meet NCAA and AAU requirements.
Diving board shall be 16 feet long, shall be level, and project a minimum of
six feet beyond the edge of the pool. There shall be four obique braces which
triangulate front and rear legs with horizontal side bars. Fulcrum shall be mounted
behind the front legs and for top diving preformance and rigidity. Handrails
shall extend to pool edge for diver safety.
Front legs, rear legs and horizontal side bars shall be made of 2/38"O.D.
hot dipped galvanized structural steel pipe. Handrails, ladder risers and
oblique braces shall be made of 1.90 O.D. hot dipped galvanized pipe. Side
slant ladder supplied with foot flanges and expansive anchors to be installed
after concrete ispoured. Ladder treads shall be 3" wide and 18" long. All frames
shall be supplied with anchor rods for permanent installation in concrete.
Frame work joints
shall
be fastened
rigidly together with heavy gauge total
contact split tee
clamps
and elbows
which are thru bolted. There shall be no
threading to cut
away or
weaken the
frame. Front anf rear legs shall be cross
guyed with 7/16"
diameter
rods to assure
positive tension. Board support pipe
shall be drilled
with 2
holes 12" apart
and 2 holes 14" apart. There shall be
a single, dual or
quick
adjustable
fulcrum as specified below.
B. Contractor shall furnish and install one(l) one meter frame which shall be
Recreation No. 684 designed and engineered to meet NCAA and AAU requirements.
The diving board shall be level and extend a minimum of 6 feet over edge of
pool.
Framework shall be made of 2.375 " O.D. hot dipped galvanized pipe. Frame shall
be supported by six vertical legs and braced by three crossbars.
There shall be provided a non -slip step on each side of the frame with 35 full
length grooves and 22 perforations. All frames shall be supplied with anchor
rods for permanent installation in concrete.
Framework joints shall be fastened rigidly together with heavy gauge total
contact split tee clamps and elbows which are thru bolted. There shall be no
threading to cut away or weaken frame pipe. Board support pipe shall be drilled
with 2 holes 12" apart and 2 holes 14 " apart. There shall be fulcrum installed
as specified below. Diving board shall be 16 feet long.
I
C. Contractor shall furnish and install 2 dual fulcrums Recreation No.D-2
with aluminum finish. There shall be 2 live fulcrum rubbers spaced 14 " apart
to broaden and ease bending of diving board. Fulcrum rubbers shall be 3" O.D.'
5/8 " thick and 22" long. Fulcrum shall be equipped with 2 handwheels for locking
onto position.
D. Contractor shall furnish and install four(4) Recreation No.2491 lifeguard
chairs. Entire assembly shall be 1.90" O.D. hot dipped galvanized structural
steel pipe (sch.40). Framework joints shall be fastened rigidly together with heavy
gauge total contact split tee clamps and elbows which are bolted thru..
D. Foot board shall be made of wood painted with two(2) coats of highest
quality white enamel. Seat shall be made of fiberglass. A non -slip tread shall be
provided on each side of chair. Two lifebuoy hooks and umbrella holder shall be
furnished.
E. Contractor. shall furnish two(2) Recreation No.2493 lifeguard chairs
which shall meet the specifications as above and be portable.
F. Contractor shall furnish 36 Recreation No. 70B wedge anchors for mounting
all deck equiptment except diving stand..Anchors shall be bronze with
bronze wedge -dog for securing equiptment equipped with stainless steel machine
bolt.
G. Contractor shall furnish and install pool ladders as shown on the plans.
Ladders shall be Recreation No. 1476 series in the quantities as listed below.
Framework shall be 1.90 O.D. hot dipped galvanized structural steel pipe
and a cross brace shall be provided for rigidity. White rubber bumpers on lower
end of ladder shall be provided to protect wall. Ladder tread shall be 3" wide
with safety tread. There shall be four 4 tread ladders, four 3 tread ladders,
and two 2 tread ladders furnished.
H. Contractor shall furnish and install 36 Recreation No. 69 cover plates for
deck equiptment. They shall be stainless steel stamped and electro-polished
to a mirror finish.
I. Contractor shall furnish to the City of Fayetteville Parks and Recreation
Department four Recreation No. U -6T umbrellas, scalloped edge, 64 foot spread,
6 ribs with multicolor heavy drill cover. Umbrellas shall be equipped with
tilting device and suitable for use with lifeguard chairs.
J. Contracotr shall furnish to the City of Fayetteville Parks and Recreation
Department four Recreation No. 493-19 Spongex Lifebuoys, 19" diameter
U.S. Coast Guard approved. Each lifebuoy shall be equipped with a 50' X %
lifeline assembly.
K. Contractor shall furnish to the City of Fayetteville Parks and Recreation
Department four Recreation No. 344, 16' rescue pole equipped with Recreation
No. 342 rescue hook.
L. Contractor shall furnish and install 12 Recreation No. 472-RWC recessed
wall anchor. Cup shall be stainless steel 4" in diameter and 2" deep. Anchor
shall be bronze 4" in length with a 5/8 " chrome plated eye.
M. Contractor shall furnish and install Recreation No. 496-P6 lifeline assemblies
across pool as indicated on the plans. There shall be two lifelines approximately
59' long with thirty (30) 5" X 9" blue and white floats on each line. Contractor
shall also. furnish four Recreation No. 495 -AT attachment clamps for lifeline.
N. Contractor shall furnish one complete set of maintenance equiptment
including Swimquip No. 10502 C-16 Cyclovac vacuum cleaner, two 18" Swimquip
No. 12512 wall brushes, two Swimquip No. 12654 leaf rakes, two Swimquip No.
12640 leaf skimmers.( City already possesses all other necessary maintenance
equiptment.)
NOTE: Cut three meter stand legs off as directed by cities agent to make
stand equal to meter height as shown on the plans.
I
it
0.
I
I
J
I
MASONRY
MORTAR
Scope. Work under this section includes mortar and grout for
all masonry work.
Materials.
Masons Cement
Portland Cement
Hydrated Line
Mortar Waterproofing
Sand
Water
Motar Color
ASTM C91
ASTM-C150, Types I, II or III as
best suited to job conditions,
light in color.
ASTM C207 Type S.
Master Builders, Omicron, Mortar
Proofing - OM.
(For white grout).
Clean and potable.
Grace, Stay bright.
Mixing Mortar. Mortar shall b&well mixed in.a batch mortar
mixing machine to proportions specified below: After cement has
been added, all mortar shall be used before it obtains its initial
set. Use mortar waterproofin! as diredted by the manufacturer.
The use of the retempered mortar is prohibited.
Mortar shall be Type S (1800 psi) mortar, parts by volume shall be
1 Portland Cement, over 1/4 to 1/2 hydrated lime, sand not less than
2 1/4 and not more than 3 times the sum of the volumes of cement and
lime, or 1/2 Portland Cement 1 part masonry cement sand not less than
2 1/4 and not more than 3 times volume of cement used.
Use of Mortars. Use Portland Cement Mortar for all brick, con-
crete block and masonry work.
Mortar Color.
Use mortar
color in all mortar for
exposed face
brick, Mortar color
shall be
as selected by the Owner's
Agent.
1 -MS
UNIT MASONRY
Scope. Work under this section includes furnishing and ins-
talling all masonry work as shown and herein specified.
Materials
LWC Concrete Block Hollow concrete masonry units made
from expanded shale aggregate mee-
ting ASTM specifications C90 for
Grade A units.
Blocks shall be modular size 8"
x 8" x 16" or 6" x 8" x 16" or
4" x 8" x 16" with 2 5/8, 4" and
5 3/8" high blocks where required
to course with brick.
Stretcher scored 8" x 8" x 16" to be
furnished as called for on the draw-
ings.
Furnish special shapes, lintel and
bond beam blocks as required.
Wall Reinforcing Dur-O-Wall masonry wall reinforcing,
2" wide for 4" wall, 6" wide for 8"
walls, #10 Dur-O-Wall with drip cross
rod for 10" wide cavity wall, 10" wide
for 12" wall, use double overlapping
widths or special reinforced in 16" or
20" walls.
Corrugated Wall Ties 7/8" wide x 7" long, #16 gauge galv-
anized steel corrugated wall ties.
Anchor Bolts See section on.Steel & Miscellaneous.
Control Joint Backing Ployurethane Foam
Dampproofing 20 gauge Wascoseal or 3 ounce copper
armored Sisalkraft (Contractor's
option)
Dampproofing Joint Cement Wasco-Cement type R
2 -MS
General Requirements.
Protection of Work. During erection, all walls shall be kept
dry by covering at the end of each day or shutdown period with canvas
or waterproof papaerT. Partially completed walls not being worked on
shall be similarly protected at all times. Covering shall overhang
at least 2 feet on each side of the walls.
Freezing Weather. Masonry must not be laid when the temp-
erature of the outside air is below 40 degrees unless suitable means
are provided to heat the masonry materials and protect the complete
work from freezing.
Protection shall consist of heating the masonry materials to at least
40 degrees F. and maintaining an air temperature above 40 degrees F.
on both sides of the masonry work for a period of at least 72 hours.
Bonding and Anchorage. (Interior wall & partitions). Wall
and partitions shall be bonded together at corners and intersections
and shall be bonded to the exterior walls.
All interior walls and partitions shall be reinforced with continuous
masonry wall reinforcing in the horizontal joints every 2nd block
course (16" o.c.). Lap splices in the wall reinforcing a minimum of
6". At corners of walls, cut the inside horizontal rod and bend the
reinforcing around the corner.
Anchor interior walls and partitions to exterior walls with masonry
wall reinforcing built into exterior walls and extending into every
2nd block course a minimum of 16 inches.
Lintels. Steel lintels and shelf angles are specified under
Metals section, Reinforcing Steel for block lintels is specified under
Concrete section. Build lintels and bond beams as shown.
Laying Concrete Block. Lay concrete block with a full mortar
bed on both horizontal face shell and butter both vertical shells
with mortar and shove tight.
Built-in Items. Install all bolts, anchors, chases and build all
electric panels, piping, conduit, etc., where shown on drawings or
directed by the Owner's Agent. Mason shall cooperated with other
trades in building in electrical and mechanical work.
Build in dampproofing under brick caps and at bottom of cavity wall
and all other locations shown to have dampproofing.
3 -MS
f
Jointing and Pattern.
Exterior Walls. Exterior face of all exterior wall shall be
common running bond block pattern.
Concrete block used below grade shall be running bond with struck
joint.
Interior Masonry Walls. Interior face of exterior shall be
concrete block, as shown on the drawings. Jointing and coursing
shall be as specified below:
Interior walls and partitions shall be concrete blocks layed in
stacked bond with reked joints.
Pointing and Cleaning. Upon completion of the masonry work,
remove all surplus mortar from exposed masonry, cut out defective
joints and repoint.
Concrete block walls shall be cleaned using a carborundum stone to
rub down the entire surface to remove excess mortar and burrs.
I
I
ip 4 -MS
4f
INTERIOR POOL SURFACE COATINGS
A. WHITE MARBLEITE PLASTER FINISH COAT: The complete interior surfaces
of both the main pool and the wading pool shall be coated with a 3i " minimum
thickness Marblite Plaster. Ration of mix to be two parts(2) Georgia Marble
Company Pool Mix Swimming Pool Aggregate to one (1) part white Portland
cement. Mix just enough water into this mix so that when p1aster is applied
to walls and floor of pool, it will resist curling away from wall or
slumping. Water content will vary. with air humidity and air temperature.
Prior to application of plaster finish coat, pool walls and floor should be brown -
coated to fill in any voids and to smooth out imperfections in gunite material.
Brown coat or any other back up materials should be left with such a texture
as to insure a mechanical bond between the materials.
Plaster should be applied using the double coat method, Apply the first coat
approximately 34" thick, float smooth and let set for a time gauged by temperature
and humidity. Rewet surface throughly with a fine hose spray, dust with pure
white cement just ahead of plastering and apply a final and wetter plaster coat approximately 1/8 " thick. The second coat to be trowled to.a fine and dense
permanent finish. Pool Mix is manufactured by Georgia Marble Company,
Atlanta, Georgia.
B. Contractor is to supply an alternate bid on brown- coating the swimming pool
and then painting interior surfaces with a good quality epoxy paint as
manufactured by Kelly Technical Coatings, Inc., of Louisville, Ky. Prepare
all surfaces to receive paint in strict accordance with manufactures recomendations.
Entire wading pool and main pool interior surfaces shall be plastered with a
smooth even coat of Portland cement and sand mixed, in ratio of 4 parts sand to one
Cl) part cement.
Pools to receive one coat of Poxoprime and after curing time they shall
receive the secone and final coat of Zeron Epoxy Paint. While Zeron is still
tacky,Contractor is to lightly sift very fine white silica sand on the wading
pool floor and step. After paint takes final set, brush off all extra sand.
STRUCTURAL METALS
Scope. Work under this section included furnishing and inst-
alling all structural steel as shown on the drawings and herein
specified.
Material.
Rolled Steel Plates,
Shapes and
Bars
ASTM A36
Structural Tubing
ASTM
A500,
Grade B
Unfinished Bolts and Nuts ASTM A307
High Strength Bolts and Nuts ASTM A325
Welding Electrodes E70 Series, low hydrogen
Shop Drawings. Prepared shop drawings, showing detailed con-
struction, cutting lengths, all. connections and all other details
for fabricaton and erection of the structural steel. Shop drawings
shall be submitted to the Owner's Agent for review. Fabrication
shall not be commenced until shop drawings have been reviewed and
returned by the Owner's Agent. Shop drawings shall be coordinated
with the work of other material suppliers, i.e. doors, frames,
metal decking, mechanical and electrical.
Structural Steel. The design, fabrication and erection shall
be in accordance with the American Institute of Steel Construction
Specifications for Design, Fabrication,and Erection of Structural
Steel for Buildings, latest revised edition, the American Institute
of Steel Construction Code of Standard Practice for Steel Buildings
and Bridges, latest edition, and the Structural Welding Code of the
American Welding Society, latest edition.
Furnish two copies of mill tests for structural steel. Inspection
oferection of structural steel and connections may be required by
a qualififed testing laboratory. Owner will pay laboratory direc-
ted for such testing.
Painting. Steel surfaces which will be exposed to view upon
completion shall be given a shop coat of fabricator's standard
primer. All other structural steel and fasteners may be left un-
painted.
fQ0
OPEN -WEB JOISTS
Scope. Furnish and install.all open web steel joists, together
with required anchors, roof extensions, bridging and other acces-
sories requested to complete the work.
Materials.
H -Series Joists Conform to the Steel Joists Institute
and American Institute of Steel Const-
ruction Standard Specifications for
Open Web Steel Joists, H -Series.
General Requirements. Design, fabricate and erect steel joists
in accordance with SJ1-AlSC Specifications and as indicated on final
shop drawings. joists shall be manufactured by a member of the
Steel Joist Institute.
Joists shall have
anchorages, bearings,
connections,
bridging and
extended ends or
chords as shown on the
drawings.
Priming. All steel joists shall be given a shop coat of manu-
facturer's standard primer.
METAL DECKING
Scope. Work under this section includes furnishing and inst-
alling all steel centering for insulating concrete roof deck shown
on the drawings or herein specified.
Materials.
Steel Centering Wheeling Corrugating Company Tensilvent
75, galvanized.
Shop Drawings. Prepare and submit tothe Owner's Agent shop
drawings for all metal decking. Shop drawings shall show access-
ories, cutting lengths and all other details of decking. Do not
commence fabrication until shop drawings have been reviewed and
returned by the Owner's Agent. Shop drawings shall also show ere-
ction procedures.
Installation of Steel Centering. Install units and accessories
in accordance with manufacturer's recommendations and final shop
drawings, and as specified herein.
Each unit shall extend over three or more spans with nested 2" laps
at ends and nested side laps. End laps must occur over supports.
Place units on supporting steel framework and adjust to finish .
position with ends accurately aligned and bearing on supporting
members before being permanently fastened. Do not stretch or
contract side laps.
Fasten units to each .steel supporting member with, plug welds thru
welding washers at each side lap and not greater than. 11 1/4" on
center between. At East and West sides of roof, fasten edges of
units to steel supporting members with plug welds thru welding
washers at 12" on center.
3 -HE
MISCELLANEOUS METALS
Scope. Furnish and install miscellaneous metal work as shown
on drawings, including loose lintels and items fabricated from iron
and steel shapes, plates, bars, strips, tubes, pipe and casting
which are not a part of structural steel or other metal systems.
Materials. Metal surfaces, general - For fabrication of misc-
ellaneous metal work which will be exposed to view, use only mat-
erials which are smooth and free of surface blemishes including pit-
tign, seam, marks, roller marks, roller trade names and roughness.
Structural Steel Plated, Shapes and Bars ASTM A36
Structural Steel Tubing. ASTM A501
Pipe ASTM A53 Black Steel, Schedule 40
Steel Bars ASTM A575
Cast Iron ASTM A48, Class 30
Bolts and Nuts ASTM A307, Grade A
Expansion Bolts Phillips Drill Co., Self Drilling
anchors and stud anchors
Metal Primer Paint Rust inhibitive paint primer sel-
ected must be compatible with
finish coats of paint. Coordinate
selection of metal primer with
finish paint requirements specified
in Section 9J.
Shop Painting. Shop paint miscellaneous metal work, except mem-
bers of portions of members to be imbedded in concrete or masonry,
surfaces and edges to be field welded, and aluminum and galvanized
surfaces. Remove scale, rust and other deleterious materials before
applying shop coat.
Loose Steel Lintels. Provide loose structural steel shape
lintels for openings and recesses in masonry walls and partitions
as shown. Weld adjoining members together to form a single unit.
Provide not less than 8" bearing at each side of openings, unless
o therwise shown.
Miscellaneous Framing and Supports. Provide miscellaneous
steel framing and supports which are not a part of structural steel
framework, as required to complete work.
4 -ME
I
Fabricate miscellaneous units to sizes; shapes, and profiles shown
or, if not. shown, of required dimensions to receive adjacent other
work to be retained by framing. Except as otherwise shown, fabric-
ate from structural steel shapes and plates and steel bars, of
welded construction using mitered joints for field connection. Cut,
drill and tap units to receive hardware and similar items.
Equip units with integrally welded anchor straps for casting into
poured concrete or building into masonry sherever required. Furnish
inserts if units must be installed after concrete is placed. Except
as otherwise shown, space anchors 24" o..c. and provide minimum anc-
hor units of 1 1/4" x 1/4" x 8" steel straps.
Fasteners. Provide anchorage devices and fasterners where
necessary for securing miscellaneous metal items; including thr-
eaded fasteners for concrete and masonry inserts, toggle bolts,
thru-bolts, lag bolts, wood screws and other connectors as required.
Ladder. Furnish and install steel ladder from floor to top of
roof scuttle. Ladder shall be 1' 4" wide with 2" x 3/8" steel bar
rails and 3/4" smooth round rungs spaced l'0" o.c. Ladder to be
mounted 6" from wall with 1" x 3/8" bar anchors welded to rail. An-
chor ladder to masonry wall 4'0" o.c. vertically, to steel beam at
top and to concrete floor at bottom. .
Aluminum Handrail. Furnish and install aluminum handrail as
shown on drawings and herein specified. Aluminum handrail shall be
Series 5000 as manufactured by Blumcraft of Pittsburg. Furnish
aluminum handrail 5365F with bronze duranodic finish complete with
wall brackets with flush fittings and 5295F rail terminals each end
of rail. Wall brackets shall not exceed 4'0" o.c. to top of hand-
rail 2'7" above sloped walk.
Miscellaneous Items. Furnish and install all miscellaneous steel
items shown on drawings.
5 -ME
CARPENTRY
ROUGH CARPENTRY
Scope. Work under this section includes the, furnishing and
installation of wood framing, framing and blocking for bucks,
grounds, blocking, scaffolding, roof. blocking, bracing, shoring,
all miscellaneous bolts, nails, fasteners, etc., and the protection
of finish work. Forms for concrete are specified under the
Concrete section.
S• caffolding. Scaffolding for all work as needed shall be
erected in a strong and substantial manner with provision made for
convenient access to same, and with care taken to prevent injury
to any finish work. Supports shall be placed so as not to over-
load or injure any structural portions of the building and rail-
ings, and toeboards shall be provided where necessary for safety for
workmen. Lumber for scaffolding and similar.work shall be grade
having.sufficient strength for purpose used.
Guards for Finish Work. Furnish and place temporary wooden
guards firmly secured in place, to protect all finish work that
may be subject to damage during construction.
Rough Hardware. This Contractor shall furnish all rough hard-.
ware. such as nails, bolts, spikes, screws, lag screws, etc. for the
proper installation of carpentry and mill work. All fastening to
concrete block to be with cut nails or toggle bolts.
Bucks. Install wood bucks and blocking for wood frames in door
openings, fixed glass openings, etc., size and thickness as shown on
drawings. Bucks concealed by trim #2 yellow pine, bucks exposed when
finished No. 1 yellow pine. Bucks exposed when finished shall be
selected so that knots and blemishes will not be exposed when finished.
Framing. Framing lumber such as plates and blocking shall be
#2 common yellow pine or Douglas Fir. Lumber shall be well seasoned
and kiln dried. All framing shall be accurately cut and fitted and
securely nailed together.
Exterior Blocking and Backing. Wood blocking shall be Redwood
Sap common grade. Provide blocking and nailing grounds shown on the
drawings.
Cabinet Bases. Provide wood bases for all counters. Bases shall
be cut to the correct height and tops shall be.level. Install cross
braces under cabinet partitions or at 2'8" o.c. maximum spacing.
Framing and Bracing for Interior Trim. Furnish and install wood
blocking and nailing strips for interior wood ceiling trim and door.
and glass frames and all other wood bracing and blocking shown on
drawings and as required to facilitate installation. Blocking shall be
anchored to steel members with bolts, self -tapping screws ram -set
devices or other methods as approved by the Owners Agent. Framing
shall be as specified, Supports shall be spaced 1'4" o.c.
Framing and Bracing for Aluminum Window and Glass Frames. Furnish
and install wood blocking and bracing as required to anchor aluminum
window and glass frames.. Blocking shall be anchored to steel members
as specified.
I
2-C
FINISH CARPENTRY
Scope. Furnish and
shown on the drawings or
uding but not limited to
glass frames, wood trim,
inets,.and all other mis
items.
install all finish carpentry and millwork
called for by these specifications, incl-
wood ceiling divider trim, wood door and
plywood paneling, shelving, counters, cab-
cellaneous millwork and finish carpentry
Materials.
Mill work
and finish carpentry materials not other-
wise specified
shall be as
follows:
Exterior Plywood Thickness as shown A -D exterior Douglas
Fir Plywood.
$xposed Interior Wood & Trim to Receive Paint Finish Special B
and better, white pine or select paint
grade Birch.
Exposed Wood Trim (Natural Finish) Clear select quarter -sawn
Ash as selected by the Owner's Agent.
Plywood for Cabinets (Natural Finish) Clear select Ash as
selected by the Owner's Agent.
Interior Plywood for Painted Surface (Shelves and Concealed Locations).
(a) One side exposed - interior "Plypanel"
A -D Douglas Fir Plywood
(b) Both sides exposed - interior A -B
Douglas Fir Plywood. (All Fir
plywood shall bear Douglas Fir
Plywood Association grade marks.)
Framing Lumber #2 yellow pine or fir.
Details. Millwork and finish carpentry work shall be in strict
accordance with details on the drawings and with good millwork det-
ailing practices.
'The Contractor shall take measurements at the building and make such
adjustments as necessary for his work. Contractors shall provide req-
uired bracing, anchorage, etc., to install millwork and make same
structurally sound.
'� General Requirements.
Finish Work. Material shall be thoroughly kiln dried before
' being milled and shall be protected from moisture or dampness until
completion of the building. No finished material is to be brought
to the building until the building is in a dry and suitable condition
to prevent damage to. finish.
3-C
Finish woodwork shall be milled in an accurate manner with first
class workmanship in accordance with the best practice for this
type of work. Finish surfaces, including moulded. work and edges,
shall be machine or hand sanded at the fill so that no machine
marks or defects will be visible.
Priming.. Millwork and finish work shall be primed by the.
'x Painting Contractor. Priming done at the building shall be done
immediately after material is delivered, and. the Contractor shall
be responsible for making the necessary arrangements for having it
done.
Installation. The installation and erection of wood finish or
millwork shall be performed by first class skilled mechanics and shall
'' be erected in straight, true and plumb lines. Joints shall be neatly
and. tightly fitted and all work left smooth. The work shall be left
securely fastened and in place with exposed nail heads set. No hammer
marks or other defects shall show.
Exterior Finish. All exterior finish wood trim shall be as
shown on drawings. Trim shall be redwood as specified Section
6B Finish Carpentry.
Interior Trim. All 'wood trim shall be as shown on the
drawings. Members shall be 'in single lengths, if less than 12'
long. External corners and splices shall be mitered, internal
corners shall be coped and mitered. Exposed wood trim in areas
shown to have plywood paneling shall be Ash as specified 6B.2
for natural finish. Exposed wood trim for painted finish as
shown on drawings shall be as specified 6B.2
Edge_Stripping. All exposed plywood edges including edges of
shelves, plywood doors, etc..shall be edge stripped with k" thick
x thickness of plywood solid wood strips glued to edge of plywood.
Wood shall be same species as face veneer of plywood. This re-
quirement shall not apply to paneling which shall .be mitered at
external corners.
I._Cabi_nets and Counters. Furnish and install cabinets and
counters as shown on the drawings and herein specified. Counters
and shelving shall be made of materials as specified 6B.2 for
'neutral finish. Cabinets, counters and shelving all other areas
` shall be made of materials specified 6B.2 for painted finish. All
exposed edges of plywood shall be edge stripped. Where nailing is
required, set nails and plug holes. Miter all exposed corners.
ICounter Top. Edges and backsplash shall be Stainless Steel
as indicated on the drawings, and coated with poly seal.
I' Anchorage_ Provide base and framing as shown on drawings
and as required in good millwork practice.
Hardware. Doors shall be hinged with 2 Amerock No. T7631 BB
Finish US10B hinges per door at top and bottom.
4-C
Sto_rage_Shelving. Furnish and install 3/4" thick plywood
shelves with edge strip. Shelves shall be placed at owners
discretion.
Completion. Complete all millwork as shown on drawings or
herein specified. All millwork shall be installed complete by
mechanics skilled in such work and left in first class,condition
ready for finish as specified under painting.
5-C
MOISTURE PROTECTION
MEMBRANE ROOF
Scope. Furnish and install built-up roofing and built-up
roof flashing as shown and herein specified.
Materials.
Base Sheet - GAF Stratavent base sheel - 1 layer
Base Sheet Fastener -Zonolite, Zono-Tite base ply fastener
1.2" diameter x 1.7" long
Roof Felts -
GAF
No. 15
asbestos felt
- 3 layers
Asphalt -
GAF
Roofing
asphalt
Gravel - Clean washed dry k" to " Joplin
chat or washed Arkansas River gravel,
light in color
Flanges at Gravel Guards and Other Edge Treatment - GAF No. 15
asbestos felts 2 layers
Flashing Cement GAF Flashtite cement
1'
Bedding for Metal Flashing & Gravel Stop - GAF plastic cement
Quality Assurance.
Comply with standards specified in this Section.
Qualifications of manufacturer: Products used in the work of
this Section shall be produced by manufacturers regularly
engaged in manufacture of similar items and with a history
of successful production acceptable to State Building Services.
Qualifications of Subcontractor: The subcontractor and his
personnel shall be currently approved by the manufacturer of
the approved products as qualified to install the materials
of this Section.
Qualifications of Installers: Use adequate numbers of skilled
workmen who are throughly trained and experienced in the necessary
crafts and who are completely familiar with the specified re-
quirements and the methods needed for proper performance of the
work of this Section.
Roofing Inspections: Make all required notifications and secure
all required inspections by the manufacturer of the approved
materials to facilitate issuance of the specified roof guarantee
and bond.
I
1 -MR
L
Submittals.
General. All materials shall be supplied by one manufacturer
unless otlierwise specified or approved in writing by the owner
and the manufacturer furnishing the bond or guarantee.
Product Data. Within 5 calendar days after award of Contract,
submit:
'_
1. Complete materials list of all items proposed to be
furnished and installed under this Section.
2. Manufacturer's specifications -and other data required
to demonstrate compliance with specified requirements.
3. Manufacturer's recommended methods of installation.
The manufacturer's recommended methods of installation, when
approved by State Building Services, will become the basis for
inspecting and accepting or rejecting actual installation
procedures used on the work.
Storage
Requirements.
Storage of
roofing felts,
insulation,
bitumen,
etc., shall
be subject. to
the following
requirements:
If within fifty (50) miles of contractor's warehouse: All
roll goods (felts), bitumen and insulation, etc., shall be
trucked to job daily from warehouse storage.
All other storage shall conform•to the following:
a. Enclosed truck, van or trailer storage on site.
b. Canvas tarpaulins with material on wooden pallets,
a minimum of six (6) inches above ground, secured
by ropes - all materials to be protected from
moisture and rain.
c. No storage under plastic.
Delivery to Site. No materials are to be delivered to the site
without proper preparation for storage and the installer's repre-
sentative on hand to accept the materials. All State agencies
are instructed not to accept delivery or be responsible for the
placement of such materials.
Job -Site Meeting Requirements. On roofing projects of necessary
size and complexity (to be determined by Arkansas State Building
Services), a Job Site Meeting will be required and include the
following:
Prior to the installation of the roofing and associated work,
meet at the designated place with the installer, the installer
of each component of associated work, the installer of deck or
substrate, the installer of other work in and around roofing
which must follow the roofing work (including mechanical work,
if any), the design professional and other representatives
directly concerned with performance of the work including,
when applicable, representatives of the insurers, test agencies,
2 -MR
product manufacturers, Arkansas State Building Services,
and.the Owner/Agency. A record will be made by the design
professional of the discussions of the conference, the
decisions and agreements reached, and he will furnish a
copy of the record to each party attending. Notify all
parties three (3) days minimum before the proposed meeting.
Protection of Building and Grounds. Properly and efficiently
protect building and grounds, and work of other trades, from
damage by roofer's materials during the performance of the
work. Take care to prevent bitumen, aggregate, and debris
from running into and clogging roof drains and rain water
conductors. Remove trash and clean up daily around job.
Exercise care and
do
not
permit structure, decking or any
roofing materials
to
be
overloaded or otherwise damaged.
No work shall be done at any time unless the surface, over
which the work is to be performed is dry and free of dirt
and debris.
The Contractor shall protect adjacent work and the building
walls from disfiguration by run, spillage, etc., of roofing
materials in the performance of his work and he shall bear
the labor and material costs of repair defaced in this manner.
The Contractor shall be responsible for all damage to any re-
lated items to his trade and will be responsible for the clean-
ing and repair or replacement of any such items. The Contractor
shall be responsible for removing from the project all of his
equipment and materials prior to final acceptance of the project,
and shall.leave his portion of the work clean and in complete
operating order. On completion of all work, the exterior
premises shall be free from all debris, bitumen stains, lumber,
scraps, and the grounds raked.
Manufacturer's Guarantee or Bond. Specified work shall, in
writing, be guaranteed by the Roofing Materials Manufacturer
for a period of ten (10) years with maximum penal sum available,
starting from date of the Roofing Materials Manufacturer's
acceptance of the completed mambrane roofing system. Installer
shall pay all required fees, secure all required inspections and
do all things necessary to secure and deliver to the Owner the
sepcified bond from the manufacturer of the approved materials.
Under this guarantee, bond, or warranty, the Manufacturer and/
or installer will make repairs necessary to correct roof leaks
resulting from the following causes:
a. Deterioration of part of the roofing system as a
result of ordinary wear and tear by the elements
b. Improper workmanship on the part of the Roofing
Installer.
3 -MR
c. Blisters, bare spots; fish mouths, wrinkles, ridges,
or splits not occasioned by structural failure of
the roof deck or its supporting members.
d. Slippage of any part of the roofing system.
e. Breaks in flashing not occasioned by failure of any
metal work.
The installer's and manufacturer's guarantee, bond, or warranty
shall not cover any failure of the roof system or any part thereof
as a result of the following causes:
a. Traffic or storage of materials. thereon.
b. Settlement, expansion, contraction, distortion,
cracking or failure of the roof dec, structural
members or foundation.
c. Distortion, expansion, or contraction of any ungu-
aranteed flashing or wrinkles, ridges, or splits not
occasioned•by structural failure of the roof deck
or its supporting members.
d. Infiltration or condensation of moisture in, through
or around the walls, roof top equipment, building
structure of underlying or surrounding materials
unless corrective work was specified for these areas.
e. Lightning, wind storm, hail storm, floods, hurricane.,
tornadoes, vandalism or other natural disasters.
The guarantee or bond shall be approved by the materials manu-
facturer. Surety Company Bonds are not acceptable. Submit
two (2) copies of the Roof Bond on manufacturer's standard
printed form to the Owner/Agency, upon acceptance of the roof.
Specified work shall be inspected by qualified representatives
of the manufacturer during its installation and at final comp-
letion, for conformance to manufacturer's warranty/bond program.
Minimum follow-up inspections -shall be made in accordance with
the manufacturer's requirements and corresponding observations
and reports provided to the Owner.
During the Guarantee or Bond Period, the roofing installer shall,
upon notice from the owner, have immediated temporary repairs
made and notify the roofing manufacturer. The manufacturer,
within thirty (30) days, shall investigate, report and, if cov-
ered by "Guarantee", permanently restore roof to watertight con-
dition under terms of the guarantee.
Installers Waranty. Upon completion of all work and as a
condition of its acceptance, deliver to the Owner a written
I.
::a
guarantee signed.by the Contractor and the installin sub -contractor
agreeing to correct all leaks and defects in the roofing system
work.
The time period for correction of the roofing system work shall be
two (2) years from the date of final acceptance of the roof by the
Owner's representative and State Building Services. Sixty (60) days
before end of two year period, review roof conditions on the site
with Owner and all parties concerned and correct all defects in con-
formance with specifications.
During the correction of work period, the roofing installer shall,
upon notice from the owner, make immediate temporary repairs and
notify the roofing materials manufacturer, a report made, and, if
covered by this guarantee or the roofing materials manufacturer's
guarantee, by permanently restored to a watertight condition, all
at no cost to the Owner.
Provide two (2) 10 -inch by 12 -inch minimum sizepainted signs made
of aluminum with a dark color background and letters of a contras-
ting color. Use paint that is compatible with the aluminum. Make
the sign to read "DO NOT MAKE REPAIRS OR ALTERATIONS TO THIS ROOF"
without written approval from the Owner or authorized representative.
This roof is maintained until •(insert the month and year years
after Final Completion Date), by (insert contractor's name, address
and telephone number). Permanently post signs as directed by the
Owner's representative. Provide at least.on (1) sign on each roof
with a minimum of (2) signs per building.
Special Requirements.
All materials must be clearly labeled with all pertinent info-
mation, including U.L. and specified insurance agencies' labels for
specified roof. deck construction. Materials delivered in hot bulky
equipment shall be accompanied by a certificate of the roofing sys-
tem materials manufacturer clearly stating the quality and melting
point or be tested by an independent laboratory, approved by the
Owner. The test shall be paid for by the installer.. The material
shall meet the specifications of the equivalent product of the manu-
facturer whose materials are being used.
Built-up roofing materials, including primers, bitumens, base
sheets, base flashing, felts, final surfacing, and flashing cements
shall be the products of, or approved by, the manufacturer of the
built-up roofing system specified and used.
Owner's Representative: Coordinate roofing activities with
theL_Owner's representative. Verify building and grounds access,
parking, materials storage, and other requirements prior to commen-
cing work.
5 -MR
Weather Condition Limitations: Proceed with roofing and
associated work only when weather conditions will permit unrest-
ricted use of materials and quality control of the work being
installed, complying with the requirements and with the recom-
mendations of the roofing materials manufacturers. Proceed only
when the installer is willing to guarantee with work as required
and without additonal reservations and restrictions. Record
decisions or agreements to proceed with the work under unfavorable
Iweather conditions. State the reasons for proceeding and the names
of the persons involved in the decisions, along with changes (if
any) in other requirements or terms of the contract.
Phased Constriction: Phased construction of roofing will be
cause for rejection. All plies of roofing felts must be applied
consecutively to the point of final surfacing. Final surfacing may
be delayed until a substantial area of roofing is completed. When
this occurs, roof surface must be clean and dry prior to finishing.
Contractor must schedule work so as to not be moving over or hauling
equipment over finished area of new roof.
Scheduling of Work: The roofing contractor shall conduct and
schedule his work in a manner to cause no disruption to the use of
the building. The building shall be maintained weather proof at all.
times. Schedule and regulate all activities so as to complete work
each day in a weathertight condition.
Contractor shall inform owner of his schedule and procedures
for corrective work. The supertindent on this job should have a set
of plans and specifications on the job at all times, and be familiar
with the scope of work. It shall be mandatory for same superintendent
to be responsible for the project from start to finish.
Installation of Roofing and Related Work: In accordance with
the latest edition of the roofing materials manufacturer's printed
specifications for the applicalbe built-up roofing, and as specified
herein. Finish in one (1) operation the application of built-up.
roofing up to the line of termination at end of each day's work.
Bitumen Temperature: Special care shall be take to insure that
the bitumen shall be heated to the proper temperature and that the
upper temperature limit shall not be exceeded;if the bitumen is heated
in excess of the upper temperature limit recommended by the roofing
materials manufacturer, the overheated bitumen shall not be used and
shall be removed from the Project Site immediately. Provide a working
and clearly visible temperature gauge.
• Cold Weather Application: Built-up roofing installation may
be continued in cold, dry weather providing that no over -heating of
thebitumen is necessary, and upon prior written approval of Owner's
Agent and manufacturer.
I
r
r
Built-up Roofing: Install in accordance with the approved
built-up roofing materials manufacturer's latest published manual
for the slope and type of substrate indicated.
Base Flashing: Install base flashing at curbs, other vertical
surfaces, where indicated, and as required to complete the install-
ation in accordance with roofing materials manufacturer's specific-
ations for the warrany/bong period required and as applicable for
the indicated conditions.
Accessories: Furnish all accessories as required to complete
the roofing, flashing and insulation systems in accordance with the
manufacturer's requirements and as specified.
Bleed Sheets and Bitumen Dams: At roof edges and openings,
provisions, such as bleed sheet or bitumen dams, shall be furnished
and installed to prevent bitumen dippage.
Cants: Where roof insulation adjoins vertical surfaces, pro-
vide pressure treated wood or fiberboard cant strips as specified,
unless otherwise indicated.
Water Cut -Offs: Provide water cut-off at end of each day's
work, and whenever rain or snow is imminent, at exposed edges of
roof insulation. Block flutes as required to prevent water from under
insulation. Remove water cut-offs before continuing with the ins-
tallation of the roof insulation system.
Roofing Metal Work: Roofing installer shall be responsible for
the proper attachment of specified work to any roofing metal work that
is embedded in, or in contact with, and becomes an intergral part of
the specified roofing system.
Embedded
Items:
Install
or
re -flash
all
embedded
items, or
items in contact
with
built-up
roof
system,
such
as but
not limited to:
1. Metal cap flashings
2. Prefabricated curbs for fans, roof scuttles, etc.
3. Roof drains and expansion joints
4. Flashing and/or.pitch pans as required for mechanical
equipment, piping, electrical conduits, etc., which
pass through roof system.
Power Driven Equipment: Use of power driven or heavy equipment
will not be permitted on roofs without the permission of the Uwner's
representative.
Roof Testing and Inspection. Provide safe access to the roof for
proper inspection. Notify the roofing materials manufacturer when-
ever roofing work is to be done in sufficient time to arrange any
r KI
inspections required by manufacturer's warranty/bond program.
Notify State Building Services and all interested parties three
(3) days minimum time before start of roof installations in order
that representatives may be present. Roof. cuts will be made only
when considered absoutely necessary to determine compliance with
specifications.
Cut 4" x 42" test samples of installed roofing as directed by the
Owner's representatives. Immediately repair roof to conform to
adjacent built-up roofing construction without cost to the Owner.
Cut additional test samples if so requested by the roofing mat-
erials manufacturer, and approved by the Owner.
Correction of Defective Work. In the event that analysis of
testsamples or inspection indicated that the built-up roofing sys-
tem, or a partion therof, does not conform to the specification, and
approved submittals, such defective built-up roof system work shall
be. corrected by removal and replacement to meet the requirements of
this section, without extra cost to the Owner.
Built -Up Roof.
General Instructions. All roof areas shall be coverd with
asphalt and gravel roof, GAF gravel surfaced roof, manufacturer's
specification No. 210N over Zonolite Roof Deck. Roof shall be applied
in .strict accordance with the specifications of the roofing manuf-
acturer and by applicator licensed by the manufacturer.
Prior to commencement of any phase of the roofing installation, the
entire surface which is to receive roofing materials shall be care-
fully inspected. Any unsatisfactory conditions shall be reported to
the Contractor in writing and be remedied by the contractor respon-
sible.
Application of Roofing over Sonolite Deck. Application recom-
mendations detailed GAF Catalog shall apply in addition to the
following recommendations and specifications.
Application of Roofing;
Over entire surface lay one thickness of sheathing paper where app-
licabel. Lap each sheet not less than 2 in. over preceding sheet.
Nail sufficiently with Zonolite base fasteners.to hold in place.
Over entire surface, lay one ply of GAF Universal Base Sheet. Lap
each sheet not less than 3 in. over preceding sheet. Nail along lap
of base sheet at intervals not to exceed 9 in. and stagger -nail
down center of sheet at intervals of 18 in. in each row.
Over entire surface, embed in Oaf roofing asphalt three plies of GAF
No. 15 asbestos felt. Lap each sheet 24 3/4" over preceding sheet.
Mop with GAF roofing asphalt full 24 3/4" on each sheet so that in
no place shall felt touch felt.
Over entire surface, pour uniform coating of GAF roofing asphalt
into which, while hot, embed not less than 400 lbs. of gravel or
300 lbs. of slag per each 100 sq. ft. of roof area.
See nailing recommendations for slopes 1/2 in. or greater GAF Catalog.
For lightweight concrete and poured gypsum, see nailing recommend-
ations GAF Catalog.
Roof Edges Shall be in accordance with GAF details and the fol-
lowing: At exposed edge of roofing, lay on 18" wide ply red resin
and one 18" wide Ply No. 15 felt under the four plies of roofing
felt. Extend these plies 9" beyond the roof and fasten them in place
by nailing only. After installation of four plies of roofing felt,
the two overhanging plies shall be turned back over the roofing felts.
The metal gravel guard shall then be installed, placing same over
a heavy trowel of flashing cement. Nail the gravel guard bedded in
plastic cement in place with galvanized nails and cover with two
additional strips of No. 15 asbestos felts, both strips being mop-
ped with asphalt
The Contractor shall build into the roofing all roof drains, flashing
for vents, stacks, etc., as furnished by other contractors.
• Built -Up Roof Flashing shall be in accordance with GAF details and
the following: Before applying gravel surfaces on the built-up
• roofs, install built-up roof flashing at the junction between the
roof and the vertical walls.
Roofing felt and asphalt on the main roof shall be extended up the
cant. Over the roofing covering the cant, and up the wall to the
bottom of the flashing, apply a heavy layer of plastite cement into
which embed.one ply. No. 15 felt flashing strip.
Over the entire surface of the flashing strips, apply a coat of
roofing cement into which embed one of asbestos combination flash-
ing.
The strips shall then be nailed to the cant, using 1 1/2" barbed
roofing nails through flat tin discs spaced 12" o.c.
Install counter flashing and backer strips for butt joints. All
metal shall be .032" minimum thickness aluminum
Protection. Contractor shall protect completed roofing system
from damage by planking or by other means during installation of
other work on or about the roof.
9 -MR
SHEETMETAL WORK
Scope. Furnish and install all sheet metal work as shown and
herein specified. Work includes but is not limited to gravel stop
and fascia, metal cap flashing and other related sheet metal work.
Sheetmetal ductwork is specified in Mechanical section.
Materials.
IGravel Stop Colorklad prepainted 24 gauge gal-
vanized steel textured "T".
I.
I
Sheet Metal Republic Steel Electro "Paintlok"
sheet 22 gauge unless otherwise
specified.
Solder ASTM B -32-66T
Gravel Guard. Furnish and install at all exposed edges Colork-
lad Prepainted 24 gauge galvanized steel textured "T" gravel stop,
as shown on drawings, Color shall be as selected by Owner. The
gravel stops shall be installed in strict accordance with the printed
directions of Vincent Brass and Aluminum Co. of Minneapolis, Minn.
Gravel, stops shall extend a minimum of 4" under roof edge.
Cleaning. Upon completion of sheet metal work, clean all exposed
metal surfaces and then rinse with clear water. Use method recom-
mended by Vincent Brass and Aluminum Co. to remove all discoloration
from gravel guard.
10 -MR
CAULKING AND SEALING
Scope. This section of the work included all caulking and
sealing. Caulk under sill for doors and fixed glass, setting con-
crete or masonry, thresholds, masonry control joints, all openings
and joints where. shown on the drawings of called for by these spec-
ifications to be caulked. Sealant for limestone is specified in
Section 4C.
Materials.
Caulking Compound DAP Butyl-Fles, one -part Butly Rubber
• based caulk.
Sealant #1 G.E. Silicone Sealant, colors as sel-
• ected by the Owner.
Foam Backing Polyurethane neoprene gasket - Prog-
ress Unlimited, Inc.
Application. Caulking of masonry joints shall be done with a
caulking gun, and joints shall be made weather tight; unless other-
wise shown or specified, use caulking compound for all exposed
joints.
Metal thresholds under exterior doors shall be bedded in caulking
compound.
Masonry control joints shall be backed with foam backing strips to
a depth of 1" then sealed with Butly-Rubber caulk. leaving caulking
recessed 1/4" from face of masonry. Joints shall be approximately
5/8" wide.
Seal with Butyl -Rubber caulk exterior fixed glass openings, caulking
the joint between the masonry and the metal frames; at sill, heads
and jambs.
Provide bed of caulking compound under all steel frames and steel
sills setting in concrete slab or masonry to provide air and water-
tight seal. Back caulk wherever possible and as shown on drawings.
Caulking shall ve color to match adjoining work or as selected by
the Owner's Agent.
Cleaning. Remove all surplus caulking compound, leaving the
exposed faces of joints smooth and completely filled.
I �.
GENERAL SPECIFICATIONS
CHAIN LINK FENCE
GENERAL. This item shll consist of furnishing all labor and
materials for chain link fencing located as shown on the plans.
Where fence traverses areas not cleared under site clearing, Gen-
eral Contractor shall clear a strip ten (10) feet wide with two
(2) feet outside of line and eight (8) feet on the inside.
All chain link fence, unless otherwise required by the Detailed
Sprcifications, shall be seven (7) feet in height from the bottom
of the vence fabric to the top barbed wire.
FABRIC. The fabric shall be composed of individual wire
pickets helically wound and interwoven from No.9 gage steel wire
to form a continuous chain link fabric having a 2" mesh. Top
and bottom edges shall have a twisted and barbed finish. Height
of fabric to be 6'-0".
It shall be hot dip galvanized- after. weaving to produce a zinc
coating not ,less in weight than 1.2 oz. per square foot of bare
wire surface and to stand 6 one -minute dips by the Preece Test
according to ASTM A-239 latest revision.
LINE POSTS. Shall be 2 3/8" o.d. shandard steel pipe (wei-
ght 3.65 lbs.. per foot) or 2 1/4" X 1.7/8" high carbon H -Beams
(weight 4.1 lbs. per foot), hot dip galvanized to produce a zinc
coating weight of not less than 1.2 oz. per sq. foot.
CORNER POSTS. Shall be 2 7/8" o.d. standard steel pipe
(weight 5.79 lbs. per foot), hot dip galvanized to produce a zinc
coating weight of not less than 1.2 oz. per sq. foot.
GATE POSTS. Gate posts for double drive gates up to 12 ft.
wide shall be 2 7/8" o.d. iron pipe weighing 5.79 lbs. per foot.
Gate posts for double dirve gates from 12 ft. to 16 ft, wide shall
be 4" o.d. iron. pipe weighing 9.11 lbs. per foot. Gate posts for
double drive gates from 16 feet to 24 feet shall be 6 5/8" o.d.
iron pipe weighing 18.97 lbs. per foot. Posts to be hot dip galv-
anized to produce a zinc coating weight of not less than 1.2 oz.
per-sq. foot.
' POST SPACING AND SETTING. All posts shall be placed in the
line of fence not to exceed ten (10) foot centers. All posts
shall be set thirty-six (36") inches in Class B concrete found -
Iations. Concrete foundations shall be circular in horizontal
, section, not less than nine (9) inches in diameter for line posts,
and with a diameter not less than the outside diameter of the
post plus nine (9) inches for each corner, gate and terminal post.
1 -CF
Post to be hot dip galvanized to produce a zinc coating weight of
not less than 1.2 oz. per sq. foot.
POST SPACING AND SETTING. All posts shall be placed in the
line of fence not to exceed the (10) foot centers. All posts
shall be set thirty-six (36") inches in Class B concrete found-
ations. Concrete foundations shall be circular in horizontal
section, not less than nine (1) inches in diameter for line posts,
and with a diameter not less than the outside diameter of the
post plus nine (9) inches for each corner, gate and terminal
post. Post foundations shall extend above the natural ground
surface and shall be crowned not less than on (1) inch to provide
adequate drainage away from the posts.
BARBED WIRE. The fabric shall be surmounted with three
strands of barbed wire. Each strand shall consist of 2 No. 12k
gage twisted steel line wires, hot dipped galvanized, with No. 12
gage 4 -point barbs spaced not more than 5 inches apart.
BARBED WIRE EXTENSIONS. All intermediate and corner posts
shall be equipped with extension arms for supporting barbed wire.
The extension arm shall be constructed of pressed steel through-
out or the base will be malleable iron and the extension pressed
steel, hot galvanized after fabrication, The corner arm casting
shall be equipped with a set screw or steel pin for locking in
position. Each extension arm shall carry three (3) strands of
barbed wire at an angle of forty-five (45) degrees, the upper
strand twelve (12) inches out from the fence line, and twelve (12)
inches above the top of the fabric.
GATES. All gates shall be fabricated by the manufacturer of
the fence in which they are installed, Gate frames shall be made
of 1.9" o.d. steel pipe, weighing 2.7 pounds per lineal foot, with
necessary intermediate braces of 1.66" o.d. steel pipe weighing
2.27 pounds per lineal foot, with all pipe, fittings, stretcher
bars, hook bolts, hinges, latches, truss -rods and otheraccessories,
heavily galvanized by the hot dip process.
Each gate shall be filled with fabric to match the line fence
fabric, and shall be provided with three (3) strands of galvanized
barbed wire above the top gate rail. Fabric shall be built into
the gate frame by means of stretcher bars and adjustable bolt hooks.
Latches for double drive gates shall be drop bar type securely
bolted to gate and to engage a heavy malleable iron gate stop
anchored in concrete footings and to allow for locking with pad-
lock.
Latches for walk gate shall be malleable iron gravity type latch
which will automatically engage pin welded in gate frame and fitted
for padlock.
2 -CF
Hinges shall be of heavy malleable iron, hot dipped galvanized,
offset type allowing gates to swing back parrallel with line of
fence.
FABRIC TIES. Shall be No. 9 galvanized wire of approved
design for use on line posts every 14 inches and on top rails
every 24 inches.
BRACE AND TENSION BANDS. Shall be unclimable type with
5/16" diameter square shouldered steel carriage bolts, non -remo-
vable from outside fence.
TENSION BARS. For attaching fabric to terminal posts. Shall
be 3/16" X 3/4" High Carbon steel attached to terminal post by
means of beveled edge bands.
TOP RAIL. All top.rails shall be of 1.9" o.d. seamless steel
pipe weighing 2.27 pounds per lineal foot or other sections of
equal quality as approved by the Engineer. All rails shall be gal-
vanized by the hot dip process after fabrication. The top rail
shall pass through bases of extension arms and form a continuous
brace from end to end of each section of fence. Top rails shall
be provided with expansion rail couplings and shall be securely
fastened to gate and terminal posts by means of suitable hot dipped
galvanized connections.
BRACING. All end, gate, corner and angle posts shall be suit-
ably braced with sections of a quality equal to 2.27 pounds 1.9" o.d.
seamless steel pipe, set in a horizontal position, with adjustable
3/8" truss braces between terminal and first line posts, complete
with all fittings hot dipped galvanized.. Swing gates shall be equip-
ped with auxiliary side braces where necessary.
MISCELLANEOUS FITTINGS. All fittings required to make a com-
plete installation to the malleable iron, pressed steel, aluminum
or forgings. All pipe and ferrous fittings shall be hot dip gal-
vanized to produce a zinc coating of not less than 2.0 oz. per sq.
foot of surface.
TENSION WIRE. A hot dip galvanized No. 9 gage steel tension
wire shall be woven through the bottom link of the fence fabric.
The tension wire shall be suitably attached to corner and line posts
in order to hold the bottom of the fabric in place.
3 -CF
DOORS, WINDOWS S GLASS
METAL DOORS AND FRAMES
Scope. Furnish and install metal doors, metal door frames
and U/L rated frames and doors.
Materials.
Hollow Metal Doors shall be of the following style and design as
shown on drawing:
Metal Doors Mesker Diamondor Series 16 ga. 1 3/4"
metal doors.
Metal Frames Mesker Standard Duty 5 3/4", 6 3/4"
and 8 3/4" 16 gauge U/L rate4 for
fire rated doors.
Shop Drawings. A complete set of shop drawing for doors and
frames shall be submitted to the Owner's Agent for approval prior
to manufacture of doors and frames. Submit three sets.
Hollow Metal Doors. Doors shall be Diamondor Series as manu-
factured by Mesker, 1 3/4" thick, constructed of two sheets 16
gauge cold rolled stretcher -levelled quality steel as shown on the
plans. Top and bottom channels shall be 16 gauge spot welded to
door face on 4" centers.
Hinge reinforcements shall be intregal with full height 12 gauge
vertical channel. Closer reinforcements shall be factory. installed.
Doors shall be edged mechanically interlocked for maximum structural
integrity. The inside of the door shall be rigid polystyrene sheet
pressure laminated to faces for solid composite construction. Doors
shall be phosphatized inside and out and prime painted.
Doors shall be mortised as required:
1 3/4" doors 4 hinges 4 1/2 x 4 1/2 templated hinges for 7' 10"
Doors shall be mortised for Govt. No. 86 mortise locks. No. 161
cylindrical locks or other locking hardware as required or specified.
Reinforcements for surface applied hardware shall be furnished where
required. Cylindrical lockset 1 3/4" door -- 2 3/4" backsets.
Metal Door and Glass Frames.
Standard 5 3/4", 6 3/4" or 8 3/4",
1 3/4" doors.
Metal door frames shall be Mesker
16 gauge metal door frames for
1 -DWG
I
I
I
I1J
They shall be mortised 1 3/4" door = 4 1/2" x 4 1/2" high standard
weight template hinges, and to ASA universal strike or Govt. No. 160,
161 stike. Plaster guards shall be furnished for all mortises.
Reinforcement for surface -applied hardware shall be furnished as re-
quired. Frames shall be phosphatized on both sides and painted with
a baked on rust inhibitive gray primer. Frame corners shall be
miltered, welded as shown on plans.
Frames shall be supplied with suitable anchors to fit wall conditions.
Three rubber mutes shall be furnished on all single swing door frames.
Two mutes on all double swing door frame headers.
Transoms, sidelights, fixed glass and panel frames that extend to
suspended ceiling or soffit ceiling struts shall extend to and be
anchored securely to structure above ceiling or soffit in manner
approved by frames manufacturer and the Owner's Agent. Provide 1/2"
channel glass stops for glass panels in metal frames. Install all
other anchors required to make frames secure.
Painting. Metal doors and frames shall be given a priming coat
of paint before shipment. After installation, touch-up any damaged
spots in prime coat before final coats of paint are applied.
Erection. Doors, frames and hardware shall be installed as
recommended by manufacturer, set plumb, securely anchored and adj-
usted to operate freely, leave doors clean and ready for final coats
of field applied paint.
Is
ALUMINUM WINDOWS
Scope. Furnish and install aluminum project out aluminum
windows as shown on drawings and herein specified. Glazing spec-
ified under Section entitled Glass and Glazing.
Materials.
Aluminum Windows Series 100 as manufactured by Win/Vent
Inc. with medium bronze Duranodic
finish or equal.
Aluminum Windows. Furnish and install project out aluminum
windows complete with screens, weatherstripping and hardware. Frame
section shall be tubular 1 3/4" in depth.. Frame and sash members
to be neatly mitered at corners and reinforced with corner blocks
and mig welded to provide hairline joinery. Seal frame and sash
joints with elastic sealant. Provide double weatherstripping with
extruded vinyl to provide two point contact when closed. Windows
to have cam handles with strikes and adjustable 4 bar arm hinges.
Windows shall be. interior glazed with extruded snap- in vinyl glaz-
ing beads. Windows shall be designed to accept 1" insulating glass.
Provide screen of standard 18x16 mesh with finish to match windows.
Screen to be complete with mounting hardware.
Erection. The windows shall be set true and plumb in prepared
openings and shall be securely anchored in place with screws fast-
ened through the perimeter frame and into lead, plastic, or fiber
anchoring devices. The windows shall be thoroughly caulked between
the frames and surrounding construction.
3 -DWG
FINISH HARDWARE
Scope. Fough hardware such as nails, screws, bolts, anchors,
etc., are specified under Steel and Miscellaneous Metals and Car-
pentry.
Hardware for cabinets is specified under Finish Carpentry.
All remaining hardware is included uncluded under this heading.
Submittals. Submit 6 copies of a complete list of hardware
for each location for which hardware is specified to be furnished.
as specified in General Requirements and in the General Conditions,
giving manufacturer's name and catalog number.
Three copies will be retained by the Owner's Agent and if more than
three copies are required by the Contractor, subcontractor and
material suppliers a correspondingly greater number of copies shall
be submitted. In addition, furnish 2 copies of catalog pages des-
cribing each item listed.
Materials. Hardware of manufacturers other than those specified,
which is equal in quality, type, design and use may be submitted
therefore, provided the hardware meets requirements of the specif-
ications.
Details. Examine the details of the items for which hardware
is to be furnished and where finished shape or size of members
taking hardware is such as to prevent, or make unsuitable, use
of the exact types specified, suitable types having as nearly as
practicable the same operation and quality as the type specified shall
be furnished.
Exposed screws shall have phillips heads.
Locks shall have 2 3/4" backset. Fronts shall be beveled 1/8" to 2"
Templates and Hardware for Metal Doors and Frames. Hardware
to be installed on metal doors or frames shall be made to template
and shall be furnished with machine screws, except where thru bolts
are specified.
Furnish paper templated of items which are specified to be applied
to metal doors or metal frames, delivering templates to the manuf-
acturers of the doors and frames.
Marking. Deliver hardware in cartons bearing the manufacturer's
Tables and catalog numbers corresponding to those used in the approved
schedule. In addition, mark each carton with the item number used in
1•
4 -DWG
v
the schedule, and the door number for which it is intended. If
for any reason the hardware is received at the job without such
markings, it shall not be sorted or used until all packages have
been so marked by a representative of the manufacturer.
Installation Removal and Reinstallation. Install hardware and
then, before painting is started either remove all finished parts
of hardware, except hinges and after completion of painting work,
reinstall and adjust hardware, or completerly protedt hardware so
that upon completion of the work it is absolutely free of painting
materials.
Keying. Lock cylinders shall be subject to keys as follows:
1. Utility Rooms, Roof Access - Construction Master,
University of Arkansas Mechanical Utility #2 master
key only, and University of Arkansas electrical #2
key only.
2. Other Rooms - Construction Master, Building Master,
change key.
Construction master for locks subject to existing mechanical and
electrical masters may be different than construction master for
other locks.
Keys for locks other than those subject to existing mechanical or
electrical masters shall be of an entirely different key -way than
those now in use at Wilson Park Pool, and shall be of a type that
will not permit the keys now in existance to enter the cylinder
key -way, nor shall the new keys be allowed to enter the key -ways
now existing. Cylinders shall have six (6) active pins.
Bows of keys shall be stamped with a key number as directed by the
Owner's Agent. The key numbers will in general consist of one let-
ter and four numbers, thus: WP -1000. In addition, key bows shall
be marked: City of Fayetteville - DO NOT DUPLICATE.
The following keys are required:
Bathhouse building Master Keys - Twenty
Change.Keys - As directed by the Owner's Agent, averaging
three per cylinder
Concession Stand Keys - Ten
Equipment Room Key - Ten
Door Hardware. Hardware shall be furnished in accordance with
the following list. Door numbers and letters used in this schedule
refer to the door number as shown on drawings.
Door Schedule. See Plans.
5 -DWG
FINISHES
CERAMIC TILE
Scope. Furnish and install ceramic tile on Pool floor and walls.
Materials. The following standards and specifications shall
govern, with modifications as specified herein:
Specification for Glazed Ceramic Wall Tile installed in Portland
Cement Mortars.
USA Standard Specification for. Installation of Ceramic Tile with
Water Resistant Organic Adhesives.
USA Standard for Organic Adhesive for Installatio of Ceramic Tile.
USA Standard Specitifaction for Ceramic Tile.
Floor Tile. Black frostproof, 2"x 2", 3" x 3", or 6" x 6" sizes;
plain faces with cushion edges.
Wall Tile. Frostproof glazed tile 6" x 6".
Trim Shapes. Same as per plan. Bullnose tile to be same color as
wall tile.
Portland, Cement. SS -C -192g. Use white Portland Cement when required
to produce joint mortar color noted.
Sand. ASTM C 144, free from material which could react harmfully
with alkalies in cement.
Organic Adhesive. ANSI A 136.1 Containers shall bear hall mark of
the Tile Contractors' Association of America Testing Program, or
adhesive manufacturer.
Installation - General. Tile shall be firmly bonded in place
with finished surfaces in true planes. Joints shall be straingt,
true and uniform in width and solidly filled. Completed work shall
be free from hollow sounding areas and loose, cracked or defective
tile.
Tile work shall be laid out so that no tiles less than one-half
full size shall occur.
Tile shall have standard combination at external and internal corners
and at intersections of wall and floor finish.
1-F
Intersections and returns shall be accurately formed. Cutting and
drilling of tile shall be neatly done without marring the surface.
Cut.edges of tile against trim, finish, or built-in items shall be
carefully ground and jointed.
Vertical units and joints shall be maintained plumb. Horizontal
units and joints shall be maintained level.
Joints in tile work, not otherwise shown or specified, shall have
widths specified herein. Where minimum and maximum widths are
specified, joints shall be within such limits and as nearly uniform
as practicable throughout the work. Joints shall be grouted to '
depth of cushion and concave for cushion edge tile.
Ceramic Tile 1/8 inch
Installation with Organic Adhesives.
Setting, grouting, cleaning and curing shall be in accordance
with requirements of referenced ANSIA 136.1 specification, as
modified herein. Use "thin set" method to install floor tile over
structural concrete slabs and :wall tile over water resistant gypsum
board.
Recommendations of Manufacturer of adhesives shall be strictly.
followed in preparation of tile and grouting.
R' Grouting. Follow grout manufacturer's recommendations as to
grouting procedures and precautions.
Remove all grout haze, observing grout manufacturer's recommendations
as to use of acid and chemical cleaners.
Rinse tilework thoroughly with clean water before and after using
chemical cleaners.
Protection. Work shall be adequately protected from damage
until completion of contract. . . .
ii
2-F
ACOUSTICAL TREATMENT
Scope. Furnish and install complete suspended acoustical
tile ceiling system, including acoustical lay -in panels, suspen-
tion system for wood panels, wall trim angles and all accessories
to make a complete suspended ceiling installation as shown on
drawings and herein specified.
Materials.
Samples Submit samples of each type ceiling
tile and grid system to Owner's
Agent for written approval before
ordering material.
Suspention System
Wall Angles
Acoustical Ceiling Board
Donn Products, Inc., Donn DX
suspension system 24" x 48"
and 24" x 24" grid spacing or
equal.
Donn Products, Inc.., Channel or
Angle Shape or Shadow Molding or
Equal.
Conwed 24" x 48" x 5/8" thich
Natural Fissured II or Equal.
Exposed "T" Suspension System. Furnish and install Donn Products
24" x 48" and 24" x 24" ceiling, ceilings as shown on drawings and
herein specified. 24" x 24" grid for Shadow Line tile. shall .be pain-
ted black, or dark bronze as directed by the Owner's Agent.
Hangers shall be No. 10 galvanized wire spaced 48" on. centers.
(Dependent on main tee and ceiling load to be carried.) Provide
extra hanger wires at each corner of light fixtures to support
weight of fixture.
Suspended ceiling system shall be Donn DX. Exposed grid system as
manufactured by Donn Products, Inc., Westlake, Ohio. Components
shall be formed from commercial quality cold -steel, electro zinc
coated and prepainted. Exposed finish shall be low sheen satin
white except as specified above for shadwo line, tile.
The suspension system shall support the ceiling assembly shown on
the drawings or specified herein with a manimum deflection of 1/360
with the following components:
Main Tee with double web design and with a rectangular bulb, with
15/16" .face lower exposed flange and with a rolled cap; with cross
tee holes at 6" o.c. with hanger wire holes at 4" o.c.; with an
integral reversible splice.
3-F
Cross Tee with double web design and with a rectangular buld; with
web extended to form a positiove interlock between cross tee webs
through intersecting tee web holes; with the lower flange extended
and offset to provide a flush level intersection.
Wall molding of a channel or angle shape for shadow line tile or
shadow molding with 24" x 48" tile, with prefinished exposed face.
Installation of Acoustical Material. The acoustical contractor
shall install acoustical ceiling material. Care shall be taken not
to damage panels during installation. Contractor will remove and
replace all damaged and soiled ceiling panels at completion of pro-
ject. Use Shadow Line tile for areas shown to have 24" x 24" grid.
Completion. A final inspection of the ceiling shall be made and
all damaged or soiled parts shall be removed and replaced with new
panels. Repair or replace any damaged tees. Leave ceiling in first
class condition. Supply one full carton of each type ceiling tile
1. used for future use by the Owner.
I
I
I
4-F
PAINTING
Scope. Work under this section of the specifications includes
all priming, painting, enameling, staining, varnishing, masonry
waterproofing and finishing called for by. the drawings and these
specifications.
No painting of the following materials is required:
Copper, brass, aluminum, acoustical ceilings, ceramic tile,
exterior concrete.
Materials. Materials required for painting shall be delivered
in unbroken packages, and shall be subject to inspection for approval.
Brands of painting materials specified below are used to establish
the type and quality of material, and equal products of other manu-
facturers may be used.
Before. purchasing material the Contractor shall submit to the Owner's
Agent a list of all material which he proposes to use and materials
shall not be purchased until the. list is approved. Materials shall
be as follows:
Exterior Ferrous Metal Paint Moore ironclad Retardo Rust
Inhibitive Paint
Metal Primer
Exterior
Exterior
Interior
Interior
Interior
Latex Wa
Concrete Primer
Concrete Paint
Masonry Filler
Masonry Primer
Masonry Paint
11 Primer
Latex Wall Paint
Epoxy Paint
Interior Stain
Interior Sealer
Moore -Ironclad Galvanized Metal
Primer
Moore Fill Coat Block Filler
Moore-Moorgard Latex House Paint
Moore Fill Coat Block Filler
Moore Latex Enamel Underbody
Moore Regal Aquavelvet
Moore Latex Quick -Dry Prime Seal
Latex Enamel Underbody
Moore Regal Aquavelvet
Moore Tile -Like Catalized Arch.
Coating
Moore-Benwood ARch Penetration Stain
Moore-Benwood O.D. Sanding Sealer
5-F
I
I
Interior Varnish
Paste Filler
Linseed Oil
White Shellac
Exterior Soffit Paint
Moore Movar Urethane Finish
Moore Benwood Paste Wood Filler
Moore
Dan -Tex Flex -Rote
Application. All painting work shall be done by first class
workmen in best approved manner, strictly, according to the speci-
fications and recommendations of manufacturers of products used.
All surfaces shall be completely covered and if this result cannot
be obtained with the number of coats specified, additional coats
shall be applied without any increase in the contract amount.
Before commencing the painting, the painter shall carefully inspect
all surfaces to be painted and shall not proceed with his work un-
less surfaces are in proper condition to receive his work.
All nail holes shall be carefully filled with colored putty. All
knot holes, pitch pockets, etc., shall be sealed with shellac. All
raised grain shall be sanded smooth. All enamel and varnish work
shall be sanded or steel wooled between coats to produce smooth flaw-
less surfaces.
Reveal trim and exposed joints shall be painted black as shown on
drawings. Painting in most cases shall be done before material is
installed or as directed by the Owner's Agent.
Samples. The Contractor shall obtain necessary instructions
from the Owner's Agent and prepare for his approval samples for
every color andfinish required in the work. The work shall not be
commenced until approval of samples is obtained and all work shall
conform to samples.
Priming. The Contractor will provide space for the painting
contractor to prime mill work.
Woodwork and gypsum board which is to be. enameled shall be primed
on all sides with one coat of enamel primer.
LWC block shall have one coat of masonry filler and one coat of
primer.
Exposed metal work to be painted and which is not already primed
shall be given one coat of metal primer. Damaged places in pre-
viously applied priming coats shall be touched up.
6-F
Exterior Metal Work. All exposed exterior ferrous or galvanized
metal work except metal doors and glass frames including structural and
architectural steel, ventilators, etc., shall be given 2 coats of exter-
ior ferrous metal paint in addition to the priming coat. Aluminum fan
and ventilator housings shall be given prime coat and two coats of ext-
erior ferrous metal paint.
All exposed interior ferrous metal work including both interior and ex-
terior of metal doors, frames and glass frames, piping, heating units,
electric condutis and cabinets, grilles, structural steel and all other
exposed metal, shall be given 1 coat enamel primer, and two coats Ferrous
Metal Paint.
Galvanized sheet metal shall be neutralized with weak solution of copper
sulfate before priming.
Exterior Concrete Walls. Exterior concrete walls shall be filled and
primed and then given one coat exterior concrete paint.
. Interior Woodwork. All exposed woodwork, trim, plywood shelves,
cabinets, etc., except natural finish shall be given two coats of enamel
in addition to the priming coat.
Interior Paneling, Cabinets and Trim (Natural Finish). All paneling,
natural finish cabinets, counters, hardwood railing, frames and trim shall
have one coat stain wiped off across grain and sanded, one coat sanding
sealer, one coat Trim Varnish Gloss, sanded, one coat Trim Varnish Satin
or Dull as directed by the Owner's Agent. Where edges of plywood are to
be exposed in "revealed" joints and trim sand edge painting shall be done
before paneling is placed or as directed by the Owner's Agent. All wood
parts of millwork items such as cabinets and counters shall be finished
all sides. This includes insides of drawers and doors.
Interior LWC Block. All interior LWC block partitions and walls
shall be given one coat block filler, one coat interior wall primer; color
to match final coat, and one coat interior wall paint and then will poly
seal in accordance with manufacturer's recommendations.
Final coat of paint shall be applied with long nap roller where possible.
Wall shall be covered completely with no shadows. If proper coverage is
not achieved with final coat, wall shall be given another coat. Spray
painting of LWC block will not be accepted. Poly seal coat on wall to
cover final coat of paint.
LWC Block Epoxy Paint Finish. Furnish and install epoxy paint
finish as shown on drawings to have epoxy paint. Epoxy finish shall
consist of 1 coat of LWC Block Filler, one coat interior wall primer,
and 1 coat Moore Tile -Like Epoxy Finish. Gloss or semi -gloss as directed
by the Owner's Agent. Epoxy finish shall be installed in strict accordance
with manufacturer's directions.
Exterior Soffit Finish. All @xterior soffits shall be given one
coat wall primer and one coat Dan- Ax Flex-Kote Textured Paint. Texture
and color as directed by Owner's agent.
r�
Cleaning. The painter shall protect floors, glass, hardware,
electric receptacles and switches, wood, etc., in a suitable manner to
prevent damage to same by painting. Electric plates are to be installed
after completion of painting.
The painter shall be responsible for any damage done to the work of
other contractors, and shall at his expense replace any materials
damaged to. such an extent that they cannot be restored to their
original condition.
Upon completion of the work, this Contractor shall clean off all
paint spots and stains from floors, woodwork, glass, hardware, etc.,
and leave his work in perfect condition.
11
I.
PH
I
I
I
a,
SPECIALTIES
COMPARTMENTS AND CUBICLES
Scope. Furnish and install all toilet room accessories and
equipment called for by this.section of the specifications, making
each article complete and ready for use.
Shop Drawings. Submit to the Owner's Agent for approval shop
drawings, samples or catalog data giving.a complete description of
I' all equipment for material specified under this heading.
Toilet Compartments. Furnish materials, labor, equipment and
perform all services required to fabricate, deliver and erect toilet
compartments and essential components necessary for a complete in-
stallation as indicated on the drawings and as specified herein.
Materials.
Doors - In women's dressing room only - 3/4" plywood w/handles and
latches.
Partition Screens-
4"
Concrete
block
wall 4 ft. high.
Urinal Screens -
4"
Concrete
block
construction as per
plans.
Construction. The finished panels shall be constructed as a
sandwich of two sheets of high pressure plastic laminate cemented with
Urea Formadelphyde Resin under pressure and heat to a plywood or flake -
board core and completely sealed on edges with plastic laminate, cemented
with synthetic thermoplastic adhesive.
Hardware and Fittings.
Door Stops shall be 1" X 2" wood fastened to concrete block walls.
Hinge brackets for doors and escutceons shall be chromium plated.
Hinges shall be TWIN INVISADOR star -lock Nylon Cam gravity type, with
bearing units at top and bottom of each door and shall be adjustable for
0, 45, and 90 deg. opening.
All compartments shall be fitted with door pulls, locks, and tissue
holders.
Doors for special compartments for handicapped shall be minimum. of 32
inches wide for swing out.
Provide 2 handrails each side of 3' o" wide (minimum) compartment for
handicapped.. Handrails shall be chrome plated, 33" from floor 1 �" '
outside diameter with clearance of 1 ½" from wall and rail in compliance
with ASTM AIM.1.
1 -SP
Paper Towel Dispensers and Waste Receptacles. Furnish and install one
Bobrick B-3944 stainl'e'ss steel towel dispenser and waste receptacle
in each public restroom as shown on drawings.
2 -SP
MECHANICAL
GENERAL PROVISIONS
Related.Documents. The General Provisions of the Contract,
including General and Supplementary Conditions, and General Requi-
rements apply to the work specified in this section.
Fees, Permits and Inspections, All required fees, permits
and inspections shall be obtained and paid for by the Contractor
under the section of the specifications for which they are required.
Certificates of Final Inspection: Under this section of the speci-
Ifications, the Contractor shall, upon completion of the work, furnish
a certificate of final inspection to the Owner's Agent from the ins-
pection department having jurisdiction.
I.ShopDrawings and Descriptive Data. Submit 6 copies of shop
drawings and catalog data for all equipment, fixtures and devices as
_-. specified in sections of this Division, and as specified in General
Requirements of the General Conditions. Each submittal shall consist
of a tabulation of all items included, followed by catalog and data
sheets, drawings, wiring diagrams, etc., all bound in a single folder.
Prepare and submit two copies of maintenance manuals including all
applicable shop drawings and catalog data prior to application for
final payment.
Three copies shall be retained by the City of Fayetteville and if
more than three copies are required by the Contractor, subcontractor
and material suppliers a correspondingly greater number of copies
will be submitted.
Drawings. The mechanical drawings show the general arrangement
of all piping equipment and appurtenances and shall be followed as
closely as actual building construction and the work of other trades
will permit. The mechanical work shall conform to the requirements
shown on all of the drawings. General and Structural Drawings shall
take precedence over Mechanical Drawings. Because of the small scale
of the mechanical drawings, it is not possible to indicate all offsets,
fittings and accessories which may be required. The Contractor shall
investigate the structural and fininsh conditions affecting the work
and shall arrange his work accordingly, providing such fittings, valves
and accessories as may be required to meet such conditions.
Codes and Standards. All work shall comply with applicable Codes
and Standards, including state laws, local ordinances, utility company
regulations, and the applicable requirements for the following national-
ly accepted codes and standards:
1-M
1. Building Codes
a. Standard Building Code
b. National Plumbing Code
c. Arkansas State Plumbing Code
2. Industry Standards, Codes and Specifications
a. AASHO - American Association of State Highway Officials
b. IEEE - Institute of Electrical and Electronics Engineers
c. AMCA - Air Moving & Conditioning Association
d. ASA - American Standards Association
e. ASHRAE - American Society of Heating, Refrigerating & Air
Conditioning Engineers, Inc.
f. ASME - American Society of Mechanical Engineers
g. ASTM - American Society of Testing & Materials
h. AWWA - American Water Works Association
i. IPCEA - Insulated Power Cable Engineers Association
j. NBS - National Bureau of Standards
k. NEMA - National Electrical Manufacturers' Association
I.
1. NFPA - National Fire Protection Association
m. SMACNA - Sheet Metal & Air Conditioning Contractor's
National Association
n. UL - Underwriters' Laboratories
Incase of difference between other authorities and the Contract Documents,
the most strigent shall govern.. The Contractor shall promptly notify the
City of Fayetteville's Agent in writing of any such differences.
Non-compliance: Should the Contractor perform any work that does not comply
with the requirements of applicable authorities, he shall bear all costs
arising in correcting the deficiencies.
Coordination of Work. The Contractor shall compare Mechanical
Drawings and Specifications with the Drawings and Specifications for
other trades, and shall report and discrepancies between them to the
City's Agent and obtain from him written instructions for changes neces-
sary in the Mechanical work. The Mechanical work shall be installed in
cooperation with other trades installing inter -related work. Before
installation, the Contractor shall make proper provisions to avoid inter-
ferences in a manner approved by the City's Agent and changes required
in the work of the Contractor caused by his neglect to do so shall be
made by him at his own expense.
Locations of pipes, ducts, equipment, fixtures, etc., shall be adjusted to
accomodate the work to interferences anticipated and encountered. The
Contractor shall determine the exact route and location of each pipe and
duct prior to fabrication.
2-M
Right-of-way:
Lines which pitch
shall tae the right-of-way over those
which do not
pitch. For
example:
Sewer lines, plumbing drains and
gutter drain
lines shall
normally
have right-of-way. Lines whose elev-
ations cannot
be changed
shall have
right-of-way over lines whose elev-
ations cannot
be changed.
Offset transitions and changes in directions in pipes and ducts shall be
made as. required to maintain proper head room and pitch of sloping lines
whether or not indicated on the Drawings. Furnish and install all traps,
air vents, sanitary vents, etc., as required to effect these offsets,
transitions and changes in direction.
Installation and Arrangement: Install mechanical work to permit removal
(without damage to other parts) pumps, chlorinators, valves, filters,
and all other parts requiring periodic replacement or maintenance.
Arrange pipes, ducts, raceways and equipment to permit ready access to
valves, cocks, traps, starters, motors, control components and to clear
the openings of swinging and overhead doors and of access panels.
Access: Provide necessary access panels in equipment, ducts, etc., as
required for inspection of interiors and for proper maintenance.
I Drawings by Contractor: When directed by the City's Agent, the Contractor
shall submit for approval .by the City's Agent, drawings clearly showing
the mechanical work and its relation to the work of other trades before
M commencing shop fabrication or erection in the field.
Equipment and Materials. Materials shall be new and shall bear
the manufacturer's name, trade name and the UL table in every case where
a standard has been established for the particular material. Equipment
shall be essentially the standard product of a manufacturer regularly
engaged in the production of the required type of equipment, and shall. be
the manufacturer's latest approved design. Equipment and materials of the
same general type shall be of the same make throughout the work to provide
uniform appearance, operation and maintenance.
Delivery and Storage: Equipment and materials shall be delivered to the
site and stored in original containers, suitable sheltered from the elements,
but readily accessible for inspection by the City's Agent until installed.
All items subject to moisture damage shall be stored in dry, heated spaces.
Protection: Equipment shall be tightly covered and protected against dirt,
water and chemical or mechanical injury and theft. At completion of the
work fixtures, equipment and materials shall be free of defects and dam-
age and shall be cleaned and polished and truned over to the Owner in
first class condition. Damage or defects developing before acceptance of
the work shall be made good at the Contractor's expense.
3-M
Dimensions: It shall be the responsibility of the Contractor to insure
that items furnished fit the space available. He shall make necessary
field measurements to ascertain space requirements, including those for
connections, and shall furnish and install such sizes and shapes of
equipment that the final installation shall suit the true intent and
meaning of the Drawings and Specifications.
Manufacturer's directions shall be followed completely in the delivery,
storage, protection and installation of equipment and materials. Notify
the City's Agent in writing of any conflict between any requirement of
the Contract Documents and the manufacturer's directions and obtain the
City's Agent written instruction before proceeding with the work. Should
the Contractor perform any work that does not comply with the manufac-
turer's directions or such written instructions from the City's Agent,
he shall bear all costs arising in correcting the deficiencies.
Cutting and Patching. Under each section of the specifications,
the Contractor shall be responsible for all required digging, cutting,
` F etc., incident to his work under that section, and shall make all satif-
factory repairs, but in no case shall the Contractor cut into any major
structural element, beam or column.
I Pavements, sidewalks, roads and curbs shall be cut, patched, repaired and/
or replaced as required to permit the installation of the work of the
various trades and such cutting, patching, repairing and replacing shall
be the responsibility of and paid for by the Contractor under the section
of the specifications for the trade requiring the work.
Each trade shall bear the expense of all cutting, patching, repairing
or replacing of the work of other trades required because of his fault,
error or tardiness or because of any damage done by him.
i
i
Where holes in concrete floors are more than 1/2" diameter larger than
pipes and insulation, or ducts, the excess openings shall be filled or
0 covered with damp -mix mortar or concrete to a thickness d£ at least 5".
Equipment Accessories. Furnish and install all equipment, acces-
sories, connections and incidental items necessary to fully complete the
work, ready for use occupancy and operation.
Connections: Install piping connectiong to pumps and other equipment
without strain at the piping connection. Remove the bolts in these
I' flanged connections or disconnect piping as directed to demonstrate that
piping has been so connected.
Connections different from those shown: Where equipment requiring dif-
ferent arrangement or connections from those shown is submitted for
approval is approved, it shall be the responsibility of the Contractor to
install the equipment to operate properly and in harmony with the intent
4-M
of the Drawings and Specifications, and he shall make all incidental
changes in piping, ductwork, supports, insulation, heaters, etc. He
shall provide any additional equipment required for the proper operation
of the system resulting from the selection of equipment, including all
required changes in affected trades. The Contractor shall be respons-
ible for the proper location of roughing in and connections by other
trades. All changes shall be made at no increase in the contract am-
ount or additional cost to the other trades.
Concrete equipment bases: Concrete pads and bases for pumps, tanks,
piping and other equipment are specified under section entitled Co-
ncrete, but the supplier of the equipment shall establish sizes and
locations of the various concrete bases. required and shall provide all
necessary anchor bolts together with templates for holding these bolts
in position.
Excavation and Trenching for Piping. Excavate to the depths
indicated on the Drawings or as otherwise specified. Excavated mat-
erials not required or suitable for backfill or. fill shall be removed
from the site. Do such grading as is necessary to prevent surface
water from flowing into trenches or other excavations. Water accumu-
lating therein shall be removed by pumping or by other approved method.
Do sheeting andshoring as may be necessary for protection of the work
and for safety of personnell. Excavation shall be by open cut except
that short sections of a trench may be. tunneled if the pipe can be
safely and properly installed and backfill can be properly tamped in
such tunnel sections.
Trench Excavation: Bottom of trench run sewer and outlet drain pipe
shall be rounded so that at least the bottom quadrant of the pipe rests
firmly on undisturbed soil. for as nearly the full length of the barrel
as proper jointing operations will permit. Grade bottom of trenches to
provide uniform bearing and support for each section of pipe on undis-
turbed soil. Where rock is encountered excavate to a minimum overdepth
of 4 inches below trench depths indicated on the Drawings or specified.
Overdepths in rock excavation and unauthorized.overdepths shall be back -
filled. Wherever wet or otherwise unstable soil incapable of properly
supporting the pipe is encountered such soil shall be removed and the
trench backfilled to proper grade as hereinafter specified.
Depth of cover: Trenches shall be of depth that will provide the fol-
lowing minimum depths of cover from existing grade or from indicated
finish grade, whichever is lower, unless otherwise specifically shown:
Toto,and a half feet minimum cover: Water lines, sanitary and
storm sewers.
Two feet minimum cover: Gas
5-M
'.1:
I :
i Protection of existing utilities: Existing utility lines to be ret-
' ained that are shown on the Drawings. or the locations of which are
made known to the Contractor prior to excavation, as well as all util-
ity lines uncovered during excavation operations, shall be protected
from damage during excavation and backfilling, and if'damaged, shall
be repaired by the Contractor, at his expense.
Backfilling of Trenches. Trenches shall not be backfilled
'until required pressure and ther tests have been performed and until
the utilities systems as installed conform to requirements of Drawings
and Specifications.
.Backfill trenches with excavated materials consisting of earth, sandy
clay, sand, gravel, soft shale or other approved materials, free from
clods of earth or stones over 2 1/2" maximum dimension, deposited in
6 inch layers and compacted to 95% of the maximum laboratory density
determined in accordance with ASTM 0698, Moisture -Density Relation of
Soils. Tests for maximum density will be made without expense to
Contractor. If fills fail to meet the specified densities, the Cont-
ractor shall remove and recompact the fill until specified densities
are achieved.
Sleeves. Install sleeves for pipes and ducts which pass through
floors or roof, and for pipes which pass through masonry or concrete
walls or partitions. Sleeves for pipe shall be standard weight galv-
anized steel pipe. Sleeves for ducts shall be 16 gauge galvanized
sheet steel.
Sleeves shall be large enough so that pipe and insulation can pass
through freely, but not larger than necessary. Sleeves in floor slabs
shall be extended 2" above the surface of the floor, whether in finished
rooms, concealed spaces, chases or partitions. Sleeves in roof slab,
walls and partitions shall be with the finished surfaces.
In exterior walls the space between sleeves and pipes passing through
the sleeves shall be sealed with graphite coatedasbestos packing and
molten lead.
Flashing. Furnish and install suitable flashings where Mech-
anical items penetrate the roofing. Flashings for pipes and roof drains
shall be 30" square and flashings for pipes shall extend to the top of
the pipe and be turned over and down 1" into the pipe, or be capped by
a separate flashthng.colar.
Flashings shall be made of 4 pound soft lead, 16 ounce copper or 28
gauge Type 304 stainless steel.
Hangers and Supports. Support equipment, piping and ducts.
plumb, rigid and true to line. Study shop drawings and catalog data
to determine how equipment and fixtures are to be supported and fur-
nish and install all necessary bolts, inserts, pipe stands, brackets
and accessories required. The use of pipe hooks, chains or perfor-
ated strap for supports will not be permitted.
6-M
Ii
Where equipment, piping or ducts are to be supported by concrete, install
' anchor bolts or inserts before concrete is poured. Inserts shall be.
GrinnelNo's 279 or 282, or Modern No's 90,510 or 511. Expansion shields
and powder -actuated inserts may be used provided hangers are suspended
from.an angle which is fastened in place by the bolts and shields, or
inserts.
Where practicable place parallel pipes at the same elevation and install
' trapeze hangers. Parallel pipes shall be spaced so that there will be
at least 1/2" clear space between the lines after insulation is applied
ad if required. Individual hangers shall have adjustable swivel pipe rings.
Grinnel No's. 104 or 107, for piping smaller than 4" and 260 or equal,
for larger pipe. Hangers for copper pipe shall be copper plated.
Space supports not more than 5' apart for cast iron soil pipe, copper
pipe 2" and smaller, and steel pipe 1 3/4" and smaller. Hangers for
larger copper and steel pipe shall be spaced not more than 10' apart.
Hangers for Schedule 40 PVC pipe shall be in accordance with the man-
ufacturer's recommended support spacing for given pipe size and temp-
erature of fluid conveyed.
Support vertical pipes at each. floor or ceiling level and at each coup-
ling or union, using riser clamps which are supported by the floor or
are secured to the ceiling. Clamps for copper pipes shall be copper
plated.
' General Piping Installation. Furnish and install a complete
system of piping, all valved as indicated or as necessary to completely
control the entire apparatus and all appurtenances. The piping drawings
' are diagrammatic and indicate the general location and connections. If
the size of any piping is not clearly evident, obtain instructions from
the City's Agent before proceeding with the work. The piping may have
'•to be offset, lowered or raised as required or as directed at the site.
• This does not relieve the contractor from responsibility for the proper
erection of systems of piping in every respect suitable for the work
intended.
Erection: Piping shall be cut accurately for fabrication to measure-
ments established at the construction site. Pipe shall be worked into
place without springing and/or forcing, properly clearing all windows,
doors, and other openings and equipment. Remove all burr and cutting
slag by reaming or other cleaning methods. Changes in direction shall
be made with fittings, except that bending of pipe will be permitted
providing a hydraulic pipe bender is used. Bent pipe showing kinks,
wrinkles, or other malformation will not be acceptable. Piping shall
be arranged so as not to interfere with removal of other equipment or
devices nor to block access to doors, windows, manholes or other access
openings. Piping shall be installed to insure noiseless ciruclation.
Valves and specialities shall be placed to permit easy operation and
access, and valves shall be regulated, packed and. glands adjusted at
the completion of the work before final acceptance. Piping shall be
7-M
installed so as to avoid liquid or air pockets. Eccentric reducers
shall be used wherever changes in pipe sizes occur in hot water and
chill water mains. Locate reducers approximately 18" beyond the near-
est upstream branch.
Expansion and contraction of piping
loops, bends or expansion joints to
piping, equipment or the building.
Minimum slope of piping shall be in
7V unless otherwise specifically shown
Type of Piping or
Fluid Conveyed
Sewer, Sanitary
Sewer, Storm
shall be provided by expansion
prevent injury to connections,
accordance with the following
on the drawings or specified:
System Component
Main or branch
Main or branch
Length for One
Inch Fall
4 feet
4 feet
Direction
of Fall
Direction of flo'
Direction of floc
Unions shall be installed on by-passes, ahead of traps, at connections
• to equipment, where shown on the drawing or where required to facilitate
removal' of equipment whether shown or not.
ISpring clamp plates (escutcheons) shall be provided where pipes are
exposed in finish locations of the building and run through walls,
' floors, or ceiling. Plates shall be chorme plated spun brass of plain
pattern and shall be set tight on the pipe and to the building surface.
ajt Protection: Open ends of pipes and equipment shall be properly capped
I.1 or plugged to keep dirt and other foreign materials out of the system.
Plugs of rags, wool, cotton, waste or similar materials must not be used
in plugging.
I.- Installation of underground pipe: Bottom of trench shall be shaped to
give substantially uniform circumferential support to lower third of
.each pipe. Pipe shall be laid true to line and grade in such manner as
' to form a close concentric joint with adjoining pipe and to prevent sud-
den offsets to flow line. As work progresses, interior of pipe shall be
cleared of dirt and superflouous materials: Where cleaning after laying
'is difficult because of small pipe size, a suitable swab or drag shall
be kept in pipe and pulled forward past each joint immediately after
joining has been completed. Trenches shall be kept free from water until
' pipe jointing has set and pipe shall not be laid when condition of
trench or weather is unsuitable for such work.
Cleaning and flushing: Contractor shall take every percaution to remove
dirt, grease, :and all other foreign matter from each length of piping
before making connections in the field. After each section of piping is
installed, it shall be flushed with clean water except where specified
otherwise.
8-M
A temporary flushing connection shall be arranged for each section of
piping and flushing arranged for all piping. Water required for flus-
hing shall be furnished by the Contractor. Temporary cross connections
for flushing and drainage connections shall be furnished, installed and
subsequently removed by the.Contractor.
Identification. Identify pipes by a stenciled legend painted
on the pipe in all exposed locations, at intervals not to exceed 20
feet and in addition, at each point where a pipe leaves or enters a
wall. Letters shall be sized in accordance with the following:
Outside Diameter of
Pipe or Covering
Up to 1 1/4"
1 1/2" to 2"
2 1/2" to 6"
Over 6"
Height of Legend
Letters
1/2"
3/4"
1 1/2"
2"
Valve Identification: Valves, regardless of size, shall have brass or
plastic tags at least 1 1/2" in diameter. Legend shall be scheduled to
conform. to tag and shall include function of the valve, normal position,
fluid conveyed and other pertinent data.
9-M
If
■1
PLUMBING
Related Documents. The General Provisions of the Contract,
including General and Supplementary Conditions, and General Requirem-
ents apply to the Work specified in this section.
Furnish and install the storm drainage system, the hot and cold water
piping systems, gas piping system modification, plumbing fixtures, san-
itary drainage and vent system as indicated on the drawings and as
called for by this section of the Specifications and by the General
Provisions.
Transportation, Scaffolding, Etc. This Contractor shall furnish
all necessary scaffolding, tackle, tools and appurtenances of all kinds,
and all labor required for the safe and expeditious execution of his
contract.
Sterilization. Each unit of completed water line installed
' under this contract shall be thoroughly sterilized with chlorine or
hypochlorite before it is placed in operation. The amount of chlorine
applied shall be such as to provide a dosage of not less than 50 parts
per million. The chlorination materials shall be introduced into the
water line in such a manner as to distribute the chlorine throughout
the system and as approved by the Owner. Following a contact. period
of not less than eight (8) hours, the heavily chlorinated water shall
'be flushed from the lines with clean water until the residual chlorine
content is. not greater than 0.2 parts per million. All valves in the
•j water lines being sterilized shall be opened and closed several times
during the eight (8) hour period.
Cross -Connections. Potable and nonpotable water supplies shall
be distributed through systems entirely independent of each other, and
any cross -connection between such .supplies is prohibited.
Backflow. The water -distributing system shall be protected
against backflow. Every outlet shall be protected from backflow,
perferable by having the outlet end from which the water flows spa-
ced a distance above flood level rim of the receptacle into which the
water flows sufficient to provide a "minimum air gap", as defined in
ASA A404-1942. Where it is not possible to provide a minimum air gap,
the water outlet shall be equipped with an accessibly located back -
flow preventer complying with ASA A406-1943, installed in the discha-
rge side of the manual control valve.
Unions. All union connections on piping 2" and smaller in
diameter shall be ground joint brass union, having brass taper seat
and both screw ends hexagonal and shall be designed for a steam
working pressure up to 125 pounds..
10-M
All union connections on similar piping 2 1/2" and larger in dia-
meter shall be made with cast iron (for steel pipe) and cast brass
(for copper pipe) gasket type flange unions.
Valves. All valves shall have the name or trademark of the
manufacturer and the guaranteed working pressure cast or stamped on
the body. Adaptors shall be provided for all valves on copper lines.
All stop valves used on this work, unless otherwise specified or
required, shall be of the gate pattern, suitable for 125 lbs, steam
working. pressure.
All gate valves shall be packed and left perfectly tight at the com-
pletion of the work.
Gate valves 2" and smaller shall be make of the best brass of screwed
pattern of the solid wedge type, double seat, non -rising stem, with
gland stuffing box and iron wheel, Crane No. 438, Jenkins or Walworth.
Gate valves 2 1/2" and larger shall be iron body, brass trimmed,
flanged ends and otherwise of the same type as smaller valves, Crane
No. 461, Jenkins or Walworth.
' Globe valves 2" and smaller shall be of the best grade brass, screwed
pattern, removable disc suitable for the fluid to be controlled, with
gland stuffing box and iron wheel, Crane No. 7, Jenkins or Walworth.
Globe valves 2 1/2" and larger shall be iron body, brass trimmed,
t flanged ends and otherwise same type as smaller valves, Crane No. 359,
Jenkins or Walworth.
' Check valves 2" and smaller shall be made of the best grade brass,
screwed pattern, swing check, Crane No. 37, Jenkins or Walworth, for
hot water and No. 41 for cold water. Check valves 2 1/2" and larger
I, shall be iron body and brass trimmed, flanged ends, swing check, Crane
No. 373, Jenkins or Walworth, for hot water and No. 373 with No. 6
disc for cold water.
Cocks 1" and smaller shall be #125 square head, iron body, with brass
plug, Crane #324, Jenkins or Walworth. Cocks 1 1/4" through 2" shall
be made of semi -steel, screwed pattern, lubricated, Nordstrom No. 114,
Homestead or Walworth. Cocks 2 1/2" and larger shall be flanged ends
and otherwise same type as smaller cocks, Nordstrom No. 115, Homestead
or Walworth.
Soil, Waste, Vent and Sanitary Drainage Piping. Waste arms for
lavatories and urinals shall be DWV copper with cast brass adaptors
and wrought copper fittings. All other waste and vent piping outside
and inside of building shall be service weight cast iron soil pipe and
fittings. All cast iron soil pipe and fittings shall be of the rein-
forced hub type, coated inside and outside with coal tar varnish and
shall conform to the ASTM "Standard Specifications for Cast Iron Soil
Pipe and Fitting".
11-M
I,
Soil, waste and vent piping must be of sizes noted and run as indicated
Ion the drawings, and shall be given auniform grade of 1/4" per foot
wherever possible, but.in no case less than 1/8" per foot for 4" pipe.
and 1/16" per foot for 6" pipe. The soil vent pipes shall be exten-
' ded through roof. Each riser extending through the roof shall pro-
ject 10" above roof line and shall be flashed as specified in the
General Provisions. Where so shown, connect vent below roof. Exten-
sion of existing vent shall be made in accordance with standard
• plumbing procedure.
Sanitary sewer pipe and fittings (exterior of the building) shall be
cast iron soil pipe, asme as waste piping.
Storm. Storm drainage piping shall be schedule 40 DWV-PVC
pipe.
' Pipe Joints. Joints in cast iron soil pipes shall be caulked
joints made with picked oakum and molten lead, 12 ounces of which
shall be used for each inch in diameter of the pipes, at each joint,
and must be poured in at one time. The lead to be used for this
• purpose shall be soft "Pig" or "Bar". After cooling and shrinking,
I. the lead shall be thoroughly caulked and the joints made. impermeable
to gases and liquids, and also be capable of withstanding the tests
• applied. The face of the lead joints shall be left without putty,
paint or cement. Whenever joints are. made on the floor surface they
shall be recaulked after being placed in position.
• At the Contractor's option Tyler "Ty -Seal" neoprene joints may be
used in lieu of oakum and lead, provided pipe is adequately supported
at each joint.
Vent piping above floor slab may be "No -Hub" cast iron pipe and fittings.
Cleanouts. - Cleanouts shall.be provided at the ends and at
points in change of direction of all drain, soil, waste pipes, gutter
drains and branches thereof, at the foot of each riser, at all offsets,
in all horizontal runs at approximately 50' intervals, and at other
points where indicated on plans or where required.
All Cleanouts in connection with cast iron pipe except the traps and
fittings on horizontal branches, shall have tapped "Y" fittings of
same size as pipe up to 4" and 4" for all larger pipe, closed with
screw plugs. All other cleanouts in connection with cast iron pipe.,
except those that occur in finished floors and walls, shall have
heavy cast iron ferreles same size as pipe up to 4" and 4" for all
larger pipe, caulked into hub., and closed with a screw plug. All
PVC gutter drain piping to have cleanouts at 50' intervals flush
with decking and utilizing flush screw in caps.
12-M
H.
All cleanouts in finished floors shall be Zurn Wade or approved equal,
with membrane anchorage pan and clamping collar, scoriated nickel -
bronze access cover and adjustable (rams; cleanout plug shall be
straight threaded with tapered shoulder that seals against caulked
seat in body. Access covers for use in carpeted areas shall be pro-
vided in areas with carpeted floors.
All cleanouts in finished walls shall be Zurn, Wade or approved equal,
with polished nickel -bronze access cover and straight threaded, tap-
ered shoulder plug that seals against caulked lead seat.
Traps and Drains. P -traps shall be placed under all floor
drains, and where indicated in wastes, and at obter points indicated
on plans. P -traps shall be service weight, cast iron, bell and
spigot pattern.
Drains shall be Josam, Zurn or approved equal, in accordance with the
Schedule of the Drawings. Sizes and locations shall be as indicated
on the drawings.
Gas Service and Piping. Contractor shall connect to existing
gas service in accordance with the requirements of Arkansas Western Gas Co. and/or other municipal or state regulations. All gas piping
shall conform to the Pipeline Safety Code of the Pulbic Service
Commission and the Standard Gas Code. Gas piping shall have cathodic
'protection and all piping subject to natural gas pressure over 15
ounces must be welded. Any charge made by the Gas Company for placing
of valves, piping or. connection to service main shall be borne by
a this contractor. See plans for extent of work.
This Contractor shall extend the system of gas piping, to the various
outlets as indicated on the drawings, complete with stop cocks, drip
pockets, valves and other accessories that may be required to give
proper and adequate service.
Provide gas cocks in final connection to all equipment. Unions will
not be permitted, except in final connections to equipment. Proper
reducing fittings shall be used. Bushings will not be accepted. Gas
piping in building shall be standard weight schedule 40 black steel
pipe with maleable fittings, unless Contractor wishes to weld all
joints. Welding rod shall be of same material as piping. No bronze
welding will be permitted.
All underground gas piping, including service, shall be a standard
line pipe with welded joints provided with a mill installed protective
covering of Republic "X-Tru-Coat", or apporved equal, high density
polyethylene applied over an adhesive undercoating. All field joints
and fittings shall be protected with Republic "X-Tru-Tape" and primer,
or approve equal applied as per manufacturer's recommendations. Gas
piping shall be laid at least 24" below grade at all points.
13-M
All gas piping in good, including setvice,shall be checked with a
"Holiday" detector to assure that the coating is free of holes,
voids, contamination, cracks, etc. This test shall be performed
after the completion of joint and fitting coation and touch-up.
This test shall be conducted in the presence of the Owner's inspec-
tor and perfomed by experienced personnel.
Test all gas piping with air pump and mercury gauge to pressure
that will maintain 20" mercury column for 20 minutes.
Water Service, This Contractor shall connect to existing
service and extend the water service around perimeter of pool as
indicated on plans. The Contractor shall pay all cost in connection
with the installation of the complete water service.
Water service pipe shall be Type "L" hard drawn copper tubing with
solder joint wrought copper tube fittings, except when such service
is under concrete or paving, such pipe shall be type "L" hard drawn
copper tubing. Joints in Type "L" tubing shall be made with 95-5
solder. Joints in Type "L" tubing shall be made with Easy -Flo 45.
Hot and Cold Water Piping. Hot and cold water piping which
is run in the ground, under the building, shall be Type "L" hard
drawn copper with solder joint wrought copper tube fittings. Joints
shall be made with Easy -Flow 45.
All other cold and hot water piping within the building shall be
Type "L" hard drawn copper tubing, with solder joint wrought copper
tube fittings. Joints shall be made with 95-5 solder.
Adaptors shall be used for screwed valves in copper piping. Connec-
tions between copper and steel shall be insulated to prevent electro-
lysis. All water piping.shall pitch to low point to drain.
Main drain line piping to be schedule 80 PVC piping with solvent
weld and sized according to drawings.
Vacuum Line Piping. Vacuum line pipe, fittings and joining
material shall be schedule 80 PVC, solvent weld connection, sizes
as indicated on drawings.
Gutter Drain Piping. Gutter drain piping to be schedule 80
PVC sized as shown on the plans and connections should be solvent
weld.
Return Inlet Supply Piping. Return inlet supply piping to
be schedule 80 PVC sized as shown on the plans and connections should
be solvent weld.
14-M
Wall Hydrants & Hose Bibbs. Furnish and install wall hydrants
where shown on drawings of the freezeproof concealed type, Woodford
automatic draining Model B65 or approved equal, with vacuum breaker-
backflow preventer, 3/4'! hose thread nozzle, polished brass finish
on brass castings, loose key, length to suit each condition for con-
cealment. Present loose keys to Owner upon installation.
Hot Water Heater (Domestic Hot Water). Accessories shall
consist of ASME relief valves of proper size with lever and discharge
piped to floor drain; 9" scale front, side, or inclined angle type
industrial thermometer 30-240 degrees F. range, with separable socket
connection.
Hot water
temperature control devices shall be
Watts N170L solid brass
automatic
adjustable thermostatic water tempering
valve,
Control
device for
line serving public restrooms shall
be for low
temperature
operation,
set so that water temperature does
not exceed
110 f.
Locations,
sizes and other temperature ranges
shall be as
shown on the
drawings or as hereinafter specified.
Backflow Preventer. Furnish and install where shown on drawings
Watts Series 900, or approved equal, backflow preventer, all bronze
construction, complete with strainer, test cocks and gate valves. Shop
drawing submittal shall include flow -pressure drop data. See drawings
for size.
As -Built Drawings. The Contractor shall, during the progress
of the work, keep an accurate record of all changes and corrections
from the layouts shown on the drawings. Record of changes may be
kept by accurately making all changes on a set of prints during the
progress of the job. Exact location of all underground utility ser-
vice entrances and their connections to utility mains as well as all
' valves, etc., which will be concealed in the finished work shall be
accurately indicated on the drawings by measured distances. Upon
completion of the work and prior to final payment, the Contractor
shall furnish to the City's Agent one set of "as -built" prints, leg-
ibly and accurately marked to indicate all changes, additions, del-
etions, etc., from the contract drawings.
Test and Inspections. The Plumbing Contractor shall at his
own expense during the progress of the work, or upon its completion,
make such tests of his work as are. herein specified, or as are req-
uired by the Owner, or by the state bureaus having jurisdiction and
under their supervision.
The contractor shall provide all apparatus, temporary piping Conn-
' ections, or any other requirements necessary for such tests. He
shall take all due precautions to prevent damage to the building or
its contents incurred by such tests, and he will be required to
2 repair and make good at his own expense any damage so caused.
15-M
Any leaks, defects of deficiencies discovered as a result of tests
shall be immediately repaired or made good, and tests shall be rep-
eated until the test requirements are fully complied with. No caul-
king of pipe joints to remedy leaks will be permitted except where
lead and oakum joints are used.
The following tests are required unless otherwise directed:
1. The drainage and vent piping system throughout
shall be tested upon completion of the rough
work and without fixtures or traps connected.
All openings, except.at top of stacks, to be
tightly closed by screw plugs or equivalent
device, and the system to be entirely filled
with water, which shall stand without leak or
loss of level for a period of four hours.
2. All hot and cold water piping shall be tested
to a hydraulic pressure of 100 psi at the first
floor level, which pressure shall be maintained
without pumping for a period of one hour.
3. Gas piping shall be tested as hereinbefore
specified.
4. Swimming pool systems shall be tested as follows:
a. After piping is erected, but before piping is
connected to existing equipment,the lines
shall be cleared of all dirt and debris and
an air pressure test placed on all piping.
Test pressure shall be same as maximum
working pressure of pipe on 50 p9i, which
ever is greater. Test shall be left on pipe
for a period of 24 hours. If piping looses
more than 2 pounds of pressure in 24 hours,
raise test pressure to 50,PSI and add soap
to all joints to check for leakage. Repair
as required.
b. After installing service outlet valves, the
systems shall be subjected to a test pressure
of 150 psi by means of cylinder nitrogen or
cylinder oil -free -and -dry compressed air. This
test pressure shall be maintained until each
joint has been thoroughly examined for leaks by
means of soapy water.
c. After leaks have been properly repaired, a 24
hour standing pressure test with oil -free -and -
dry air or nitrogen, 150 psi shall be made.
16-M
I
I
I
I
a
After completion of final standing pressure
test, the system shall be thoroughly flushed
with the gas to be used in the system.
5. The Plumbing Contractor shall conduct tests of ap-
paratus installed by him to demonstrate the satis-
factory operation of same and the fulfillment of
the requirements. He shall make any additional
tests that may be required by other authorities.
Completion. It is the intention that this specification shall
provide a complete installation except as hereinbefore specifically
excepted. All accessory construction and apparatus necessary or
advantageous in the operation and testing of the work shall be incl-
uded. The omission of specific reference to any part of the work
necessary for such complete installation shall not be interpreted
as relieving this Contractor from furnishing and installing such
parts.
17-M
i�
SWIMMING POOL MECHANICAL EQUIPTMENT
' SPECIFICATIONS
A. FILTER TANK WORK: Both 102" Dia. filter tanks are to be emptied of
filter material and inspected for rust. Rust shall be removed by sanding
or scraping. Tanks should then be recoated on the inside with two coats
of Koppers bitumastic tank coating. Exteriors of tanks shall be checked for
rust and said rust shall be removed by sanding or scraping. Exteriors of tanks
shall then be repainted with a. good quality enamel.Color selected by owner.
Fresh clean filter media in accordance with the manufactur's recommendations
shall be reinstalled in tanks to the depths required.
B. FILTER FACE AND MANIFOLD PIPING: All metal face piping that is found to be
in good condition shall be sandblasted to remove all old rust and paint.
Piping shall then be primed with one coat of zinc chromate primer. Two coats
of a good quality enamel shall be used to repaint the face piping.
( Face piping shall mean to indicate piping, valves, hair and lint strainer,
check valves, pump, etc.)
C. WATER LEVAL CONTROL TANK: The metal water level control tank in the
equiptment building shall be sandblasted and scraped to remove all old
paint and rust. Tank will then be checked to see if it is salvagable. If so,
paint tank with one coat of zinc chromate primer and two coats of good quality
enamel. Inside of tank shall receive two coats of Koppers bitumastic tank
coating.
D.. EQUIPTMENT IN WORKING ORDER: It shall be the intent of these specifications
that the responsibility for putting the equiptment in good working order shall
be that of the contractor. Contractor should check-out.equiptment prior to bid
to insure that it is functional.
E. WADING POOL MAIN DRAIN: Wading pool main drain shall be Swimquip No.7017-93,
8" Diameter supm with anti -vortex frame and grate. Outlet of wading pool
main drain shall be 2" and shall be equipped iwth a Swimquip No. 7282
hydrostatic relief valve and 2"X8" hydootube.
F. MAIN POOL DRAINS: The main swimming pool shall be equipped with three(3)
eighteen(18") inch square main drain frame and grates, Swimquip model 7160 or
equal. One Swimquip No. 7282 hydrostatic relief valve and hydrotube shall
be installed in the center main drain sump.
G. INLET FITTINGS -WADING AND MAIN POOL: Main pool and wading pool inlets
shall be Swimquip No. 8425 brass body type with 1Nz " IPS screwed connections.
Eyeballs shall be moveable and made of cycolac and equipped with a flow
control device. (35 required).
H. VACUUM FITTINGS: The
main swimming
pool
and wading pool shall be equipped
with seven(7) Swinquip No.
8100 C.P.B.
2" IPS
vacuum fittings.
I. WADING POOL SKIMMERS: The wading pool shall be equipped with four(4)
American Products Admiral surface skimmers with internal wiers and vandal
proof lids.
J. GUTTER DRAIN
FITTINGS: The
main
swimming pool shall be. equipped
with
twenty-eight (28)
Swimquip No.
7520
CEP Gutter Drain fittings with
grate openings
not to exceed }L"
. The grates
shall
be secured to the body with two
(2) ni-cad
plated screws.
K. SURGE TANK VALVE: Contractor to furnish and install one (1) Swimquip No.
13600-8 surge tank wafer valve'in surge tank. Surge tank valve to consist
of a flange type body of a chemically resistant synthetic material to be
installed between to companion flanges with a wafer type valve disc of same
material mounted on a stainless steel shaft through center of valve body. A
3/8 " float rod shall be secured to the shaft on each side of the body with
a 7" diameter polyethelene float attached to each rod. Valve disc shall
be in a 20% open position with float up and full open withfloat down. Valve
to be eight (8) inch. 1
L. EXISTING DISENFECTION EQUIPTMENT: Existing gas chlorinator and soda ash
feeder shall be checked out by contractor and operating condition analyzed. If
chlorinator and soda ash feeder are found in good working order, only cleaning
and adjusting need to be done by contractor. If disinfection equiptment is found
to be inoperable, such equiptemnt shall be sent off to the factory for repair
or repaired by the contractor at his option. In any case, it shall be the
responsibility of the contracotr to insure that disinfection equiptment is in
good working order when pool is completand system is started up.
' M. OPTIONAL NEW CHLORINATION AND CHEMICAL FEEDING EQUIPTMENT WITH AUTOMATIC
CONTROLLERS:
An integrated electronic automatic chemical feed system shall be bid to the
I Owner by the contractor as an optional extra item. This system shall be equal
to Sranco model No. 390 R as built by Stranco of Bradley, Illinois.
Equiptment will be installed in strict accordance with manufacture recommendations
and installed in the present chemical treatment room adjacent to the pool equiptment
room.
I
I
AUTOMATIC SWIMMING POOL WATER TREATMENT CONTROL SYSTEM.
�J A. An integrated lectronics system shall be furnished and installed
to continuously monitor and control the pH level and chlorine
residual of the main swimming pool water. The system shall be a
Model No. 390R as manufactured by Stranco of Bradley, Illinois,
or approved equal.
B. Exceptions to the specification will not be considered unless
equal to the specified system in every respect in the opinion
of the Engineer and'must be submitted for approval not less
than ten calendar days prior to bid date. Submittals for
proposed exceptions must include a list of 20 operating in-
stallations of controllers of this type including names and
phone numbers of operating personnel.
C. The system shall be capable of monitoring and controlling pH
level within 0.1 pH units per year and free available chlorine
or bromine within 0.1 ppm per year. Proof of the specified
level of control stability shall be submitted with proposed
exceptions. Chlorine monitoring and control shall be potent-
iometric. Amperometric and colormetric controllers shall not
be considered equal to these specifications.
D. Description:
1. The controller shall be provided in a wall -mountable metal
cabinet with baked enamel finish with a key -lockable, plexi-
glass windowed door.
a
2. Two face panel digital readouts one inch high shall continu-
ously display pool water pH value and free chlorine residual.
Free chlorine shall be displayed directely in ppm, with oxidation/
reduction potential display available by depressing a front
panel button. The parts -per -million reading is to bea
directly -interpreted value based on acutal pH input to the
circuit; approximations and meter -face conversions shall not
be considered equal.
3. Pool water shall not be permitted to enter the cabinet in
any way.. An integral self -air -purging sensing chamber with
see-through inspection cover, sensing electrodes and
corrosion -proof flow switch shall be housed in a separate
cabinet which shall receive the continuous -flowing, press-
urized sample stream. This cabinet shall allow remoting
of the main control unit from the sample source by as much
as 1,000 feet.
4. Face panel set -level controls shall limit operation selection
of control points with a range of 7.0 to 8.0 pH and 0.3 to
5.0 ppm chlorine.
5. All sensing, control and output circuits shall be protected with
resettable thermal circuit breakers rather than fuses. All AC
line voltage connections shall be accessible only by removing a
protective metal panel clearly identified as the access panel
to line voltage.
6. Controller outputs shall be off/on standard line voltage of not
less than 10 Amps. for control of pumps or solenoid -operated
valves. Automatic outputs shall be capable of being manually
and independently overridden with face panel mode switches.
7. All electronics shall be contained on quick disconnect printed
circuit boards coated with a protective material impervious to
moisture.
8. Controller shall be provided with audible and visual high and
• low pH and high and low chlorine alarms. High pH alarm shall
prevent soda ash or caustic feed. Low pH alarm shall prevent
acid feed. Low pH alarm shall also lock out gas chlorine feed,
as applicable. High chlorine alarm shall prevent chlorine feed.
Any of the four alarms, in addition to pH feed alarms, chlorine
feed alarm and loss -of -flow alarm, shall activate a remotable
master alarm signal. Alarms shall be adjustable to activate at
desired points.
9. In the event of loss of sample stream, flow, controller shall
place chemical feeders on standby.
10. Controller shall disable the appropriate chemical feeder(s) and
energize. audible and visual feed alarm in the event of:
a) electrode failure;
b) chemical feeder malfunction, improper sizing or
output setting;
c) depletion of chemical supply;
d) manual override of automatic control by untrained
or unauthorized personnel;
e) improper valving of recirculation system; or
f) feed circuit failure.
Mechanical feed -limit timers shall not be considered equal.
11. Controller shall be capable of being programmed to prevent
chemical feed at selectable intervals, for nighttime or
other unique control adaptations, sepcialty chemical feed.
Automatic probe maintenance if required shall also be
programmable.
12. Chemical feed event indicator lights, power indicator light,
and flowing sample stream indicator light shall be light -
emitting diodes. All alarm lights shall be flashing red
light -emitting diodes.
13. Chlorine and pH sensors shall not require recharging or re-
filling with crystals. Sensors shall be capable of with-
standing temperature of =40 degrees F. to allow for safe
off-season storage, heating plant failure or shutdown, or
winter season shipment.. They shall contain at least 50
thilliliters of reference solution, be. ruggedized, injection
moulded And color coded.
Cables shall not exceed 30 inches in length. The chlorine
electrode shall have at least one square centimeter of
platinum.
14. Calibrator/Test Unit: The system shall be provided with a
calibrator/test unit which may be used to simply and quickly
check the integrity of electrodes, preamplifiers and circuit
boards. The unit shall be hand-held, battery -powered and
configured in such a way as to make possible use by unskilled
personnel.
15. The unit shall be provided with an illustrated installation,
operation and maintenance manual with drawings, photographs,
and detailed written descriptions of all phases of controller
function. .
16. Checkout of final installation, startup, calibration and
instruction of operating personnel shall be performed by an
authorized representative of the manufacturer. Startup shall
consist of at least one-half day on -site training.
17. Recorders. The system shall be provided with two recorders,
one for pH and one for chlorine residual which shall be in-
dependent, identical and quickly interchangeable. They shall
be sixty day dry chart recorders capable of recording.pH
level and feed events and chlorine residual and feed events in
frequency of occurance, time and duration.
ELECTRICAL
GENERAL PROVISIONS
Related Documents. The general provisions of the Contract, incl-
uding General and Supplementary Conditions, and General Requirements apply
to the work specified in this section.
■ Fees, Permits and Inspections. All required fees, permits and
inspections shall be obtained and paid for by the Contractor under the
section of the specifications for which they are required.
Certificate of Final Inspection: Under this section of the specifications,
the Contractor shall, upon completion of the work, furnish a certificate
• of final inspection to the Owner's Agent from the inspection department
having jurisdiction.
Visit Site. This Contractor shall visit the site of the building
and pool before submitting a proposal on this work, and shall thoroughly
familiarize himself with the existing conditions and operations. Failure
on his part to do this will not be cause for extras after the contract
is signed by reason of unforeseen conditions. Any existing electric
wiring and conduit encountered within the building area shall be re-
located or removed where required by this contractor at no extra cost
to the Owner.
Submittals. Submit 6 copies of shop drawings and catalog data for
all equipment, fixtures and devices as specified in this section, and
the Article of the General Conditions. Each submittal shall consist of
a tabulation of all items included, followed by catalog and data sheets,
drawings, wiring diagrams, etc., all bound in a single folder. Prepare
and submit two copies of maintenance manuals including applicable shop
drawings and catalog data prior to application for final payment.
Three copies will be retained by the Owner's Agent and if more than
three copies are required by the Contractor, subcontractor and material
suppliers a correspondingly greater number of copies shall be submitted.
Drawings. The drawings, which constitute an integral part of this
Contract, shall indicate the general layout of the complete electrical
systems; arrangement of feeders, circuits, outlets, switches, controls,
panelboards, service equipment, fixtures and other work.
Field verification of scale dimensions on the drawings is directed since
actual locations, distances and levels will be governed by actual field
conditions.
Codes and Standards. All material and workmanship shall comply'
with all applicable codes, specifications, local ordinances, industry
standards and utility company regulations.
I
J
1 -EL
In case of difference between building codes, specifications, state
laws, local ordinances; industry standards and utility company regula-
tions and the Contract Documents, the most stringent shall govern.
The Contractor shall promptly notify the Owner's Agent in writing of
any such difference.
Non -Compliance: Should the Contractor perform any work that does not
comply with the requirements of the applicable building codes, state
laws, local ordinances, industry standards and utility company regula-
tions, he shall bear all costs arising in correcting the deficiencies.
The following specifications and standards, of issues listed below, but
referred to thereafter by basic designation only, form part of these
specifications:
1. National Electrical Code
2. National Fire Protection Association's Recommended
Practices
3. Local, City and State Codes and Ordinances
4. National Electrical Safety Code
5. Underwriters' Laboratories
6. Illuminating Engineering Society
7. Institute of Electrical and Electronic Engineers
8. Insulated Power Cable Engineers' Association
9. National Electrical Manufacturers' Association
10. American Standards Association
11. American Society for Testing Materials
12. State Fire Prevention Code.
13. Occupational Health Safety Act
14. Service Requirements of Serving Utility Company
The latest specifications and standards available shall be used for the
above.
Coordination of Work. The Contractor shall check
structural, plumbing, heating and ventilating to avert
ation conflicts. Should drastic changes from original
to resolve such conflicts, the Contractor shall notify
and secure written approval and agreement on necessary
the installation is started.
architectural,
possible install -
drawings be necessary
the Owner's Agent
adjustments before
The drawings may be superseded by later revised or detailed drawings or
specification addenda prepared by the Owner and the Contractor shall
conform to all reasonable changes without extra cost to the Owner. All
items not specifically mentioned in the Specifications or noted on the
Drawings, but which are obviously necessary to make a.complete working
installation, shall be included.
Equipment and Materials. Materials shall be new and shall bear the
manufacturer's name, trade name and the UL label in every case where a
standard has been established for the particular material. Equipment shall
be essentially the standard product of a manufacturer. regularly engaged
in the production of the required type of equipment, and shall be the
manu-facturer's latest approved design. Equipment and materials of the
same general type shall be of the same make through -out the work to
provide uniform appearance, operation and maintenance.
Delivery and Storage: Equipmemt and materials shall be delivered to the
site and stored in original containers, 'suitable shelter from the elements
but readily accessible.for inspection by the Owner's Agent until installed.
All items subject to moisture damage shall be stored in dry, heated spaces.
Protection: Equipment shall be tightly covered and protected against dirt,
water and chemical or mechanical injury and theft. At completion of the
work, fixtures, equipment and materials shall be free of defects and damage
and shall be cleaned and polished and turned over to the Owner infirst
class condition. Damage or defects developing before acceptance of the
work shall be made good at the Contractor's expense.
Dimensions: It shall be the responsibility of the Contractor to insure that
items furnished fit the space available. He shall make necessary field
measurements to ascertain space requirements, including those for connections,
and shall furnish and install such sizes and shapes of equipment that the
final installation shall suit the true intent and meaning of the Drawings
and Specifications.
Manufacturer's directions shall be followed completely in the delivery,
storage, protection and installation of equipment and materials. Notify
the Owner's Agent in writing of any conflict between any requirement of
the Contract Documents and the manufacturer's directions and obtain the
Owner's Agent's written instruction before proceeding with the work.
Should the Contractor perform any work that does not comply with the
manufacturer's directions or such written instructions from the Owner's
Agent, he shall bear all costs arising in correcting the deficiencies.
Cutting and Patching. Under each section of the specifications, the
contractor shall be responsible for all required digging, cutting, etc.,
incident to his work under that section, and shall make all satisfactory
repairs, but in no case shall the Contractor cut into any major structural
element, beam or column.
Pavements, sidewal
and/or replaced as
various trades and
the responsibility
the specifications
cs, roads, and curbs shall be cut,
required to permit the installati
such cutting, patching, repairing
of and paid for by the contractor
for the trade requiring the work.
patched, repaired
Dn of the work of the
and replacing shall be
under the section of
Each trade shall bear the expense of all cutting, patching, repairing or
replacing of the work of other trades required because of his fault, error.
or tardiness or because of any damage done by him.
Where holes in concrete floors are more than �" diameter larger than
pipes and insulation, or ducts, the excess openings shall be filled or
covered with damp -mix mortar or concrete to a thickness of at lease 5"
Equipment Accessories. Furnish and install all equipment, acc-
essories, connections and incidental items necessary to fully complete
the work, ready for use, occupancy and operation.
3 -EL
Connections different from those shown: Where equipment requiring
different arrangement or connections from those shown is submitted for
approval and is approved, it shall be the responsibility of the Contractor
to install the equipment to operate properly and in harmony with the
intent of the Drawings and Specifications. He shall provide any addi-
tional equipment required for the proper operation of the system re-.
sulting from the selection of equipment including all required changes
in affected trades. The Contractor shall be responsible for the proper
location of roughi,g in and connections by other trades. All changes
shall be made at no increase in the contract amount or additional cost
to the other trades.
Concrete equipment bases: Concrete pads and bases for switchboards, generator
sets and other equipment are specified under Section 3C, Concrete, but the
supplier of the equipment shall establish sizes and locations of the various
concrete bases required and shall provide all necessary anchor bolts to-
.gether with templates for holding these bolts in position. Anchor bolts
shall be placed in steel pipe sleeves to allow for adjustment, with a
suitable plate at bottom end of sleeve to hold bolt.
Excavation and Trenching for Electrical Conduit. The Contractor
shall perform all excavation of every description and of whatever sub-
tances encountered, to the depths indicated on the drawings or as other-
wise specified. During excavation, material suitable for backfill,ing
shall be piled in an orderly manner a sufficient distance from the banks
of the trench to. avoid overloading and to prevent slides or cave-ins.
Such grading shall be done as may be necessary to prevent surface water
from. flowing into trenches or other excavations, and any water accumu-
lating therin shall be removed by pumping or by other methods. Unless
otherwise indicated, excavation shall be by open cut except that short
sections of a trench may be tunneled if the pipe or duct can be safely
and properly installed and backfill can be properly tamped in such tunnel
sections.
Trench Excavation: Trenches shall be of necessary width for the proper
laying of the pipe, and the banks shall be as nearly vertical as pract-
ical. The bottom of the trenches shall be accurately graded to provide
uniform bearing and support for each section of the pipe on undistrubed
soil at every point along its entire length. Except where rock is en-
countered, care shall be taken not to excavate below the depths indicated.
Where rock excavations are required, the rock shall be excavated to a
minimum overdepth of 4 inches below the trench depths indicated on the
drawings or specified. Overdepths in the rock excavation and unauthorized
overdepths shall be backfilled with loose, granular, moist earth, thorou-
ghly tamped. Whenever wet or otherwise unstable soil that is incapable
of properly supporting the pipe is encountered in the bottom of the trench,
such soil shall be removed to the depth required and the trench back -
filled to the proper grade coarse sand, fine gravel or other suitable
material, as hereinafter specified.
Depth of Cover: Trenches for utilities shall be of a depth that will
provide 2'0" minimum depths of cover from existing grade or from ind-
icated finish grade, whichever is lower, unless otherwise specifically
shown.
4 -EL
Protection of Existing Utilities: Existing utility. lines to be retained
that are shown on the drawings or the locations of which are made known
to the Contractor prior to excavation, as well as all utility lines
uncovered during excavation operations, shall be protected from damage
during excavation and backfilling, and if damaged, shall be repaired by
the Contractor, at his expense. All existing lighting around pool to
be removed.
Electrical Wiring. Electrical wiring for mechanical equipment is
separated into two main wiring divisions: "Power Wiring" and "Control
Wiring".
1. Power Wiring shall be the energy source and includes circuit
protective devices, motor starters or controllers, conduit,
wiring and safety disconnects beginning at the Power supply
and terminating at the motor or terminals on equipment.
2. Control Wiring comprises of conduit and wiring not included.
in "Power Wiring", including automatic temperature control
wiring, interlock wiring, pilot light and signal wiring, etc.,
that is not included as part of prewired equipment but necessary
for the proper operation and safety of the equipment.
Unless otherwise noted, "Power Wiring°, shall be done by the Electrical
Contractor in accordance with the electrical portions of the specifications
and under the supervision of equipment supplier, and "Control Wiring"
shall be done by the Contractor furnishing the equipment in compliance
with the electrical section of these specifications. Conduit and boxes
for control wiring shall be provided and installed by the Electrical
Contractor.
Hangers and Supports. All conduits, both horizontal and vertical,
shall be adequately supported. Each hanger shall be properly sized to
fit supported pipe or conduit.
Where small conduits are supported under bar joists, hanger rods may be
run through the space between the bottom angles and secured with a washer
and two nuts. Where larger conduits are supported beneath bar joist,
hanger rods shall be secured to angle irons of adequate size; each angle
shall span across two or more joists as required to distribute the weight
properly, and shall be welded to the joists. Where lines are supported
under exposed steel beams, approved type beam clamps shall be used. Where
lines are supported under concrete construction, hanger rods shall be secured
with concrete inserts.
All hangers shall be so located as to properly grade and support horizontal
conduits without appreciable sagging of these lines.
Where mutiple conduits are run horizontally at the same elevation and
grade, they may be supported on trapezes or channels suspended on rods.
Trapeze members, including suspension rods, shall be properly sized for
number, size, and loaded weight of conduits to be supported.
5 -EL
a
Perforated strap iron or wire will not be acceptable as hanger or fast-
ening material. Hangers and straps for aluminum conduit shall be alum-
inim.
Identification, The Electrical Contractor shall provide nameplates
for all electrical equipment, identifying each item by name. He shall
provide nameplates on all panels, starters; disconnect switches, etc.
The nameplates shall be constructed of laminated plastic and be securely
fastened to the equipment by an approved means (no stick -on tape will be
allowed.) The nameplates shall be white in color with the engraved upper
case letters black in color. The letters shall be a minimum of 3/8" in
height.
Catalog Date for Owner. The Contractor shall provide two sets in
looseleaf binders of a compilation of catalog data of each manufactured
item of equipment used in the electrical work and shall present this
compilation to the Owner's Agent for transmittal. to the Owner before
final payment is made. Descriptive data and printed installation, oper-
ating and maintenance instructions for each item of equipment shall be
included.
As -Built Drawings. The Contractor shall, during the progress of
the work, keep an accurated record of all changes and corrections from
the. layouts shown on the drawings. Record of changes may be kept by
accurately making all changes on a set of prints during the progress of
the job. Upon completion of the work and prior to final payment, the
Contractor shall furnish to the Owner one set of "as' -built" prints legibly
and accurately marked to indicate all changes, additions, deletions,
etc., from the Contract Drawings.
Instructions of Owner's Representative. Instruct the representatives
of the Owner in the proper operation and maintenance of all elements of
the electrical systems. A competent representative of the Contractor
shall spend not less than 3 days in such formal instruction, either during
orLafter the operating tests, and shall spend such additional time as
directed by the Owner's Agent to fully prepare the Owner to operate and
maintain the system.
Guarantee. The Electrical Contractor shall furnish to the Owner
a written certificated guaranteeing his materials, equipment, and labor
to be free of defects for one year form date of final acceptance, except
those items having a specific requirement for a longer period.
This guarantee shall include the replacement of ballasts, controllers
and other similar items whose improper installation or lack of attention
causes failure within the one year period.
This guarantee does not include the replacement of lamps or similar ex-
pandable items.
6 -EL
PRIMARY ELECTRICAL
Related Documents. The general provisions of the Contract, incl-
uding General and Supplementary Conditions, and General Requirements
apply to the work specified in this section.
Description of Work. The work to be performed under this section
shall include, but not be limited to, the following: Trenching and
backfilling for underground portions of primary service, primary conduit
and fittings transformer pads, secondary service from transformer to
service entrance, duct bank, grounding, meter and socket, conduit and
wire, all place, tested and ready for service.
Existing Utilities. The existing utilities on or near the building
site are.in service and shall not be distrubed, except where outages are
scheduled with the Owner. Moving of existing utilities to be coordinated
with the Owner. Cost of moving of all main power lines to be borne by
Owner.
General. The electrical drawings show the general arrangement of
allequipment and appurtenences and shall be followed as closely as actual
building construction and work of other trades will permit. The elect-
rical work shall conform to the requirements shown on all of the drawings.
General and structural drawings shall take precedence over electrical
drawings. Because it is not possible to indicate all offsets, fittings
and accessories which may be required, the Contractor shall investigate
the structural and finish conditions affecting the work and shall arrange
his work accordingly, providing such fittings and accessories as may be
required to meet such conditions and complete the job.
The Contractor shall compare the electrical drawings and specifications
with the drawings and specifications for other trades, and shall report
any discrepancies between them to the Owner and obtain from him written
instructions for changes necessary in the work. The electrical work
shall be installed in cooperation with other trades installing inter-
related work. Before installation,. the Contractor shall make proper
provision to avoid interferences in an approved manner. All changes
required in the work of the Contractor caused by his neglect to do so
shall be made by him at his own expense.
Materials and Equipment. Capacities of materials and equipment
shall be not less than those indicated.
All materials and equipment shall be new and shall bear the manufacturer's
name, trade name and the UL label in every case where a standard has been
established for the particular material. The equipment to be furnished
under each section of the specification shall be essentially the standard
product of a manufacturer regularly engaged in the production of the reg-
uired type of equipment, and shall be the manufacturer's latest approved
design.
7 -EL
Materials and equipment of the same general type shall be of the same
make throughout the work to provide uniform appearance, operation and
maintenance. s
Materials and equipment shall be delivered to the site and stored in
original containers, suitably sheltered from the elements, but readily
accessible for inspection until installed. All items subject to moisture
damage shall be stored in dry, heated spaces.
Materials and equipment shall be tightly covered and protected against
dirt, water and chemical or mechanical injury and theft: At the comple-
tion of the work, equipment and materials shall be cleaned and polished
thoroughly and turned over to the Owner in a satisfactory condition.
Damage or defects developing before acceptance of the work shall be made
good at the Contractor's expense.
It shall be the responsibility of the Contractor to insure that items
to be furnished fit the space available. He shall make necessary field
measurements to ascertain space requirements, including those for
connections and shall furnish and install such sizes and shape of equip-
ment that the final installation shall suit the true intent and meaning
of the drawings and specifications.
Manufacturer's directions shall be followed completely in the delivery,
storage, protection and installation of all equipment and materials. The
Contractor shall promptly notify the owner in writing of any conflict
between any requirement of the contract documents and, the manufacturer's
directions and shall obtain the Owner's written instruction before pro-
ceeding with the work. Should the Contractor perform any work that does
not comply with the manufacturer's directions or such written instructions,
he shall bear all cost arising in correcting dificiencies.
Equipment Accessories. The Contractor shall furnish and install all
equipment, accessories., connections, and incidental items necessary to
fully complete the work, ready for use, occupancy and operation by the
Owner.
The Contractor shall support plumb, rigid and true to line all work and
equipment furnished under each section. The Contractor shall study thor-
oughly all general, mechanical, structural, and electrical drawings, shop
drawings and catalog data to determine how equipment and fixtures are to
be supported, mounted or suspended and shall provide all accessories
necessary for proper support and installation of the equipment whether or
not shown on the drawings. When directed, the Contractor shall submit
drawings showing supports and other accessories for approval.
Approval of Materials and Equipment: Approval will be based on
the manufacturer's published data. The acceptance of any materials
and workmanship by the Owner shall not preclude the subsequent rejection
thereof if such materials and workmanship are found defective before
final acceptance of the work or within one (1) year after completion.
All such deficiencies shall be remedied or replaced, as the case may be,
by and at the expense of the Contractor. In the event of failure by the
Contractor to do so, the Owner may remedy such defective materials and
8 -EL
workmanship and in such event, the Contractor shall pay to the Owner
the cost and expense thereof. The Contractor shall not be entitled to
any payment hereunder so long as any defective materials and workman-
ship of which the Contractor shall have had notice, shall not have been
remedied or replaced, as the case may be.
Debris, generally but not limited to damaged conduit, plaster, concrete,
blocks, asphalt, etc., shall be removed from the site.
Workmanship.. All materials and equipment shall be installed in
accordance with recommendations of the manufacturer as approved by the
Owner to conform with the contract drawings. The installation shall be
accomplished by workmen skilled in this type work.
Tests. After the wiring system installation is completed, and at
such time as the Owner may direct, the Contractor shall conduct an opera-
ting test for approval. The equipment shall be demonstrated to operate
in accordance with the requirements of this specification. The test shall
be performed in the presence of the Owner or an authorized representative.
The Contractor shall furnish all the instruments, power, and personnel
required for the tests.
All 600 volt circuits and equipment shall be tested with a 500 volt d.c.
megger; minimum insulation shall be 100,000 ohms. A summary of insula-
tion'resistance shall be made of all circuits and equipment, listing date,
weather, electrical characteristics, and measured insulation resistance
and submitted to Owner prior to final acceptance.
Guarantee. The equipment and material to be furnished under this
specification shall be guaranteed against defective materials, design,
and workmanship for a period of one (1) year from the date of acceptance,
either for beneficial use for final acceptance, whichever. is earlier.
Upon receipt of notice from the Owner of failure of any part of the guar-
anteed equipment during the guarantee period, new replacement parts shall
be furnished and installed promptly at no cost to the Owner.
Grounding. Except where specifically indicated otherwise, all
I -exposed non -current -carrying metallic parts of electrical equipment,
metallic raceway stems and neutral conductor of the wiring system shall
be grounded. Ground connection shall be made at the main service equip-
ment and shall be extended to the point of entrance of the metallic water
service. Connection to the water pipe shall be made by a suitable ground
clamp. If flanged pipes are encountered, connection shall be made with
the lug bolted to the street side of the flange connection. If the
Imetallic water service to the building, ground connection shall be made
, to driven rods on the exterior of the building.
Ground rods shall be of copper -clad steel not less than 3/4" in diameter,
8 feet long, driven fully into the earth. The maximum resistnace of a
driven ground shall not exceed 25 ohms under normally dry conditions.
If this resistance cannot be obtained with a single rod, two additional
rods shall be driven not less than 6 feet on centers. If the resultant
resistance exceeds 25 ohms measured not less than 24 hours after rain-
fall, the Owner shall be notified immediately.
1-
I`•
Entire pool structure
conductor running the
pig tailed out beyond
anchor, light conduit
this peremiter ground
specifications.
shall be grounded using a Number 8 bare copper
entire peremiter of both the main and wading pool,
the limits of the deck construction. All ladder
s, diving equipment, etc., shall be grounded to
.wire. Connect to ground rod as detailed in these
Grounding bus shall be provided in the switchgear consisting of No. 4/o
soft drawn bare..stranded copper, strapped to the walls, 6 inches above
the floor. Non -current -carrying metal parts of electrical equipment
shall be effectively grounded by bonding to the bus. The ground shall
be bonded to both the system neutral, water service ground, and to a
ground rod or rods as specified above having the upper ends terminating
approximately 4 inches above the floor. The ground bus shall be bare
copper conductor or flat copper in one piece, if practicable. Connections
and splices shall be brazed, welded, bolted or pressure connector type,
except that pressure connectors shall be used for connections to removable
equipment.
Wiring methods. Refer to other Sections of this Division.
All phasing shall be A_B_C N from left to right, top -to -bottom, or
front to -rear. Wire and cable shall be color coded as follows:
Phase A
Yellow
Phase B
Red
Phase C
White
Neutral(secondary)
White
Ground
Green
Neutral (primary)
Bare Copper
Primary Service. The primary service shall be extended, by the
Electrical Utility Co., from the primary line to poles located as
required on the site. The primary cables shall drop at the poles and
extend underground to the transformer lugs. Poles, primary cable and
installation shall be provided by the Utility Company.
The Electrical Contractor shall provide trenching and backfiil from the
poles to the transformers and shall furnish and install 4" rigid galvanized
steel long sweep ell at pole bases and under transformers, connected with
schedule 40 PVC raceways.
Current transformers are specified in Section 15C.
Route all. meter leads using 600 volt, copper conductor in rigid steel
conduit.
Power Outages Outages shall be programmed with the Owner at the start
of the project, outlining the number and length of time. The outages
shall be scheduled with the Owner at least two (2) weeks prior to the
actual work. Power outages will be scheduled for two weekends and
school holidays and overtime work required shall not constitute any
claims for extras for change orders.
10 -EL
Existing Utilities. The exact location of the underground
utilities is not known. It shall be the duty of the Contractor to
make final and exact determinations of the location and extent of all
utilities and he will be liable for any expense resulting from damage
to them.
Where existing utilities are in service, and shall remain in service or
made obsolete by the addition, the Contractor shall protect, relocate
and/or remove said utilities as required or directed by the Owner.
i
I
I
ELECTRICAL
ELECTRICAL WORK
Related Documents. The general provisions of the Contract, including
General and Supplementary Conditions, General Requirements and Electrical
Work General Provisions apply to the work specified in this Section.
Description of Work. Work covered by this specification shall include
Ifurnishing all labor, materials, equipment and services required to con-
struct and install the complete Electrical System shown on accompanying
drawings and specified herein, except that work specified in this
section.
This work shall include: The General Layout of the complete Electrical
System; arrangement of feeders, circuits, outlets, switches, controls,
panelboards, transformers, service equipment, fixtures, and other work.
No rough -in or connections, etc., for Mechanical Equipment shall be done
until coordination is completed with Mechanical Contractor.
Lighting and Power Branch Panels. Panels shall be of the thermal -
magnetic, ambient compensated, quick -lag, circuit breaker type, 3 phase,
4 wire, 208Y/120 volt, main lugs or main breaker (see schedule on drawings),
solid neutral; mains as indicated on drawings, set in flush mounted
cabinets. Circuit breakers shown in schedule•on drawings, include spares.
Two (2) and three (3) pole breakers shall be common trip (handle ties will
• not be permitted).
The assembled panelboard shall be fastened to cabinet by adjusted supports
to provide for proper alignment. Panels shall be Square D, "NOOB", or
approved equal for 208Y/120 volt. Cabinet widths shall be 20".
Fronts shall be code gauge stretcher leveled sheet metal with trim of
proper width. Door to be hinged to trim with concealed hinges and provided
with flush type combination latch and lock. Front shall be provided with
prime coat for field painting as specified in Division 9.
A typewritten directory of circuits shall be .provided in frame on inside
of door.
All bus bars shall be copper.
Disconnect Switches. Provide fused and non -fused disconnect swi-
tches in feeders where shown on the drawings and elsewhere as required
by the N.E.C. Single-phase, 60 AMP and smaller non -fused switches at
interior locations may be Type GD. All other disconnect switches shall
be Type H.D. Standard (NEMA1) or Raintight (NEMA-3R) enclosures, and
sized as indicated on the drawings. Witches shall be Square D or
approved equal.
Fuses. Fuses shall be of size shown and shall be Bussman Mfg. Co.
"Fusetrons" or equal cartridge fuses of the delayed action combination
thermal cut-out and fuse.
12 -EL
I!
Telephone System. This Contractor shall furnish and install an
EMPTY CONDUIT SYSTEM. for the Telephone System, as recommended and
specified by the serving telephone company, described in these spec-
ifications and indicated on the drawings. A conduit shall run from
new basket room to lifeguard chairs as shown on the electrical plan.
Furnish and install outlet boxes as shown on the drawings.. Where these
outlets are. combined with other outlets, proper barriers must be pro-
vided.
Minimum size raceway for Telephone Type Outlets shall be 1" conduit.
Provide a conduit run to terminal board from each outlet unless other-
wise noted. Provide and leave in place a suitable pull wire to.facili-
tate the installation of the telephone cables.
Furnish and install a telephone equipment backboard as shown on the
Drawings.
Height of Outlets.
Receptacles 18" above finish floor unless noted otherwise
Telephone 18". " ". " " " "
Switches 4'0" " " " " "
• Outlets above base cabinets and countertops shall be 8" above tops unless
noted otherwise.
tt�
Conduit. All conduit for lighting branch circuit, single phase
motors, Fire Alarm System, and telephone system (except in concrete)
I, shall be threadless thinwall conduit galvanized or sherardized both
inside and out, and not less than 3/4" in size, except conduit for 2
conductors between wall switches and first box and conduit for motor
I. control circuits may be 1/2".
All conduit in concrete slab on grade shall be rigid, threaded ends, gal-
vanized or sherardized both insid and out, and not less than 3/4" in size.
I. All conduit for panel feeders, electrical service and three phase motors
shall be heavy wall, rigid, threaded ends, galvanized or sherardized both
inside and out, and not less than 3/4" in size.
Couplings and connectors for use with thinwall threadless conduit shall
be galvanized steel watertight type with hexagonal nuts.
No all -thread nipples are to be used on any work.
All threaded conduit shall be secured to boxes, cabinets, panels, etc.,
by.means of threaded bushing on inside and locknut on box exterior.
Provide "Greenfield" -flexible conduit at final connection to all motors,
transformers and moving electrical equipment.
Provide polyvinyl chloride covered flexible steel conduit, Anaconda
"Sealtite" at final connection to all motors, transformers and moving
electrical equipment in utility, autoclave and grinder rooms and in
damp locations. Furnish approved fittings. Provide ground jumpers
across all flexible conduit.
Outlet. Boxes. All outlet boxes shall be pressed steel sherardized
or galvanized of suitable form for various outlets.
Boxes for concealed work shall be provided with galvanized extension
rings or plaster covers to bring same flush with finish.
Boxes for masonry walls to be Raco #571, # 575, etc., masonry box, width
and depth as required by device and conductors.
Boxes for metal and wood stud walls to be Raco #126, #166, etc., 4" octagon
box with accessory brackets as required. Box to have depth as required by
conductors. Gang boxes to be Raco #941, #942, etc., width and depth as
required by device and conductors.
Concrete boxes shall be used for all ceiling outles in slabs of proper
depth to avoid bands in conduit. Box to be Raco #281, #282, etc.
Outlet boxes in furred ceilings shall be deep boxes with conduits for
horizontal run connections entering form sides; box to be Raco #166,
#167, etc., four inch (4") octagon box.
All ceiling outlet boxes shall be provided with "no -Bolt" lock -nutted
type fixtures studs.
Floor outlet boxes shall be Hubbell #B-2527.
All telephone and television outlet boxes shall be Raco #246, #256, etc.,
4 11/16" square boxes.
Outlet boxes for exposed work shall be Raco #670, #674, etc., condulet
type with flush covers to suit.
All outlet boxes to be Raco, Steel City of Appleton.
Other special use or location outlet boxes shall be as shown or scheduled
on the drawings.
Wire and Cable. All wire and cable for lighting circuits and
single phase motor feeders shall be copper conductors Type THW, THWN or
THHN code grade, 600 volt and color coded. All feeders, subfeeders and
3 phase motor feeders shall be copper conductors, Type THW, THWN or THHN
code grade, 600 volt and color coded.
All light and power wiring shall not be less than #12 AWG. On branch
circuits where the distance form the panelboard to the first outlet
exceed 50 feet, the minimum size wire shall be #10 AWG. All wire shall
be Anaconda Triangle, Hazard or approved equal.
All conductors #8 and larger shall be stranded using solder or bolted
lugs at terminals.
14 -EL
Plates. Plates shall be furnished to cover all wiring devices.
All plates used in finished spaces shall be secured by means of screws
with heads matching plates.
Switches and receptacles shall have cover plates as follows:
1. Surface mounted outlets - galvanized or cadmium plated
pressed steel plates.
2. Floor outlets - carpeted floors - Hubbell #S-3925 cover
plate (for electrical outlet) or #S-2527 cover plate
(with #S-3086 split nozzle for telephone outlet). Both
types shall have #S-3082 carpet flange.
3. Floor outlets - concrete floors- Hubbell #S-2525 cover plate.
At boxes indicated on the plan, also provide a #SA -6685
pedestal.
4. Weatherproof outlets - Leviton #6196, or equal.
5. Other outlets - Slater Medalist, or approved equal,
Series "B2" satin bronze wall plates, UslO finish.
Plates shall be of the design required by the switches and receptacles
used. Plates are not required for telephone outlets. Where more than
one switch is installed in the same box, gang plates shall be used.
Do not install plates until interior painting is completed.
Wiring Devices. Shall be as scheduled below using one manufacturer
for all devices, Slater Medalist, or approved equal, except as otherwise
scheduled:
1 pole switch
It Duplex receptacle
Single outlets (20A, 120V)
GFI
Motor sentinel switch (s )
Duplex, isolated grounding
Slater
810 -BR.
5242 -AG -BR
633O -AG -BR
SIR-I5F-BR
Square D class 2510
16 -5262 -IV
Grounding. All metal raceway systems, including cabinets, conduit
and boxes shall be grounded to water pipe with UL approved grounding
clamps in accordance with NEC.
Neutrals of lighting systems shall be grounded independently and in
accordance with NEC.
Provide "Pure Grounds" for circuits and outlets so indicated on the
drawings to achieve isolated grounding for sensitive equipment.
15 -EL
Fixtures. Electrical Contractor shall furnish and install complete
with lamps all fixtures described in schedule on drawings. It is the
intent of these specifications to cover all lighting outlets shown on
the drawings with fixtures equipped with lamps as scheduled on drawings.
I. Each outlet is noted with uppercase letters to indicate type of fixture
and any outlet inadvertently not noted shall be furnished, with fixture
similar to those in spaces of similar nature.
All fixtures shall be guaranteed for a period on one year after final
acceptance and any defects in material or workmanship occuring during
this period shall be replaced or repaired to the Owner's Agents sat-
risfaction, without cost to the Owner.
Lamps. Lamps shall be General Electric, Westinghouse, Sylvania or
approved equal, as'celledfor on the drawings.
I Painting. All iron work shall be painted with an approved panel -
board ' enamel at shop, and shall be retouched by erector as required to
leave same in first class condition on completion of job.
Workmanship. Contractor shall have his choice as to location of
conduits, pull boxes, etc., providing same do not interfere with other
piping or fixtures, and further same do not interfere with determined
features of the building. In case of such interferences, the Owner's
Agent shall decide.
Contractor shall install his work in structure as work progresses with -
Out delaying other trades unduly. He shall furnish sufficient labor or
shall work overtime as required by the Owner's Agent to accomplish this
end. No cutting of structural concrete or steel will be permitted with-
out written approval of the Owner's Agent.
All work installed in concrete or masonry shall be made water -tight and
all outlet boxes and openings in raceways shall be well stuffed with
excelsior or paper before any concrete is piured to prevent any moisture
or conctete from entering metal raceway system.
No open knockouts shall be 'Left in any part of the work.
The exact location of outlets shall be as approved by the Owner''s Agent
who reserves the right to change any outlet for distance of six (6) feet
in any direction from position shown on the drawings, before work is
roughed in, without extra charge.
All conduits shall be swabbed out before any wires are pulled and no
wires are to be pulled into raceways until building construction has
progressed to a point that no moisture would enter the wiring raceways.
All exposed work shall be run retilinear with building construction using
concentric bends.
Bends in conduit shall be made without use of. heat and shall be free from
kinks or flattened surfaces.
• Contractor shall splice all wires so as to give the arrangement of
circuits indicated on drawings, soldering all connections. Where re-
• quired furnish separate soldered joint pigtails for the connection of
• fixtures.. All joints shall, after being soldered, be insulated with
rubber and friction tapes and joint sealing compound. Contractor may
use solderless pressure connectors in lieu of soldering connections.
Scotchiok, wire nuts and screw on typepressure,connectors shall not
be approved.
Removal of Rubbish. Contractor shall remove his rubbish from
building site at intervals and shall maintain the spaces allotted him
in an orderly manner. On completing his work, and prior to submission
of final extimate, he shall remove all tools, appliances, material: and
rubbish from the grounds.
Guarnatee. This contractor shall guarantee all above labor and
material furnished under this contract for a period of one year from
date of final acceptance and shall repair or replace any defects oc-
curing during this period without cost to the Owner and to the complete
satisfaction of the Owner's Agent.
Tests. The entire system upon completion shall be meggered for
faults in accordance with methods approved by I.E.E.E. This test shall
be in the presence of a representative of the Owner's Agent.
I Completion. It is the intention that these specifications shall
provide a complete installation except as herein specifically excepted.
All accessory construction and apparatus necessary or advantageous in the
operation or testing of the work shall be included. The omission of
'specific reference.to any part of the work necessary for such complete
installation shall not be interpreted as relieving the Contractor from
furnishing and installing such parts.
t
Ii
17 -EL
ADDENDUM #1
i
Renovation of the Swimming Pool and It's Appurtance at Wilson
Park, Fayetteville, Arkansas.
"STAINLESS STEEL GUTTER SYSTEM"
The original
plans and
specifications
on
the
above
project are
hereby
changed to add
these
specifications
concerning
the stain-
less steel
gutter system
and
add sheets 17AD
and 18AD
to the plans.
Acknowledge
receipt of
these
added plans
and
specifications
on
your bid
form.
January 31, 1983
Richard Naylor
Rt 4 Box 416
Fayetteville, AR. 72701
t
T
• i
STAINLESS STEEL PERIMETER RECIRCULATING SYSTEM
It is the intent of the specifications that perimeter overflow system channel
flow and surface cleaning be maintained under all conditions of normal opera-
tion and that no water be discharged to waste except when cleaning the filters
or emptying the pool. The system specified provides "in -pool" surge capacity
of one gallon per square foot of pool surface area and quiescent surface
cleaning by means of automatically operated integral surge weirs in a manner
which permits water displaced by bathers and their dynamic surge to remain
within the pool structure, Additionally, the system specified provides for
automatic closing of the surge weirs for rim flow operation without raising
the water level in the perimeter channel, thus providing perimeter surge con-
tainment to prevent momentary surcharging of the perimeter overflow system
channel and to provide capacity for wave entrapment and quelling during com-
petition. The method of water recirculation specified and shown on the
drawings is intended as the basis for receiving bids. It is not the inten-
tion of the specifications to limit competition. The base proposal must be
on furnishing the equipment as specified, however, any bidder may, at his
option, offer a substitution for consideration. In proposing a substitution,
the project bidder is to refer to Section A.OI-2 of the specifications. Any
proposed substitution shall include a ribbed stainless steel grating and a
drawing showing any required changes in layout. The cost of such changes
shall be included in the price of the substitute. Any such proposed system
must have prior approval of the state and local Health Departments.
A perimeter overflow system consisting of a cycolac covered overflow channel
and filtered water supply line according to the details shown on accompanying
drawings shall be supplied around the entire perimeter of the pool. The
entire system shall be fabricated of low carbon 304 stainless steel. The
system shall be the ASC System, Catalog #9210, as manufactured by the Paddock
Pool Equipment Company, Inc., of Rock Hill, South Carolina.
Installation
All work covered under this section shall be performed by
an authorized licensee of the manufacturer or by the manu-
facturer acting as a subcontractor to the pool contractor.
Anchorage
The entire perimeter overflow system section shall be
anchored to the pool structure with star anchors in the
rear and to the reinforcing steel in front, thus forming
a continuous perimeter section as shown on, the plans.
These anchors shall be placed at the corners and on a
maximum. of 4 -foot centers around the pool.
p.
Filtered Water Inlets
The filtered water return tube shall be fitted with variable
sized,nylon jet inlet nozzles not over 36" on center around
the entire pool perimeter except where •inlets shall be expressly
deleted at stairways or touch pads. These inlet jets shall be
installed so as to provide a stream of filtered chlorinated
water on a fixed 450 angle directed toward the bottom of the
pool. The inlet openings shall not be larger than 9/16" in
diameter and the.system shall inherently deliver an even flow
from all perimeter jets giving an "equalized water distribution
system".
Constant Flow Gutter
The perimeter overflow system channel shall be covered by a
{ stainless steel ribbed grating as shown on the drawing with
water flowing into the channel through the surge weirs during
quiescence and over the perimeter overflow system lip into the
channel during use. The channel shall be fitted with jet flow
nozzles to provide a constant stream of filtered chlorinated
water in the channel to prevent any stagnation or buildup of
dirt. These jet nozzles shall be installed as shown on the
plans. All areas of the gutter shall -be accessible for inspec-
tion and cleaning. The grating shall have a minimum of a 5/16
of an inch opening between ribs, thus allowing free passage of
water while preventing limb entrapment.
Integral Metering Weirs
Surge weirs shall be installed in the perimeter overflow system
at the pool corners and as shown on the drawings. The combined
flow through all openings shall be a minimum of 50% of the total
recirculation rate. The openings shall be located to provide a
surface cleaning action when the system is below the perimeter
overflow system lip during periods of nonuse. The surge weirs
shall close automatically, responsive to changes in water level
within the channel, substantially below the weir openings, thus
allowing the pool to be operated at rim level for competition
• without flooding the Perimeter Overflow System channel and losing
all its perimeter surge containment capability. Design of the
• weir shall be such as to present no bather hazard in the open or
closed position. Weirs shall be individually adjustable,
allowing each, at start up, to be set for its optimum closing
level.
Convertors
Convertors shall be installed in the ASC Perimeter where shown
on the plans. Piping, as shown, shall connect the convertor
• to the Balance Tank. Materials shall be as shown on the drawings.
Uniformity of Weld
Filler metal shall be used on all weld joints whether the
sections butt together or not so as to result in a uniform
appearing raised weld at each joint. Raised welds shall
not be ground. After the weld is cooled, a second pass may
be made with the arc puddling and smoothing the original
weld if required. Design shall be such that after installa-
tion, all longitudinal welds shall be visible for inspection.
Materials
The ASC perimeter overflow system section shall be fabricated
from 12 gauge low carbon Type 304 stainless steel with a
finish similar or equal to a #3 polished (100 mesh abrasive)
finish.
Finish
The low carbon stainless steel ASC components shall be cleaned
and polished as required to present a substantially uniform
finish. Each weld seam, as completed, after it cools to
approximately 300°, shall be vigorously brushed with a st'ainless
steel brush. Blending of all surfaces shall be done with a
Scotch Brite Flap Wheel. Those areas requiring blending, which
are inaccessible with the power wheel, shall be hand blended
with a 3M Scotch Brite Pad. The strength of the raised weld
shall not be reduced by grinding. After all stainless steel
welding, brushing, blending and testing, the welds on the
stainless steel components must be cleaned with a one-to-one
solution of muriatic acid (HCCL) and water. Swab the acid on
the weld seams, keeping them wet with acid for five to ten
minutes. Thoroughly neutralize and rinse. Repeat swabbing
the entire exposed surface of the stainless steel components
with a 20% nitric acid solution.
Substitution
Under this paragraph, the Contractor may submit a perimeter
overflow and filtered water return system of his choice in
compliance with basic quality standards and requirements of
these specifications. A surge capacity of one gallon per
square foot of pool surface area must he provided in a pro-
perly designed surge tank. Surge weirs, if provided in the
substitution, must be of a design which will permit operation
of this system at the perimeter overflow system lip without
relying on a rising water level in the overflow system channel
to close the weir opening.
Guarantee
The equipment manufacturer shall guarantee in writing that
if the system is operated in accordance with written instruc-
tions given and accepted by the Owner, it will perform in
complete accord with the specifications.
Installation Experience
All installation is to be performed by a welder with at least
five years' experience in the field welding stainless steel
recirculating systems. The Contractor shall submit the
installer's experience in writing to the architect for approval
prior to ordering the recirculating system. All work is to be
performed in accordance with the manufacturer's technical bulle-
tins. Should.the requirements of these bulletins contradict
this or any other section of the specifications, the procedures
.called for in the bulletin shall govern. All grout and caulking
between the ASC System and any concrete or grout surfaces
required in the'installation of the system shall be performed
by the Contractor installing the pool structure.