Loading...
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.