HomeMy WebLinkAbout26-94 RESOLUTIONRESOLUTION NO. 26-94
A RESOLUTION AWARDING BID NO. 94-1 AND
AUTHORIZING THE MAYOR AND CITY CLERK TO
1:XECUTE A CONTRACT WITH SSI, INC., IN THE AMOUNT
01' $123.000. PLUS A 5% CONTINGENCY OF $6,150, TO
BUILD RESTROOMS AT WALKER AND GULLFY PARKS;
AUTHORIZING THF COMPLETION OF A HARD SURFACE
PATH AND TO RUN ELECTRICAL SERVICE TO THE
RESTROOMS IN THE AMOUNT OF $10.120; AND
APPROVAL OF A BUDGET ADJUSTMENT IN THE AMOUNT
OF $106.142.
BE 11' RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the Council hereby awards Bid No 94-1 and authorizes the Mayor
and City Clerk to execute a contract with SSI. Inc.. in the amount of $123,000. plus a 57r
contingency of $6,150 to build restrooms at Walker and Gulley Parks. A copy of the contract
is attached hereto marked Exhibit "A" and made a part hereof.
Section 2. The Council also approves the amount of $10.120 to complete a hard
surface path and run electrical senice to the restrooms so that the City may be in compliance
with the new ADA regulations.
Section 3. The Council hereby approves a hudget adjustment in the amount of
$106,142 increasing Park Impu,eements, Acct. No. 4470 9470 5806 00 in amount of $99.981
and a transfer to Sales Tax Capital Improvements, Acct. No. 1010 6600 7602 47, in the amount
of $6,161. by decreasing Use of fund Balance, Acct. No. 4470 0947 4999 99 in the amount of
$86,161; Use of Fund Balance, Actt No. 1010 0001 4999 99. in the amount of $6.161;
Vehicles & Equipment. Acct. No. 4470 9470 5802 00, in the amount of $3,820; Park
Improvements, Acct. No. 4470 9470 5806 00, in the amount of $10,000. A copy of the hudget
adjustment is attached hereto and made a part hereof.
PASSED AND APPROVED this 15th day of February 1994.
APPROVED.
By:
Fred Hanna, Mayor
AYTES'I .
•
By:_,_- • . - '
Sherry L. Thomas, City Clerk
' ..
City of Fayetteville, Arkansas
Budget Adjustment Form
Budget Year
1994
Department: Sales Tax Capital Improvement Fund
Division:
Program:
Date Requested
1/25/94
Adjustment #
Project or Item Requested:
Additional funding is requested for restroom constriction at
Walker and Gulley Parks. The funding request includes approval of
a roilforward from Sales Tax Construction Fund, approval of transfc
from General Fund of the remaining funds in the Walker Park Land
acquisition project and use of green space funding. In addition,
funding is requested for electrical service work and path constructor
that were not included in the bid documents. Finally, a project
contingency of $6,150 is requested.
Green space funds will Se utilized for $39,289 of the total project cos .
Projec or Item Deleted:
Request that projects 94014, 93095 and 94027 he postponed.
Project 94014 Replacement Fire Apparatus
Project 93095 Lk Fay Softball Parking & Traffic
Project 94027 Walker Park Parking Lot
3.820
35.000
10,000
Total project cost reallocated 48.820
J,:stification of this Increase:
The restroom protects were anticipated to cost approximately
345.000 each; the low bid for Walker Park Restroom is $61.000 and
the low bid for Gulley Park Restroom is $62.000. Anticipated cost
for electrical service and path construction is approximately $10,120
Justification of this Decrease:
Projects 93095 and 94027 were scheduled for late summer/early fall
and are not as high a pnonty as the restroom projects. Project 94014 s
complete.
Account Name Amount
Park Improvements
Transfer to Sales Tax Capital Improvement:
Account Name
Use of Fund Balance
Use of Fund Balance
Vehicles & Equipment
I Park Im rovcmcnts
Increase
99.981
Amount
6,161
Account Number Project Number
4470 9470
1010 6600
Decrease
86,161
6,161
3.820
10 000
Approval Signatures
d
partment Director
Mayor
10144
/a 131.
5806 00
7602
47
Account Number
Project Number
4470 0947
1010 0001
4999
99
4999
4470
9470
4470 9470
5802
5806
99
Obi sx a
above
Budget Office Use Oali,
Type: A B C D ®
Date of Approval
Pasted toGeneral Ledges
Battled fa Citatory 1N
•
Budget Office Copy
•
A .
•
•
I
ADVERTISEMENT FOR BIDS
BID NO.94-1
•
Notice is hereby giver. that sealed bids will be received by the
City of Fayetteville Purchasing Office until 2:00 P.M. on the 17th
day of January , 1994 , for furnishing all tools, materials, and
labor and performing the necessary work to construct two (2)
precast concrete restroom fac'-'s'es, one at Gulley Park, and one
at Walker Park.
All work, material, and construction shall be in accordance with
the plans and specifications. Said plans and specifications are on
file in the office of the City Engineer, room 011. City
Administration Building, 113 W. Mountain St., Fayetteville, AR
72701.
Contractors shall make such inspection and studies of the site of
the work as to familiarize themselves thoroughly with all
conditions to be encountered.
Each bid must be accompanied by a cashiers check or surety bond in
the amount of 5% of the whole bid, said bond to be issued by a
surety company licensed to do business in. the State of Arkansas.
Said bond or check shall be retained as liquidated damages in the
event the successful bidder fails, neglects, or refuses to enter
into a contract for the construction of said work and furnishing
the necessary bonds within 10 days from or after the date the award
is made. A 100% performance bond will be required to be posted
with the City within 10 days after the date of bid award.
Bids must be made upon the official proposal sheets contained in
this specification and such proposal sheets shall not be removed
from the remainder of the contract documents. All bids shall be
sealed and the envelope addressed to:
Ms. Peggy Bates, Purchasing Manager
City of Fayetteville
113 W. Mountain Street
Fayetteville, Arkansas 72701
or bids may be delivered to the Purchasing Office, located on the
Third Floor of the City Administration Building, at 113 West
Mountain Street, Room 306. All bids shall be clearly marked as
follows:
1) Bid for Fayetteville City Parks Restrooms/Bid # 94-1
2) Time and Date of Bid Opening
3) Name and License Number of the Bidder.
•
•
•
•
Bids will be opened at the above specified time at Room 306, City
Administration Building, 113 West Mountain Street.
The attention of all bidders is called to the fact that they must
be licensed under the terms of Act 105 of the 1965 Acts of the
Arkansas legislature.
The City of Fayetteville reserves the right to accept or reject any
or all bids, waive informalities in the bidding and make a bid
award deemed to be in the best interest of the City.
The City further reserves the right to withhold the awarding of the
contract for a pericd not tc exceed 30 days after the receipt of
bids.
This bid is subject to the availability of funds.
Peggy Bates
Purchasing Manager
Tc NWA Times:
To be published or. 1-2-94 and 1-9-94
•
•
•
INFORMATION FOR BIDDERS
FAYETTEVILLE CITY PARKS
RESTROOM FACILITIES
1. Instructions to Bidders:
The City of Fayetteville (hereinafter caked the Owner) is
requesting bids for the construction of three precast concrete
restroom facilities consisting of:
1) Gulley Park - complete construction cf a new precast
concrete restroom facility including site work, utility service
lines, building with mechanical and electrical fixtures.
2) Walker Park - Complete construction of a new precast
concrete restroom facility including site work, utility service
lines, building with mechanical and electrical fixtures.
2. Receipt, Opening and Acceptance of Bids:
The Owner invites bids on the forms attached hereto. Bids will be
received at the Cffice of the City of Fayetteville Purchasing
Manager located on the Third Floor of the City Administration
Building at 113 West Mountain Street, Room 306, until 2:00 P.M. on
the 17 th of 3anyQr-y , 1944. All bids will be clearly marked
on the outside cf the bid envelope that it is a bid for
Fayetteville City Parks Rostrums. Also, the information on the
outside of the envelope shah contain the time and date for the
opening of bids, and the license number of the bidder. Each bid
must be accompanied by a cashiers check or surety bond in the
amount of 5% of the whole bid. Said bond or check shall be placed
in an envelope and attached to the outside of the bid envelope.
The Owner may reject any and all bids. Any bid submitted by a
Contractor and not accepted by the Owner within a period of 30 dans
of submission of the bid may, at the option of the Contractor, be
withdrawn from ccnsideration for the proposed work. This bid is
subject to the availability of funds.
3. Completion of Bidding Forms:
The bidders must state a lump sum price for each item as shown ont
he proposal schedule. The price must be stated in figures and in
words on the blanks provided for on the schedule and must be clear,
legible, and in ink. Prices shall include amounts sufficient for
the furnishing of all labor, materials, tools, and all of the work
as called for in the Specifications and as shown on the Plans.
ADVERTISEMENT FOR BIDS A3
•
•
•
.. .
4. Balanced Bids:
•
•
•
The prices bid on the various items of work shall bear a fair
relationship to the cost of the work to be dcne. Any bids
appearing unbalanced and deemed not tc be in the best interest of
the Owner may be rejected at the discretion of the Owner.
5. Qualifications of Bidders:
If requested by the Owner or engineer, the bidders must submit
satisfactory evidence of his ability and competency to perform the
proposed work. The Owner reserves the right to reject a bid if the
bidder has not submitted, upon request, a statement of his
qualifications prior to the date of the bid opening.
6. Subcontractor:
The Contractor must obtain written approval from the Owner before
assigning or subletting all or any part of this contract. The
Contractor shall not allow an approved subcontractor to commence
work until he has provided and obtained approval of such
compensation and public liability insurance as may be required.
The approval of each subcontract by the Owner will not release the
Contractor from any cf his obligations set out in the plans,
specifications, contract, and bonds.
7. Completion Time & Liquidated Damages:
The completion time for the construction of these two restroom
facilities are sixty (60) calendar days form the date of notice to
proceed. A fine of $250 per day shall be assessed against the
contractor for each day that the project is delayed without the
prior approval of the cwner.
PROPOSAL FOR
FAYETTEVILLE CITY PARKS
RESTROOM FACILITIES
•
TO: Peggy Bates, Purchasing Officer
City of Fayetteville
113 W. Mountain
Fayetteville, AR 72701
The undersigned SSI Incorporated or Nortnwest Arkansas states
that she has carefully examined the plans and specifications
relative to the proposed construction, as set out in the title of
this Proposal; that she is familiar with the same and understands
each and all; has examined the location and site; that all bids are
made with the full knowledge of the difficulties and conditions
that may be encountered, work to be done, equipment and materials
required, and with the full knowledge of the plans and
specifications that his proposal is made without collusion on the
part cf any person, firm cr corporation. She further states that
she will enter into a contract to construct said improvements in
accordance with the plans and specifications, and have same
completed within 60 calendar days (for each restroom) from the date
of the notice to proceed the construction for the lump sun prices
of:
•
Gulley Park
Lunp Sum
Site Work/Water & Sewer Service Lines
Complete Building with Fixtures
and appurtenances $ o 1, O& C2
jwiJ x p u5 -0 Dollars
(.cords)
2. Walker Park
Site Work/Water & Sewer Service Lines
Conplete Building with Fixtures
and appurtenances $ , /f Oo O
TOTAL BID
4/ Xr'/ oivC Tlit-_`Cyt-D
Collars
ords)
$ /2 3,00c�'
(words)
B1
•
•
Brown -Filler -Clark & Assoc.
P.Q. Box 3529
Fort Smith * AR * 72913 * 501-452-4000
BID BOAC
KNOW ALL MEN BY THESE PRESENTS:
That we, SSI, Incorporated of Northwest Arkansas
P. O. Box 824 Springdale,
AR 72765-0824
, as Principal, (hereinafter called the "Principal"),
aw me United States Fidelity & Guaranty Company
P. O. Box 1138
Baltimore, ND 21203
, a co-po-ation
duly organized ander the laws of the State of MD as Su-ety, (hereinafter called the "Surety'), are held and
firmly bound unto City of Fayetteville, Arkansas
in the sum of FIVE PERCENT (5%) TOTAL AMOUNT BID
as Obligee, (nere^atter called the "Ob.igee"),
Dollars (SS% ),
fo- the payment of which SUM well and tru.y to be made, the said Principal and the said Surety, t•nc ourselves, our heirs.
executors, administrators, s,.ccesscrs and assigns, jointly and severally, fi-mly by these presents
WHEREAS, the P^inti al nas s,abmitted a bid for
Restroom Facilities.
Walker Park and Gulley Park
NOW, IIEREFORE, if the Obligee snail accept the bid o' the Principe. and the Principal shall enter ...to a ca -tract
with the Ob,igee in acco-dance with fne terns c' such bid and give such bond or bonds as may be specified '^ tic wow -g
or contract documents with good and s.ff•c•e^t surety 'or the 'aithfu, performance of such contact and for the prompt
payment of .abor and material fu-nished 1^ the prosecution thereo',or in the event of the fanlu-e of the Principal to enter
into such contract and give such bond or bonds, •f the Principal shall pay :o the Obligee the diffe^ence not to exceed
the penalty hereof between the amount specif'ed sa.c bid and such larger amount for which the Obligee fray in good
'aith contract with another pa-ty to perforr the work ccvered by said bid, then this obligation shall be null and void,
otherwise to remain in full fo-ce and effect.
S.gned and sea,ed this 17TH
Witness
day cf JANUARY /Lc., 1994
Ccnforns to American :nstitute of Architects Document A-310,
Fecruary 1970 Ed:tics.
SSI, Incorporated
of Northwest Arkansas
c
(SEA-)
Principal
Title
United States Fidelity and
Guaranty Company
BY 'lLLf
Vicci L. Hiller
Syfety
Title
(SEAL)
•
•
•
•
,
UNTIED STATES FIDELITY AND GUARANTY COMPANY
POWER OF ATTORNEY
NO. 106635
N° 640508
KNOW ALL MEN BY THESE PRESENTS- That UN/TED STATES FIDELITY AND GUARANTY COMPANY, a corporation apn¢ed sad existing
under the laws oftbe Stale of Maryland and hayog its pnocipal office at the City of Baltimore. in the State of Maryland. does hereby constitute and appoint
Sam B. Hiller, Larry R. Clark, Vicci L. Hiller and Mamas L. Cooley
of the Cay of Fort Smith ,Sneeof Arkansas is nue ad lawful Atioroeye-in-Fart, each in their separate
capacity if more than one is named above. to sign its name as surety to. and to execute seal and acknowledge any and all bonds. eetenakiogs. contracts and ether
wake instilment' in the nature thenad on behalf of the Company in its business of guaranteeing the fidelity of persons, guaranteeing the performance of con truts:
and executing or guaranteeing bonds and unarming, requued or penmtted in any ad loos or proceedings allowed by law.
1n Wane Whereof, the said UNITED STATES FIDELITY AND 61ARANTY COMPANY has csusM:his instilment to he meed with its sir porete seal.
&Aymead by the sigmmm of its&liar Voce President and Assistant Secretary. this 22nd day of January . A.D. 1433 .
STA 111 OF MARYLA-ND)
BALTIMORE Cr1Y
UNITED STATES P.DELr Y AND GUARANTY COMPANY
ISigned: By
SS:
Assistant Secretary
Ondm 22 nddayof January A.D.1993 ,beforemspanonalycame Robert J. Lamendcla
Senior Vice President of the UNITED STATES FIDELITY AND GUARANTY COMPANY ad Pau_ J, Sims Asstsani
Secretary of said Company. with both of whom I am personally acquainted. who lemg by me seventy duly swam said. that they, the said Robert J .
Lamer dola ad Paul D. Sims were respectively the Senior Vice President and the Asesasar Secretary cf
the said UNITED STATES FIDELITY AND GLARANTY COMPANY. the co p ndiaa described b and which executed the foregoing Power ot Attorney; that they
each knew the sal of said corporation; that the seal affixed to sad Power of Attorney was such corporate seal. the it was so affixed by orler of the Board of Directors
of said corporation, and that they signed their names :hereto by like order as Senor Vice President and Assistant Secretary. resiec'avely. of the Company
My Commiwca expires the 11th dry in Ma Tell �/"1 A.D. 19 95.
gn
(Sied) .4!(�N r.,^�4-. . /. . •. . 11 ret
s7 NOTARY PUBLIC
This Power of Attorney is granted under and ty authority cf the following Resolutions adopted by the Board cf Directors of the L'NI Da STATES
FIDELITY AND GUARANTY COMPANY on September 24 1902
RESOLVED. that in connection with the fidelity and surety insurance business of the Company. al: hands. undertakiap contracts and other instalments
relsang to aid Maness may be signed. executed and acknowledged by mamas or eahtes appointed as Attoney(s)•m•Fact pwsuaet to a Power of Attorney issued ie
accordance with ibne resolutions Said Powells) cf Attorney for and OS behalf of the Company may and shall be executed in the name and on behalf of the Company.
either by the Calmat or the President. or an Executive Vice President. ora Sema Vice Presdent, or a Vice President or sa Asistant Via Prestdent, windy with the
Secretary or an Assistant Secretary, under their respective designations The signature of such officen may be engraved. printed its lithographed. The signature of encs
of the foregoing officers sad the seal of the Company may be affixed by facsirde to any Power of Attorney or to ay cedthcate relating thereto appointing
Atloney(s)-ala-Fact for outposts only ofexecuuog and snaring bads and undenskmgs and other writings obliptory in the inure thereof. and. unless subsequently
revoked ad subject to any limitations set forth theme, ay such Power ot Attorney or certificate beanog such facsimile signature or facsimile seal shall be valid and
binding upon the Company and say such power s0 executed and certified by such facsimile sign:duc and facsimile seal shall be valid and binding upon :he Company
with respect to say bond or undertaking to which it is validly attached.
RESOLVED. that Atmmey(s)-in-Fad shall have the power and authority, unless subsequently :evoked and. in any cue sob ect to the terms and !unitarians
of the Power of ACoreey issued to then. to execute and deliver on behalf of the Company and to ash the sea/ of the Company to any and all bonds and uadenakiop.
and other writings obligatory in the nature thereof sad any such instrument executed by rich Attomey(s)-m-[lest shall be se boding upon the Company as if signed by
an Executive Officer and sealed and attested to by the Secretary of the Company.
1. Paul D. Sims . an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY.
do hereby certify that the foagmag is awe excerpt from the Resolution of the said Conway as adopted by its Board of Damon on September 24, 1992 and that this
Resoluhoe IS m full force and effect.
I. the undersigned Assistant Secelsy of the UNITED STATES FIDELITY AND Ga:ARANTY COMPANY do hereby certify that the foregoing Power of
Attorney as in flog force and effect sad has not been revoked. '!
In Testwmw ey Whereof, l have hereunto set my bad and the seal of tie IIEpSTATES FIDELITY AND GUARANTY COMPANY on thiat 7 th day
I .
of January J9 94
FS 3 410 92)
Assistant Samtuy
4 • :1
.I
r
—171
Cor tract 156 IArkansas) (41-88)
UNITED STATES FIDELI
Bond #39-0120-10100-94-0
._ I
UARANTY COMPANY El
(A Stock Corrpaiy)
ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND
We. SS] :ncorporated of Northwest Arkansas
P. ;). Box 8241-:, ,tR 72765-0824
as Principal. hereinafter cal ed Prihc pal anc UNITED STATES FIDELITY AND GUARANTY COMPANY. a
coroporatior orgarized and existing urder the laws of the State of Maryland and authorized tc do business
in :he State of Arkansas. as Surety, here nafter caller Surety. are held and f rmly bcund unto ..............
City of Fayetteyj11e, AR .... ..........................................
as Ob igee. hereinafter callec Owner, in the amours o' One Fittudmed..Nenyr.Tree. 1-ions&td.....
Dollars ($. ..12.34.000..00 } for the payment whereof Pr ncipa. and Suety bind themselves. their heirs.
personal representatives. successors and assigrs, jointly anc several y. f rmly by these presents.
Principal has by written agreement sated . i . j .1.5, r'1'.. 4..... entered into a contract
wth Owner for Gulley Park and Walker Park Restroom Facilities, in accordan..c with
p]ans and spccificat'_ons prepared by City of Fayetteville, AR.
which corlrac: s by reference made a par hereof. and rs
hereinafter referred tc as the Contract.
THE CONDITION OF THIS OBLIGATION is such hat i' the Pr ncipa shal faithfully perform he Contract
on lis part and shall fully rde•nnify and save harm ess the Owner from al cost and damage which he may
suffer by reason al failure so to cc anc shall 'telly re mb.irse arc repay :he Owner all out ay and expense
wnicf the Owner may incur in making gooc ary sun de'aul: anc.'Lrher hat I the Principal snail Day al
persons all ndebtedness'or laoor or materials fun:snec or performer under said Contract. fah ing which such
persons sha I have a direct right of action against the Principal and Surety, joint y and severally, under this
obligation, subject to the Owner s pr crity. Then tis obligation sha I De rull and vo;c. otherw se it shali rema n
n full force and ef'ect.
No suit act cn o" proceeding shal be proughl on :his bond outside the State of Arkansas No suit, action
or proceeding shall be brought on this bone except Dy the Owner. unless it is Drought n accordance w th
A.C.A Section 22-9-403 (b) anc A.C.A. Section 18-44-503 (bi (Supp. • 9871 as amended. No su 1. action or
proceeding snail be brought by the Owner after two years from the cate cn which final payment under the
Contract fats due.
Any alterations which may be made in the terms of the Contract. or n the work to be cone under it or
the giving by the Owner o' any exters cn or time for the performance of :he Contract. or ary other torberance
on tne part of either the Owner or the lamina pal to the other shall not in any way release the Principal and
the Surety or Sureties, cr either or any of them. their heirs. persoral •eo•esentatives successors or assigns
from their liability hereunder. notice to the Surety or Sureties or any such alteration, extensior or forbearance
being hereby waived
In no event shall the aggregate liability or tne Surety exceed the sum set out herein
Executed on this 1.1o'' day of.. .. . ... .. .... 19'ki
SS1 Incorporated of Northwest Arkansas
Principal
Byc..l(., 4t1
UNITED STATE) FIDELITY AN
1- rf .,
Vicci L. Hiller
GUARANTY COMPANY
i
5
SuretySure�q
Attorney -ii -fact 'tsti
:h'
..... ... ... ...
▪ •
•
•
•
UNITED STATES FIDELITY AND GUARANTY COMPANY
POWER OF ATTORNEY
NO. 106635
N9 640528
KNOW ALL MEN BY THESE PRESENTS: That UNTIED STATES FIDELITY AND G('A RANTY COMPANY. a corpoMmon organized and existing
under the laws of Ibe Slate of Maryland and having els principal office at the City of BatLman, .o the Sine cf Maryland does hereby constitute and appam
Sam B. Hiller, Larry R. Clark, Vicci L. Hiller and Thomas 1.. Cooley
of the Cay of Fart Smith , State of Arkansas its Ime and lawful Attoroey(s)-m-Fut etch it then sepuue
capacity IT more than one is named above. to sip its rime as surety to. std to execute. seal and ulmowledge any sad all bonds. uedertxoogs..ouruts and other
written isstsumeuts m the mature thereof oo behalf of the Company in Its buttress al guaranteeing the fidelity of persons: guaranteeing the performance of contracts:
and executing or guaranteeing bondsand undertakugs required cr permitted in soy actions or proceedings allowed by law
In Witness Whereof, the said UNITED STATES FIDELITY AND (11'A RAN TY COMPANY has caused this imminent to be sealed with as corporate seal
duly attend by the signatures of its Senor Vice ?resident and Asa:stanl Secretary this 22.nd day of J ar.uary . A D. I1;9 3
STATE OF MARYLAND)
BALTIMORE CITY )
UNITED STATES FIDELITY AND GUARANTY COMPANY
(Signed)
(Signed) By ....../2)
SS:
Senor Vice President
Ass:sant Secretary
On dais 22ndday of January .A.D.1993 . before wit personally cane Robert .1. Lanendc;a
Senior Viet Preadeatof Ibe UNITED STATES FIDEL)TY AND GUARANTY COMPANY and Pat.1 D. Sims. Auu▪ slaot
Secular). of and Company, with both of whom I am personalty &quasoed. who being by me .everally duly sworn, mud that they. the sad Robert J .
Lamendola and Paul D. Sims were respectivuy the Senior Vice President and the Ass:staot Secretary of
the said UNfTED STATES FIDELITY AND GUARANTY COMPANY Ibe corporation described m and which executed the forego. og Power of Attorney, that they
each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal that it was so affixed by order of the Board of Duett:n
of said corporation, and that they signed their Hamra that. by Itke orders. Senior Vice President and Assistanl Secretary. respectively, of the Conway
My Commission expiresma 11th daymMarch A.D. 1995
. 1✓
e4
(Biped) L�IC!)•ia,-. .. ..jY 141L^•
NOTARY PI BLIC.
Thu Power of Attorney is Brasted under and by mhonty of the foUowseg Resolutions adopted by :he Board of Dm:clots of the UNITE) STATES
FIDELITY AND GUARANTY COMPANY on September 24 1992.
RESOLVED, Thu in connection with the fidelity end surety insurance buwness of the Company. all bonds. undertakiegs. canton and other instruments
relating to said business may be aped executed. and acknowledged by persons or entities appointed as Attorney(s)-in-Feu pursuant to a Power of Attorney issued in
accordance with these resolmaona Said Powers) of Attorney for and on behalf of the Company may and shall be executed a the name and on behalf of the Company,
either by the Chains or the Presdera. or sal Execuuve Vice President. ora Senior Vice President or a Vice President or as Assistant Vice President. jointly with the
Secretary or an Assistant Secretary. under their rspeaive designations- The signature of such officers may be engraved. printed or hlhognphed. The signature of each
of the foregoing officers and the seal of the Company may be affixed by faeurmle to say Power of Attorney or In soy centies relating thereto appointing
Adoeney(s)-ut-Fact for purposes only of executing and attesting bonds and undertakings and other wettings obligatory in the nature thereof, and union subsequensly
revoked and subject to any hnnlatioas set fortb therein. any such Power of Attorney or certificate beanog such facsimile signature or facsimile seal shall be valid and
bolding upon the Company and any such power so executed and cenrfed by such fane.nure signature and facsimile seal shall be valid and binding opon to Company
with respect to any bond or uodenalmog to which it is validly attached.
RESOLVED, that AttoneyTs)-un-Fact shall have Ibe power and authority. unless subsequently revoked and, m any we. subject to the tents and Itmutatons
of the Power of Attorney issued to them, to execute and deliver on behalf of the Company and to Mach the seal of the Company to any and all bode and undertakings.
and other writings obligatory in the nature thereof and any such instrameal executed by each Allomcy(s)-in-Feet shall be as biding upon the Conway as if signed by
an Executive Officer and sealed and attested to by the Secretary of the Company
1. Paul D. Sims , an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY.
do hereby certify thin the forepag is a true extant from the Resolution of the said Company ss adopted by t4 Board of Direclon os September 24. 1992 and that this
Resolution is in full force and effect
L the udeniped Ase Secretary of the UNITED STATES FIDEI.ITY AND GUARANTY COMPANY do hereby certify that the fcregaog Power of
Aoeemy is sa fug force and effect and has not been revoked.
a Testimony Whemof,1 haw hereunto set my hand and tb sea (I STATES FIDFJJTY AND GUARANTY COMPANY on this day
of .19,. o IC-
.
FS 3 (10-Q21
Awstanl Sunny
Afllllsll. CERTIFICATE OF INSURANCE
CSR BN ISSUE DATP ;ram eDD1'1''
•
SSI IN-1 C1/27/94
PRODLC1ik
Brown-tiler-Clark & Asset.
5500 Eeocr Lame
P.O. Box 3529
THIS CERTIFICATE 1S ISSUED AS A MATTER OF LNFORMATION ONLY AND
CONFERS NO RIGHTS UPON 711E CERTIFICATE HOLDER. THIS CERTIFICATE
DOLS NO7 AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
POLICIES BELOW.
Fort Smith AR 729'3
COMPANIES AFFORDING COVERAGE
Sam B. Hille-
501-452-4000 COMPANY
LEWESA Maryland Casua.ty Company
CONY
IB Northbrock :ndemity
INSURED MFie
1::MPANY
I ET' ER C Rortner' Irs ranee Corrpany
I OMPAM
SSI, Inc. of korthwest AR Will EN D
P.O. Box 824
Springda.e AR 72765-0824T-G,AIr"N1S E
IrI
COVERAGES
THIS IS TO CERTIFY THAT THE POL(1FS OF INSURANCE LISTED BELOW HAVE. BEEN 'SS"D TO Tr.E INSURED NAMED ABOVE FOR THE POLICY PERIOD
NDIrATED. NOTWITHSTANDING ANY REQU:REMENT.:ERM OR C ONDI7ON OF ANY CONTRACT OR OTHER DO(11TONT WITH RESPECT TO W WCH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED IIERT9N 15 SUBJECT TO ALL THE TERMS.
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. L.MITS SHOWN MAY HAVE BEEN REDUCED BY PAID (1AIMS
co main' EFFECTIAh POLICY EXPIRATION
TYPE OF
LTR INSLRA.ACE POLICY NUMBER DATE (MT141?•n11 DATE TAI•UU'YVI LIMITS
GENERAL LIABILITY GEHERAL AGGREGATE 12,000,000
C X COMMERCU.. GENERAL IJABEJTY EP86915923 35/01/93 05/01/94 PkuIWT4rOMP,CP Apo. 1 2,000,000
(um 4 MADE. X Olv'IIk. PERSONAL &ADV INI('RA S 1,000,000
0W144R Sa..o vntArreR S PROT. EArd O((IJRkL,NCE f 1,000,000
EIRE')AMAIIL (ARE one PRO $ 50,000
MED EXPENSE :Am nor remit S 5,000
Al'POMOBILE LIABILITY •'oMBDFJ)SNEL. $ 1,000,000
c x 'F AUTO ECA18876343 05/0 /93 C5/C1/94 IJMT
AI I OWNED AUTOS
RODII Y'NII.R 1'
SCHFDI.LLD AUTOS'hl vowel 1
HIKED Mr IIS
BODILY NJURY
NON-OWNED ANTOS 'Ra aaidea, 1
UARAGE IJARIIJTY
PRCPEJiTY.^. AMAOF. $
EXCESS I (ABILITY EACH OCCUERFWE 15,000,000
C N IMRkl1..AIORM U8A82811978 05/01/93 05/71/94 AIkIRMIA rF $ 5,000,000
01 MES THAN UMBRELLA FORM
A WORKER'S COMPENSATION TC482811432 05/01/93 05/31/94 S: ATUfOPI'LIMITS
AM]EACH ACCIDENT 1 500, 000
DISE4SE w)UYIJMT 1500,000
EMPLOYERS LIABILrFY
DISEASE—EACH EAIPI Ol LT 1 500, 000
O ER
B Builde-s Rlslc 72-329981 05/01/93 05/01/94
15,000 Deductible
DESCRIPTION OF OPERATION!M)CATIONSNEHICLNSINPR('IAI. ITEMS
JOB: Restroom Facilities at Walker Park ano 7..11y Park
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE. THL
D PIRATION DATE THEREOF. THE ISSUING COMPANY WTIIFNDFAVOR TO
MAIL1C DAYS WRI 11 F21 NOTICE :O THE CERTIFICATE HOLDER NAMED TO THE
:INET, RUT FAILURE TO MAIL SUCH NOTICE Sr:ALL IMPOSE NO OBLGA TION OR
C' ty of Fayettevi 1 :e
City Hall
LIABILITY OF ANY KIND UPON THE COMPANY. ITS AhF2 TS OR REPRESENTATIVES
Fayettev' ll e AR 727C1
AITHORIZED REPRESENTATIVE J'n�
£-
, Y
/4'_/
''
Sam B. Hi.. er •t
ACORD 25-S (7190) ' ACORD CORPORATION 1990
ar
.,
•
•
CONTRACT
•
FAYETTEVILLE CITY PARES
RESTROOM FACILITIES
STATE OF ARKANSAS
COUNTY OF WASHINGTON
THIS AGREEMENT made and entered into or. this 15 day of rebcwory
,:994, by and between the City of Fayetteville, hereinafter called
the OWNER, and SSI, Inc. of Northwest Arkansas
hereinafter called the Contractor,
WITNESSETH: That Whereas, the OWNER has called for bids for
construction of restroom facilities at Walker Park, and Gulley Park
as set out in these Plans and Specifications, and,
WHEREAS, the CONTRACTOR has submitted the best bid for the work set
out in these Plans and Specifications,
NOW, THEREFORE, the CCNTRACTOR agrees with the OWNER to furnish all
materials, labor, equipment, tools, supervision, insurance, and
other accessories and services necessary to complete said
construction in accordance with the Plans and Specifications for
the lump sum price in the Proposal, said Proposal being a part of
this Contract.
The CONTRACTOR agrees to complete all work pertaining to said
construction within 460 working days from the date of the Notice to
Proceed.
The OWNER agrees to pay the CONTRACTOR in current funds for the
performance of the Contract in accordance with the accepted
Proposal, subject to additions and deductions as agreed upon, and
to make payment on account thereof as provided below:
As soon as is practicable after the first of each calendar month,
the OWNER will make partial payments to the CONTRACTOR for work
performed during the preceding calendar month, based upon the
CONTRACTOR'S estimate of work completed, said estimated being
approved and accepted by the OWNER. Upon completion of work and
final acceptance by the OWNER, the OWNER shall make final payment
based upon the original Contract and subsequent changes made and
agreed upon, if any.
Time is hereby expressly declared
Contract, and the time of beginning,
completion of the work hereunder,
conditions hereof.
PROPOSAL & CONTRACT
to be of the essence on this
manner of progress and time of
shall be, and are essential
83
•
•
•
•
•
If the CONTRACTOR be delayed at any time in the progress of the
work by any act or neglect of the OWNER or of his employees, or by
any other contractor employed by the OWNER, or by changes ordered
in the work, or by strikes, lockouts, fire, unusual delay in
transportation, unavoidable casualties or any causes beyond the
CONTRACTOR'S control, then the time of completion shall be extended
for such reasonable time as the OWNER and CONTRACTOR may decide.
Similarly, should the CONTRACTOR be unable to complete the work due
to persistent inclement weather or because of delays in delivery of
necessary construction components, allowances shall be made in the
completion time. No such extension shall be made for delay
occurring more than seven days before claim therefore is made in
writing to the OWNER. In the case of a continuing cause of delay,
only one claim is necessary.
In the event the CONTRACTOR abandons the work hereunder or fails,
neglects or refuses to continue the work after ten (10) days
written notice, given CONTRACTCR by OWNER, then the OWNER shall
have the option of declaring this Contract at an end, in which
event, the OWNER shall not be liable to the CONTRACTOR for any work
theretofore performed, and OWNER may complete the said Contract at
his own expense, and maintain an action against the CONTRACTOR for
the actual cost of same.
This Contract shall be binding upon the heirs, representatives,
successors, or assigns of the parties hereto.
IN WITNESS WHEREOF, the OWNER and CONTRACTOR have hereto set their
hands and seals, respectively.
Witness
1•
Witness ,i
•
•
SS: Incorporated of Northwest Ansas
Contractor
By
City of ravet:r'ille, :1H.
By:
Owner
PROPOSAL & CONTRACT B4
•
•
•
•
•
•
•
•
GENERAL CONDITIONS
FAYETTEVILLE CITY PARKS
RESTROOM FACILITIES
SCOPE AND INTENT OF SPEC=FICA IONS AND PLANS
The Specifications and Plans are intended to supplement but nct
necessarily duplicate each other, and together constitute one
complete set cf Specifications and Plans so that any work exhibited
in one and not the other, snall be executed, just as it had been
set forth in beth, in order that the work shall be completed
according to the complete design. Should anything to omitted from
the Specifications and Plans which is necessary to a clear
understanding of the work, or should it appear various instructions
are in conflict, then the CONTRACTOR shall secure written
instructions from the OWNER before proceeding with construction
affected by such omissions or discripancies. It is understood and
agreed that the work shall be completed according to the true
spirit, meaning and intent of the contract, Specifications and
Plans.
CWNER
The word "Owner" shall mean the City of Fayetteville, Arkanas, also
referred to as the "City" and to their duly appointed
representative.
WORK AREA
The work area fcr both sites is limited to the immediate vicinity
of the proposed buildings. The CONTRACTOR shall not block or
obstruct driveway and roadways or interfere in any manner with the
ongoing operation and public use of the surrounding park areas.
FIG::RED DIMENSIONS
Figured dimensions, when given in the plans, shall be accurately
followed, even though they differ from scaled measurements. No
work shown on the Plans the dimensions of which are not figured,
shall be executed, until instructions have been obtained from the
OWNER as to the dimensions to be used. Large scale and full size
drawings shall be followed in preference to small scale drawings.
GENERAL CONDITIONS Cl
•
•
•
1 ,
•
•
DANGER SIGNALS AND SAFETY DEVICES
The Contractor shall take all necessary precautions to guard
against damages tc property and injury to persons. He shall put up
and maintain in gocd condition sufficient warning lights, suitable
barricades and other devices necessary to protect the public. In
case the Contractor fails cr neglects to take such precautions, the
Cwner may have such lights and barricades installed and charge the
ccst of this work to the Contractor. Such action by the Owner does
not relieve the Contractor cf any liability incurred under these
specifications or contract.
SANITARY CONVENIENCES
S anitary conveniences, consistent with gocd health standards and
d ecency shall be provided for the workmen. Such conveniences shall
be approved by the local officials responsible for such standards.
Such conveniences shall be maintained in good order and waste
d isposed of regularly and to the satisfaction of said official.
The Contractor shall provide a safe drinking water for all workmen.
The water shall come from a safe source approved by the Arkansas
Department of Health. Water shall be delivered to workmen through
an approved water spigot or angle jet fountain, and the use of a
common drinking cup will be prohibited.
WATERWAYS
Present natural and artificial waterways shall be left open to flow
freely. Temporary dams cr by-passes shall be provided only when
found necessary or ordered by the Owner.
SUNDAY, HOLIDAY, AND NIGHT WORK
No work shall be done between the hours of 6:00 p.m. and 7:00 a.m.,
nor on Sundays or legal holidays, except work as may be necessary
for the proper care and protection of work already performed, or in
case of any emergency, and in any case only with the written
permission of the OWNER.
Tt is understood, however, that night work may be established as a
regular procedure by the Contractor if he first obtains the written
permission of the OWNER, and that such permission may be revoked at
any time by the OWNER if the Contractor fails to maintain at night
an adequate force and equipment for reasonable prosecution and
supervision of the work.
GENERAL CONDITIONS C2
•
•
•
•
•
OWNER'S PROTECTIVE LIABILITY INSURANCE
•
The Contractor shall indemnify and save harmless the Owner from and
against all losses and claims, damands, payments, suits, actions,
recoveries and judgments of every nature and description brought or
recovered against him by reason of any omission or act cf the
Contractor, his agent or e^ployees in the execution of the work or
in the guarding cf it. The Contractor shall obtain in the name cf
the Owner and shall maintain and pay the premiums for such
insurance in an amount not less than $10c,000/5500,000 limits, and
with such previsions as will protect the Cwner from contingent
liability under this contract.
BUILDERS RISK INSURANCE
The CONTRACTOR shall cbtain and maintain throughout the course of
construction a Builders All Risks Insurance Policy in the amount of
the Contract. THis policy shall name as insured the OWNER, the
CONTRACTOR, and their subcontractors.
INSPECTION
This project shall at all times be subject to inspections by
authorized representatives of the City of Fayetteville.
Unless otherwise directed by the OWNER, all work of a permanent
nature which cannot be inspected after completion shall be done in
the presence of an Inspector. It shall be the duty of the
Contractor to notify the OWNER in advance of the beginning of work
after delays, shutdowns, change of work progress or change of
location.
The failure or neglect on the part of the Inspector to inspect,
condemn cr reject inferior materials or work shall not be construed
to imply an acceptance of the same should inferiority become
evident at any time prior to the final acceptance of the work by
the OWNER, or within the time limit of one year as set out in these
Genera; Condition.
The Inspector does not guarantee the performance of the contract by
the Contractor, nor shall his inspection be construed as
supervision of actual construction, nor make him responsible for
providing a safe place for the performance of the work by the
Contractor, or the Contractor's employees, or those of the
suppliers, his subcontractors, nor for access, visits, use, work,
travel or occupance by any person, as these responsibilites are
covered under the provisions of this contract, the Contractor's
GENERAL CONDITIONS C3
•
•
•
insurance and performance bond. Where the provisicns of safety, in
any of its categories, are not being cbserved, and this safety, in
any of its categcries, attention of the OWNER or his
representatives, the OWNER may require standard safety procedures
to be initiated.
GUARANTEE
The CONTRACTOR shall guarantee all materials and workmanship
against defects fcr a period of one (1) year from date of final
acceptance. Upon notification from the OWNER, CONTRACTOR agrees to
promptly repair or replace any defects and all resulting damage to
the satisfaction of the OWNER and at no cost to the OWNER.
CLEAN-UP
The CONTRACTOR shall keep the prcject and work area clean at all
times. No accumulation of waste material or rubbish shall be
permitted, and at the conpletlon of all work the CONTRACTOR shall
remove all rubbish, tools, and surplus materials, and shall leave
the work area "brocm clean" and ready fcr use.
GENERAL CONDITIONS C4
•
•
•
•
•
IMPORTANT NOTES
•
1. It is the intent of these specifications that all of the
facilities would meet the requirements and guidelines of the
American Disability Act (ADA). Parts of the ADA regulations are
attached in section F of this document, however, all the
regulations should be followed whenever applicable.
2. The concrete floor slab should be finished in such a way that it
will drain adequately into the floor drains as outlined on the
plans.
3. Extra care shall be taken to insure that all of the fixture
heights and other dimensions shall comply with ADA guidelines.
4. Colors of any paint or fixtures shall be approved by the parks
department prior to application or installment.
5. The finished grade of the ground around the outside of the
facilities shall be such that will prevent surface water from
entering the building cr create water accumulation.
r
•
1
NIP
•
e
4
.i
Cr I
FAYETTEVILLE CITY PARKS RESTROOMS 1 FRONT ELEVATION 1 D I
RIGHT S•DE
•`
'0 I0 -
'
41i 1-)' ; F'aµ-1-5 @ X18 f'4 C-aINTS /Z }-
WPI 'N P1
I
Iv ° 4
//
5 311
c o 31
I —
a. L III
WP
3
I X 1 I 1
_ I
__
1 5/Z/0 G/^//
4 - -
W P I 'NP
WDI
40//
14„
1
1
,
y4
'it
W
,
L1
yr
sr
LL
V
;
C
.
V ^
w
s
_ r
_� SIDE
tlrj.. t,. —-tars r, -O ; w,k A6JirN5 n SGr.Cr r
IiA.1 1J / ✓L
i
•
ti
r
a
SQ
X o N
,
R/
W
XQ
/
N2
g'.
r
z
ml
Vow
C
F
zI
=
M
o
x
r
/
W¢ap
1•J—�
In'w
XFW
lo b
I I NW
If
2�I�J
Ry211
¢f
QZ
/
XIAW
as
I
/ W
�r<t
Q.
RJ
J2N2
I,
W
/ XQ
Q�W�Q
W
/ N2
3JY3.J
INTERIOR WALL
PANEL
N
\ I I
101_611
SYMMETR.CAL ABOUT c•
I FAYETfEVILLE CITY PARKS RESTROOMS I BUILDING HALF -SECTION 1 03
RIGHT SIDE
'' I L I
-81 7,-1l
a A
' I N -
cam
\, U ^ ' Ni
n
a a a I A
I if
5 5 3'd'5'0"
II
. no 8
I 41/IA
_ a JL a a _
N _
r O
Id
Q N rI N,
N
a -a A
'Ic '
, I
NI :-T- I
o FD a �I
iin nl
55 30 A
4 9 a 44-I/2"
=N
i• i 1 '� Q7�
Q
i A A ° A
" 1 A' -a„ I. T -I" L
LEFT SIDE
FAYET T EVILLE CITY PARKS RESTROOMS WELD PLATE LOCATION
.
e
5
5X3X3/8cX8 a
72"� X5" STUDS
TYPE A WELD PLATE
e"
6
6X8X3/8 t
1/2110 X3' STUDS
TYPE B WELD PLATE
6„
a..
4 X 6 X 3/8
1/2" 0 X 3" STUDS
TYPE C WELD PLATE
axax3/8 Q,
2 0"
1/2" REBAR BENT
AS SHOWN
TYPE D WELD PLATE
FAYETTEVILLE CITY PARKS
RESTROOMS
WELD PLATE DETAILS I D5
•
PANEL WIDT 1 CR HEIGHT
4 a •
1 1 1 A a
n d
A 4. _ .
I i
#3 REBAR a •2" O.C.E.W. -C4 X 5.4 CHANNEL
+vELC TO CHANNELS (MrER CORNERS)
TYPICAL !NTER:OR PANEL SECTION
WP 4 TI -RU P IC
PANEL WIDTH OR HEIGHT
I
d e o s
. 6 a A
-
�C4X34 CHANNEL
TEXTURED EXTERIOR FACE
TYPICAL EXTERIOR PANEL SECTION
WPI THRU WO3
CHANNEL FRAME SHOWN IN POSITION
BEFORE CASTING CONCRETE
II
I X4 9IPPED W/4:12 SLOPE
T/16 PRESSED HARDBOARD SIDING
L-- */ WOOD GRAN TEXTURE
14X8X8"O.C.)
1/2 ' CD -X PLYWOOD BACKER
FORM LINER DETAIL
rRETAINER
BLOCK
i
FAYETTEVILLE CITY PARKS RESTROOMS I PANEL DETAILS I D6
8-0
I y
1 I dI lr
II W
z
Nt IC.
a
iii
•3V 2_11 o
O
L•
w
1-
Lu f
c� I as IC z
Cl) I - c
z
ao N
2o I ~W a
3rLLr
a6 j w
a. w
o 3 m
o -
0
o 0
o 2 W F- O
W
w 3
o
X1. a
W
W P�O N Q
N I11 TYPEC 31 6 w cn
+VELD PLATES ) J
w w
a m z
•3 I- a
Lu
a a
w ' N
2 mla w
a
m
a
W39
N)
Vd LJ
3
S
01
FAYETTEVILLE CITY PARKS RESTROOMS I WP I, WP 2, S WP3 07
II' -B
e
y
-
-
1
'O C -. f NI
1 ^ Y
l
_
y v 3 Y
'J _a.
rGt
I R
of V)
� Q
0
U
CD
z
J
C-
0
U
FAYETTEVILLE CITY PARKS RESTROOMS I WP4, WP5
D8
II' -
8,1
L
Jf
W Y J J 4 C
QOQz
J z �-
� zmv -�
7 W
C ¢ J
:JQOW
- Q yW NW 1 a c
1 'I 1-m V¢ mOx 1 3 =
o i Sao
YO- z ¢+ z
xc;- m —a WQC'7
O�l}o 3 z
a Nm mawc) xmzz
QNZO D
03<V f. _.7-
a
wo
'k -
w
2
O
li
O
w
• >
• C,,
I. i
C
z
a
a
w
U,
-»
} 9 L
J � a- H
�i -<
t - L N
! U d
O
D 9! Oe
II' -811 L
FAYETTEVILLE CITY PARKS RESTROOMS I wP6, WP7 09
I.'
ci URINAL
Q URINAL --
I , S -, / I
B S
N � N
vN
10° Il-e" SSA II - I"
O O
O 0 -Q
F!
N
z
O
Lu
L
3
iJ)
Q
;17
Ij.I
z
a
w
In
w
a
3
I I -S
4.
FAYETTEVILLE CITY PARKS RESTROOMS I WPB, WP4R D '0
EXTERICR =ACE r— CO WELD
r s
a e• d
C 6 4
0
e
I
BACKER ROD & CAULK
VERTICAL WALL PANEL CONNECTION
I �s
yr Q '
CONTINUOUS
BACKER ROD WELD
& CAULK
EXTERIOR
s o FACE
VERTICAL CORNER CONNECTION
•..�111t
►II �rsl►I'I ii
>.
v WELDCT'
I e p
v o a . _ _.
EXTERIOR WALL PANEL TO FLOOR CONNECTION
FAYETTEVILI E CITY PARKS RESTROOMSI CONNECTION DETAILS I D12
/2 X S RED'W0C0 FASCIA
DPIp
EDGE
it
BUILD NG �INE�
II
--- — IFS - -- --- - I
FAYETTEVIL_E CITY PARKS RESTROOMS I ROOF PLAN
013
I
3 X4 X I/4 TUBULAR STEEL HEADER
i
r -I
-'G !I IIIFI
I I I
^I
k•tit
WALL PANE_ I1.
WAL_ PANEL
WP I I WP I
I.
o
' N
I I I I
i ii
II
I
•�I -i I j I
II
1
EXPANDED METAL
NOTE -OUT TO OUT DIMENSION OF
GATES TO BE 3'-4" X 71- BI,
ELEVATION
2X2XI/4 QSW/1/2'I
HOLE FO4 PADLOCK
(2 REd O)
a I I
d O1
I_I
INSICE
EXPANDED META,.
ZX2X /4
STEEL T„BE
OUTSIDE -D °
1 II
up
CCUBLE WEIGHT FULL SURFACE
WROUGHT S -EEL HINGE W/WELDED
PIN. PRIME CCA'EC STANLEY 88855
(OR EQUAL).
SECTION
I FAYETTEVILLE CITY PARKS RESTROOMS I ENTRY GATE DETAIL I D14
J
W
W
N
Cw
Ca
• 'w
1. .
o,
I.
Z
9'� II 91 .1_• 9"
-0I
5 p L -0A 4d 12 jd
I I 1
i J
-a
uno
J
W 6.
7 �
W
tO O
In
Ln 1 LI\ ii •T^v- • ^'�
c1
FAYETTEVILLE CITY PARKS RESTROOMS
J
Lu
H zq J
W a Q
mJy
-Co.
J CC Q
Wo
Wcc
NQz
Ifl �Z
X X IL
C W O
II
STALL 000R DETAIL I D 15
II
CONCRETE WALL PANEL
4
p - - 4
l : ' RWED P_A;ES �i I
I
40q ii
i- /2" BLACK P' PE /
W/2 ELBOWS
WELD Q WALL PATES
HANDICAP GRAB 3AR TQ BE
MCUM ED ON TWo WALLS IN
HANCICAP STALL .a 2.9" A.FF
GRAB BAR DETAIL
METAL DOOR
2' FRAME
JA.
WELD I
-1/2"
DOOR JAMB DETAIL
° 5" 3
° /B" 0
H.HOLE
I
1.3/a'
d
• w #3 MASER ;
a PADLOCK
SLOE V;EW
J
J
Q
o 3 I-3/4 X 3/16
------ II BENT PLATE
a Rio i {dart
'C,
done
I
TCP VIEW
PAPER HOLDER DETA;L
FAYETTEVILLE CITY PARKS RESTROOMS I MISC. DETAILS I 016 1
2X 6 CLTR GGER - !/2" PLYWCCC OECK �
2X8 N
REDWOCD 1i E � �;
FACIA i• � R w 2X 6
4 1 i RAFTER -y ,,
�4 \ "-3/811 AC P_YwCCD
If CEiLING
3/81 RCUGS-SEwh TREATED 2X4 )LATE
PLYwOCD SOFFIT
..T9EATED 2X4 S'UD 2-0'E X -ST6gcEXOANCED
4"O " BOLTS O.C.
/2'METAL-STaaLc a 4�.�. ' � 3/8 � - SEE �ET41L 9ELCw
CONCRETE PANE
SCREEN 8 SOFFIT DETAIL
3/8" x 2" BOLTS it 3'-4" O.C.
NUT S ''WASHER WELDED TO TOP CHANNEL OF
CONCRETE PANEL. (2 PER PANEL)
TYPICAL EXTERIOR PANELS S
TREaTE: 2X4 PLUMBING CHASE WALL PANELS.
`a r
CONCRETE PANEL
A
D
NAILER PLATE DETAIL
FAYETTEVILI F CITY PARKS RESTROOMS I MISC. DETAILS ` D17
C � C
'3..
FAYETTEVILLE C;TY PARKS RESTROOMS (SEWER RISER DIAGRAM D-18
� I
Ntfe.; IPcu er L,.e
�u fi4. b..UI
4A•V 2 /
PAM1� /J
u E'ER
'•F REG Di i 1 2
A_L L GH— X —LEES TO BE KENALL 37.4 W/2-14 F;-UORESCENT LAMP
WALL MCLNTED a 10'-E"A.F.F. ALL F1X`URES, SWITChES, AND CONCU,`S
_0 SE SLRFACE MOUN'ED.
MCIn DanE) : ;20/240 ( 14wt,cA n•8•
w/1PC..9-
1.1EMA I.
FAYETTEVILLE CITY PARKS RESTROC%IS l ELECTRICAL PLAN I D9
& Metcraf t
13910 Kessler D ive
GraidTelephonew.
816s7 1- 2w I OI "
Telephone (816) 761-3250 JC
Stainless Steel Securityware TOI LET
PRuDUC^ MAY SFi7W SOME OP^IcNs.
INSTALLATION
A six point anchor systtn is used to secure
fixture to wall. Anchors consist of 11 rut
(1/2") diameter threaded steel rods, back-
up plates and nuts. Rods are screged into
fixture, go through wall and are tightened
up from chase side of wall. Wall openings
are to be provided by others from rough -in
drawings supplied by manufacturer. (See
back side of page)
SPII:IFICATION
Toilets
Metcraft Model 101-SL,1.9•m�n (14 ga.) Type
304 s,s.toilet with No.4 satin finish,'manu-
factured by Metcraft, to CSA 845.4-1975,
complete with bloccut jet type trap. with
wall outlet, six point anchor system. See
options on back side of page.
* Except trap with smoth texture,
DESCRIPTION
A 24" deep toilet fabricated using heavy
1.9 suit (14 gauge) Type 304 stainless
steel polished to a No. 4 satin finish*
Al]. internal piping and fittings are
stainless steel. Seamless, integral
construction is security, tamper -proof
design. Supplied complete with fixture
trip, and options
USE
Primarily designed for penal and other
tyre installa.ti•ons where maximum
rrotection against vandalism is
required. Ideal for new work
or renovation.
• Blcx�out jet type toilet with elongated
bowl, self -draining fwushing rim and
integral seat contoured for ccrlfcrt.
• Six point anchor system for securing
fixture to wail,
• Structurally reinforced back on each
unit.
•Non-carbustible, sound -deadened interior.
OPTIONS & ACCESSORIES
See back side of page and check items
required *)-
Conforms to CSA B45.4-1975, Toilet trap
will pass 67 mm (2-5/8") ball and be
fully enclosed. load tests: No deflec-
tion with loadings up to 9i8 kg (2C00 lbs).
No permanent damage with loadings up to
2270 kg (5000 lbs),
O20
.
l0l-SL Toilet
■&TY
VSCWR @ A tt
'N lowNI es
ONALL Awotw■
,i.
lit ; s•.
mollsTOTAL ,:.
I-I/t-rUT
PW!H INLnT
)o •lAUTE'
tolutttwf
tT oTNtel
;tr
N•
.:' NAtt
Options 9 Accessories ChaH lowest 'cat nwlsts I
row ooN'Lg,C s[stlrICATlon. @sign To ITTlws QtIION If NANOAL.
CWCN
(�l
•AOM
Ns.
tt@q PTlow
20
Security frame (protects against
egress into pipe space in the event
fixture is removed from wall).
S1Z
54
Mirror finish on toilet seat.
55
Hinged (black) white) plastic toilet
seat.
E8
Metal tenp:ate.
70
1'i' MIPT Top Inlet.
81
Recessed tissue holder for- wall.
l89
Toilet Tissue Hoo[.
PLAN VIEW
1v�te:
way do .r i^.a-�, cab `7 n;5 ( rY ureS
..~ — ix 1 [Ii of[wlNts s' o1A. OnNINS Poo
•' roll ANCNoas 1-1/i PIP?INLR
I TOP INLIT 1. /t' Vi'?s sus' �,� wnlwc oP 4-$/\I 4 /411
R `{{ — rAl
-
ll�
It
TwAP
SIDE ELEVATION
Y
I
8'Ix8'6PSNINs Pol i (=
s'su. ■Asia —!
FRONT ELEVATION 01 WALL SHOWING REQUIRED
OPENINGS
4.]W:aa .Sa s.. aaa r -p' Nw n1 OA.q •u.wr N�A.a
'--- -
DE: :3 '?3 6:t4 ECCc-
WALL TNkxNESS
PotJ Ev G BLoc4c
r'.
CELL 5;7E
PLAN
JU __ 1'
oir. (UCM
Vt$ MILD 3"rECL Poo
McuNTINf, Rov5 PAS
T 4KoU49 FIRM -1C AT
fl4, PQ,�
GL•LL SICE_
Fko 4T
a bMu flax
•m V•&I. a</ la•aL
Src a 3o-gsc Its a wa.• qtr:
DZ2I
Metcraft
13910 Kess.er Cr ve
Grandview, M'issour 54C30
Telepr+cne (816) 76' •3250
Stainless Steel Securi
PRODUCT ::AY SHOW SOTS OPTIONS.
300-U RWB
ware Urinal
Description
A bicwout,et :ype wail mcur:ed urina. fabricates us•rg
heavy 1.9 mm (14 gauge; Type 304 stain'ess steel
coiisned :o a No. 4 satin ).nish Seamless integral ccn-
sructicr, is security, tamer -proof cesign. Supclied
ccmcle:e w•Ih fixture h m, vales and ether oct ors •f
desired.
Use
Primarily designed for peral and o:ner s m lar :ype
installations where maximum protection against
vandalism :s required. Ideal for either new wo'k or
renovation.
Recommerdec for problem urinal areas (constantly
plugged dra.rs, etc.), where greater, more poscive
flushing action is aes,red.
Standard Features
• See General Features in Selection Guide brochure.
• Elowcut ,ef type flushing action with 360° `lushing
r r-i washdown.
• 38 mm (,-1i2") ips, back water supply tilting.
• S'oced bollcm with 76 mm (3") diameter open
dram.
• Four point anchor system for securirg f xture to wail
• SlructuraPy re,ntorced back cn each unit.
• Ncn•combustib,e, sound -deadened interior.
Installation Options & Accessories
A four point arcno• system is used to secure f xture See back side cl page and check items required
to wail. Anchors consist of 13 mn (1,2") Ciameter
threaded steel reds. back-up pates an o nuts. Rods are °.
screwed 'nto fixture, go through wall anc are tightened Standards & Approvals
up from chase sice owail. Wail ocer.ings are to be Trap will pass 67 mm (2-518") ball and be fully enclosed
provides by o:hers'rcm ro.rgh•'r cra+vinys suop'ied try to
manufacturer. (See back s de of page) a
Specification C
Wall Mounted Urinals H'
Metcraft Mcdel 300-URWB 1.9 mm (14 ga.) Type 304 Im
s s• urira: with No 4 satin tin,sh* marufactured by H ,;
Melcraf:, complete with, blowout jet type flushing a.x
action: 360° flushing rrr washdown; 38 mm (1W) ips H ;
water supply fitting; 76 mm (3") diameter open drain:
four point anchor system. , .
See options page U-8. d 3
�Ir
* Except trap with smooth texture.
�L3
Options & Accessories Chart ;Check.lerns requiec;
300 URWB Urinal For :3rnpie'esoecicaaors,reler:03puc-.ssecticeclmantel.
Chrca prdgr'
I�1 No ; .. ScNpean
20 • Sac„r.y name :prc:ecrs age rsr egrets in0 p pe Waco
I in Ine even! 9xlure 's remcveo from wa,) S0ec' wa;
I th CKnaaa when Order g
21 M'e steel o• a ace access coor
22 Staines a steel ope scats access doer
66 Meal ;empate
T ,het
W! SNCJV + l.L n.d•ktONKt YCew
!M YWId ON!NNYI .r ,-rr.., wy11 N WM
0
EO
mn..,.. pr .�
.Klplrbra .D
o
I
I
.r,
t
•II
C/
•-
I
OX
4J
Il n--q'l cu
PLAN VIEW
ti -S VMW ie"OMlPL
a'GCf wr
't l�j''�f11 NfgwrdSrl4r! ICINr .a rlr L 1lkC
r.rVl4: •'af
mflusl L, OlUldl sl:XC.\np\6 r4Vyflcru(N SS/ECSCATONS
l!/4 TOP EOe'LT(GPT'COALI
I, v w� _ 1 `}' itt
I 1
1lwi. ml al orGla.O
Ce I I R 11]1 ltW"wµL 4-__ fa>. Mn;ll?IMr�I['
4a 1t
, �I o.
1
co acri c1wllls •..4 \\�� •l"�•�� r anr[d .ml I I l 1 O
(M!t! `JSS6US'lr.alJ —F I I r
1)Y1p Mli'Cr1 Np MA
CCf11lcl,pu B. Cr••1!A r\\\.\;T1LM'OYr 1 l I
•
avlwO L m !
Ii
'r r
r 4.3r! Cp+acrgrr ¢ P
w•u :rvlL N M N
• fwNtJflCa \ �6i
SIDE ELEVATION
FRONT ELEVAT:ON OF WALL SHOWING REQUIRED OPENINGS
I
DrewmpStlU']N-.l'0- wr'rr rr..lrbnrrror.rs+wrrw.—•saa�wlrebrw.ow�rsrwe•ar afnww O WYi/,tl$ma w,M/awwW 1.M r�✓tr�N1/Mb r,b-.., ... ... • a r.O/J!•vYCV,1.bwwd, r ,� •'1�G �d .:l
to
• v
1
GEI.I SiGG I °J GE15''JE
I
)2u 'A.'tLt'.≤t L p
yMElh4Pw HEimq of UCKAL oflJ .
_______
ZZ"
pLocz
294'
CF,"CoR --ti
•
A
NOTES: Specify wall thickness-- U
and construction
❑POURED ❑$LOCK
N0. 1 O °OCN Mn I Ott RACK
•r
NA M'r=PPA�'r, 1No.
P3010* U$UIcmv! C&4JCY lW, A167CI1M eCX
RCOCRUTON
JYN IV. 0tH ROY. •1Y• 01}O. IIIM M0.•
ar 5 t 83 P102�-Rd
}LL
X20 5attLJR N FEE
#�Oo-UI�WB
■TOR •w T. R0. JOTOCR Ra1la
TOTAL
b25
------------------- ----------------- ---- -
-C x c c :3 ? 2c'_r _- •. : tee
/4
w Metcraft
13910 Kessler Drive
Grandview, Mrssovri 64030
Telephone (816) 761-3250
Stainless Steel Securi
INSTALLATION
Ten 5/16" diameter holes are provided
in fixture and angle braces for anchor-
ir.q fixture to wall. Adequate backing,
mcr.ting screws and anchor shields are
furnished by others.
SPECIFICATION
Lavatories:
Metcraft Mode: PwB-3220. 14 gauge (:,9mc;)
'type 304 S.S. lavatory with Nc. 4 satin
finish, manufactured by Metcraft to CSA
B45,4-197!, complete with rectangular
hand basin with slow drain outlet, 4"
(13O mm) high backsplash, angle braces,
ten point anchor system. See options
on hack side of page.
PW B-3220
are LAVATORY
DESCRIPTION
A Public use lavatory, fabricated ':sing
heavy 14 gauge (1.9mm) Type 304 stainless
steel polished to a No. 4 satin finish.
All stainless steel tailpiece suitable
for connection of P -trap, seamless inte-
gral construction ani supplied ccrnlete
with fixture tram and options if desired.
Smaller models PFB-321C available.
USE
Primarily designed for applicatio,s
where durability and serviceability are
required. Ideal for new work or renc-
vation,
STANDARD FEATURES
. Rectangular shaped 6•' (ISCrm) deep .hand
basin with slow drain outlet.
•lr," o.d. tailpiece with 030 hall type
air vent suitable for connection of
optional P -trap.
4" (10Cmm) high backsplash.
•Angle braces.
.Ten point anchor system.
•Structurally reinforced back.
•Non-combustible, sound deadened interior.
•Self -draining soap tray.
OPTIONS & ACCESSORIES
see back side of page and check items
required.
STANDARCS & APPROVALS
Conforms to CSA B45,4-1975.
...
_
i
_
_
_
_
r.a.7•
•
L. O.C.
t_ —C
r
_--
_
PWB-3220 Lavatory Options 8 Accsssoriss Chart (CMtCY ITcN1 416014101
106 Co,ILITI •rt01rICAT1041. OCloll TO 0011001 tlttiOMN MANUAL.
CNICN •00111
III U. I[ICN•IT:O■
13 P -trap wit]-, clea:.out, l's" (32:•-n)
I or 15" (38nm; size. Rough -:n
" below Col:^ter tO7.
• 49 411 centerset faucet with wrist
I blades.
1'51 Oval shaped hand basin,
52 Fast drain outlet.
53 Cverflow (ve:.t) in basic...
59 Tension release tcwel hook,
located (left)(right) side.
ICI 60 Solid S,S, towel bar, located
:tt t- lt,r a4Awwl (left) (right; side.
a: AAA"TUT 61 S.S. toothbrush holder, «ocated
;11 ' left Uri ht; side.
•"j'7'
68 (paper)(Meta;) template.
95 Trap enclosure (wall mounted).
ILOl • Aw
•
O 39 Barrier -free lavatory waste with
•o ■
grid stainer l'i".
40 yon -removable stopper drain. lea".
41 Grid strainer with tailpiece
f1T (1½").
I4'
•
•-I/4'
Wt LTA' LOCJT•OMI Al 61V ■t0
•AIT 0Mt ttNlll wW11111p1
£ND 0 CUTOUT 11E7
PLAN VIEW
t N UNIT
FACE OF WALL
OVAI4C 0! VNH% M f•
!.11 t1tANlTOM Y 1 I -
ANCNCAI IT r• . - _ ;���•••♦
so„41 SttE , e (10) ARCHON _4
.' - tT LOCAtI00N
) . ; • -
i _If1 I
SI
I f'
,p y /ALL Or[YI
I WALLLOCATION YA AN AC11 I• ,
•'' ANILI IIACI WITH W"T1 FRTINO Is
PAIR 0101 A.1 7 Yelp. L
I •Aa,na[O ,WN O _
1t CJ4N0 TO G •
LATATaT,
•
S
IOT1'
•; 1. aROYATt rIXTUIl SUPPORT 00 lltt.
WALL PLATO. Lit M"TINO MANOtAJI
MUST K I4M�C0 K OTMll7.
•
SIDE ELCVATION /R0NT ELEVATICN OF WALL SHOWING
REAUtRaD OPENINGS 111
4t4O 310 t
?JCtE P:i9-322C WATT, !C& '4
C:7: —4-
.a -J In. -
vAT:cN CF W'n1 3fi0'r 3CL'G -I`;5
E Of UNIT
OUTLINE OP UNf7r.
(10) ANCHCN '' ~
LOCATIONS L.
1I
11 '
WALL OPENING.
LOCATION NARKS 4
II
WITH WASTE PITTING
a
APPRovED FOR A{ANL2ACTLRING
COMPANY
C
TITLE
<ir•.4t. ne
DATE
,_G I
-
Metcraft
13910 Kessler Crive
Grandview. Missouri V oo _M
Telephone 816) 761-3250
Stainless Steel Securityware Mirror
PRODUCT MAY SHOW SOME r P^rrxCe
Description
A 12" A 16" mirror consisting of a heavy
14 Gauge Type 304 stainless steel frame,
polished to a Na. 4 finish and a tempered
glass mirror reinforced with a 1/4" board
backing. Alternative mirror materials
include PlexiglasS and Type 304 stainless
steel with a No. 8 mirror finish. Can-
struction is seamless, security, tamper-
prodf design.
Use
rrimarily designed for penal and clher similar type
ins'aiiations where maximum oro;ectrcn against
vandaiism is required. Ideal for either new work or
rencvation.
Standard Features
• See General Features in Se;eclien Guide brochure.
• Tempered glass has four to five limes i•r..pac:
res starce of an crdinary plate glass mirror and is
exl•emeiy difficult to break. ;f shattered mirror
a.sintegrates into small, harmless particles.
• Sox ;;o rt ancnor system for securing mirror to .va,i
• Alternate mirror materials, and mounting
offered. Sea Options and Accessories. .
Options & Accessories
See back side of page and check items req'Jred.
Specification
Mirrors
Meccraft Model 8C0 -H mirror 12" X 16" E
14 Gauge Type 304 stainless steel with
No, 4 satin finish, manufactured by
Metcraft, complete with: (1/4" thick WA
rr tempered glass) (Plexiglas) (14 Gauge cn
Installation stainless steel with No. 8 mirror finish). c
mirror; 1/4" backing board; six point
A six point anchor system is used to anchor system.I�
secure mirror to wall. Anchors consist
cf ¼" diameter threaded steel rods, back-
up washers and nuts. Rods are screwed ni-
nl�
into back of mirror frame, go through wall ta� 2
and are tiehtened in L,_ . •, .
i. WALL THICKNESS
1. Anchor rod connection openings.
-------------------------------------
TECHNICAL DATA
Security sleeves are installed in the forms to provide
wall openings for installation of fixtures. Securfty sleeves
should always be used for sprayed concrete wails and
are suitable for poured concrete wails. Security sleeves
are normally removed with the forms leaving individual
wall openings for inlets, wastes, and/or anchors to the
fixture and provide security against egression into chase
side of wall.
INSTALLATION
Security sleeves are fabricated from galvanized sheet
metal -20 ga. for the wall flange and 24 ga. for the
individual sleeves. Security sleeves are installed
with the flange on the chase side of the wall,
Note: When security sleeves, use nails for wocd
forms and sheet metal screws for metal forms
(supplied by others). Installer must maintain
sleeves dimensions on each side of wall.
( from
•o SYOC. ea ew. 1Ke aueeo+len
WYOMU•
01
Options & Accessories Chart (Check :ems legtared )
800-M Mirror Far complete spec tw=os eeiu to Ocuons seaon Of ma-r.al.
Check Orfl Desenppon
!II No.
Ml '/4" :rtck P'exIQasa mvror M2 14 qe. T pe 334 stalrlesc S:" mirror
wile No. S 'tutor:nsh.
LFM FrOnl rrourtec• ,JSI Q mun'erSunk saew'+Oles and
1/ •ear -I/ rune Ptd wuw ;NIUHn1 V'fd
by •t"14.
CE -- -Mlpu! SS CI, ALL OIEI R
4-,.,e Ilugf4[0
.iLAis "Arbil 's -N
.,_1u4 .UOAloICX 4,
w.r
E�.a.r $ 4 T
/ w a
cncmgoos 4 "W-
O•µ. ^ � • W
VL,i 1 �AN
iy,
b' o
� it ^•
I -
4Y Mi TE A tIPJ. 1 VE MIIIIWII WTnWU ilcUOg
Ltoau AAM SG e•MIgtU P IIL 1M'M
ry A•1C I kfl4CA 'NYW KO•
o ,
n�
PLAN VIEW / BLOW-UP SECTION DETAIL
1
/
/
..r' 0A d r', II"
4 0TALl of rl--. �rOunwavw+lE
l0 O•
y ; SIN 3n.nr?]IA I I
1 sMIL juT4Vp{IOq
A"C„Oli I
•
/ I
i •
I
1M A •I I
1
FRONT ELEVATION OF WALL SHOWING REQUIRED OPENINGS
SIDE ELEVATION
J
.
Menphb Office
Phone 901/8545874 • Fix 901/854-5375
WE 2. BOX 360 • SELMER. ThXN&SSEE 38375
Phone 901/6469056 • Fax 901/64&9231
5' .hestnitStreet
Hands
On.
J
EXCEL DRYER CORPORATION
3S i T
�g., ea„cw. .t
l .r+ _ SCE L S. Mn..�e y• V.�'1C . F - 11 j- - n
X V 3Va
' ='a,
1x es . dsC: •;+
dryers
button Vpe a Mpe ` v
4.v
boas: a long stc ndL.^ •"p-
.. .J,/l..v. yew.. f wM
ro2ablirrr. ._4_
SE..e5 ...
:D pr3v ae :ti-!ce :..e se:
roe `lee :La c` c:`er :;
CS. _x„e: back
/`/ m [ i4h ci L- '—
,..�.y. YY .YJ. Y.EI...
1' C
a::. :y :cr T ' .1
cacr.s, misuse c:
n.dasm.
■ Excel 'Hands Cn'" dryers
u'tt' 7e a mcntenance free
brushless motor, capacitor
.... HMA L-_ +-i rr+ Cr
I
1 ` 1
76-W, Surface Mcun red, Cast Cove:
Wit to Epoxy Paint
4ounted, Cast Cover.
d, Cast Cover, White Epoxy Paint
r^ y
eleX 355422 C \L y1,e
• The s.ce mounted heat
ing element is Inaccess:-
ble tbrcugh :he nozzle
witch p:ctec-s agairs:
va~ dalism.
■ Any Excel 'Hands C::'"
nozzle can be fixed :.•:b
a stcri=ary down ward
positron by means o:
a sq-nple on -s to ad,,us:-
ment
"Hands On'" modes are
avcable with a white
baked epoxy print cr
chrome plated `finis:
Custom colors to match or
complement any waL' or 1
ffxtlues cae also available.
•
MCC=L NC ACC
7yptca r'Sta Map,
TI.ICiar Mag. A04]tf
Tru Male n Pgn Pjp•
Wit?. Screwtrutl•
IC
1 `qtw 9)pW tr vo .
5O•,�• •e< f
OOnIor
a
... 1" VS Myron g2,01orcee l
T 0'lQ
WIT.e• S+pOY�
T fir ou pwri et
WM kt t' Pusn lec
Wit, Yrwal„'fr
MODEL NC AAC
v Iw Pp• Wt, Wre
Rae
S. fl AM P'.IQQed e. Fa -
1
Dra.l Jo —
.Y Lv - Myles iirevon war 1
Watt• welq.rt •Ejusted
r TMru we W Push Pamir
W In Scr MOr.vY
'I I
19
I $tee' Se00rl "WII
r C•nvrte
r .. .. •
p5 -
.lam
MODE: NC 450
% CCEL ,C CyDIca. Ia ti .at' •'
YiI, PJO. Wt^ va re
Ara P'uQQerl •e! ear
On r 30w,'
re - •
+1 a 1 .
yto, tilgrcec
te SeV,
' 1 /
WATER & SEWER SERVICES/
CONCRETE ACCESS PATHWAY
Walker Park
Water Service:
approximately
370 linear
feet
of two (2") inch
PVC SJR
21 pressure class
200
pipe.
Sewer Service: approximately 30 linear feet of four (4") inch
schedule 43 plastic sewer pipe.
Access Pathway: 48
square
yards
of six (6) feet wide concrete
4"
thick
access
pathway.
Gulley Park
Water Service: approxinately 460 linear feet of two (2") inch PVC
SDR 21 pressure class 200 pipe.
Sewer Service: Approxinately 40 linear feet of four (4") inch
schedule 40 plastic sewer pipe.
Access Pathway:
18
square
yards
of six (6) feet wide concrete
4"
thick
access
pathway.
Note: All water and sewer connection stubs from the mains shall be
provided by the City.
a.
No+e ; C[1n�re+e 6 ca a h,C YY
o4 Z" LJIL a+
T4YK Sissall ti. S't4 Mlh
& 5 in „ +E. Creek
FLOW LINE OF
CONCRETE •� • �Q `.
ENCASEMENT
_ ! Cu/side 6
L Minimum Dimension
B Pay Line
ENCASEMENT DETAIL
)'a CREEK CROSSINGS
VR 6ULLC/ PARK
:aR at C_+. 20°Prue•
G! Jct S SV10 wh LA
-i- SKtt".,.
or SQ_Z Or 6e1ecf
is 11
tacit EU m44er.t OS Q�pYoJe�
Wafer Scp�tcr Li�e5
1) 27
Ilj
� \1
I t
I it } /} �+• a •p.
/'r.�S%C
J i 1
Zlfi1.f L. .f e <-y.n
4° m• k
c.,de Ca -c. WI
Walker Pack
. Rniroo m s
D3
Iu
Gtduey park
ResIroo rr5
Na+ it, SCaie
I, ;•r `mil p��t4� / /
•
/ tg�k-
4l rjpc„•fr I I N ///
�rG
�j•.,ce LeI1 <
its / i�
hID
F� / Area
Gat °+ cr ianc
/J
rt Er s�
Tot NASHIP
RD.
TECHNICAL SPECIFICATIONS
FAYETTEVILLE CITY PARKS
RESTROOM FACILITIES
SECTION I - SCOPE OF WORK
SCOPE OF WORE( - This project consists of the construction of two
restroom facilities, one located at Gulley Park and one at Walker
Park. The ccntractor will be asked to finish the Walker Park
restroom first.
The intent of these plans and specifications is to construct
facilities which are as vandal resistant as possible. The basic
construction is precast concrete wall panels with conventional
timber framed roof. The ccncrete wall panels may be cast on -site or
cast off -site and delivered to the site. All work, including
precasting of wall panels, will be subject to inspection and
direction of the Public Works Department of the City of
Fayetteville, in particular the Parks and Recreation Department and
the Engineering and Maintenance Department.
The exact location and orientation of the buildings shall be as
directed by the Director of the Parks and Recreation Department.
Any questions concerning fixtures, finishes, color, etc, shall be
addressed to said director. Materials and methods of construction
will be subject to the approval of the Engineering & Maintenance
Department and/or the Building Inspection Department.
SPECIFICATIONS Si
ITA0Tl:D:St .ht Or. .
Z3RAq Yuu's ;I1Iv 2 .
a31TI.1I3L rl Oflt*a3ss
b'xaslq
n.rasvrca bso o2nio
is ttsi.: :
_ZThQ.L .•
11f3 9antar:
-b^'a grnc_ Lima
Ya tf7taf, t'c
' ' anu f
n
.tool
:zcupa iyq ainnoq uoeg rclisogar
ldsq.
a
1ltiit.
iiot: at c 1ainsiq aorf3o 70 tfae yts r
L^r-q;
3
tnb earlod
1.")407. £ 3a,°:i is
Ic ddcrnb L
Li
sins^
ddiw b� astti t has
epril oo! 11.
:r rod?:
d
••
^-)Lfq
o#iii
bD?D
L
trier c: d. fno tc of ^d llsde
ni . t3noo
Lsir i
Si
. i"ttO L iQ313I31gn
smn l 3o
III noa *a-
3
>3 ttoa
bt' o$trY;ax-non
"r 3o ocl 11cda rad A.i3 RQO
A . E
nt r. to. cndon4i
7uva zalsxsd
sogtty lfm 8
r>c
L^as.dq end hate, ndsCa
wsool-i .fevazp
xrt1
:o
11uea
rrofl baoYu3n.in
adz rifiw y1fCids.lvnDt:t
r.l LS.srie
. d61 a sots -t4
. nnslq wil .io
f �saib
f
.bnc'..:1..12
lnc.0
:J
sdi ni bgisatnf d of e -t ur?stq b1'r vuc1r'_:t
l iia sd,: to bLotxluq :t j s02 d.Str s svl t S3!m1;
,a
i:: ;ctlq blew .clnnrq Ilut, sot wsxo firm Yam zap it
a€,t 7rooi so A'°,ns S\l ± nftf3lw: Doa. +_n
fl l rial1w of lot ad Urdu aeivfq' bla'F L.L .sn;o:I
di tubrfpuouU lirvo1) noifsvolo o?:z a atti ¢o ii!
(^rttf~tt:rd
rrahsb-son of r;d Lid en1stq blow bnr; ct 3
~rci3rsaf l a aog2 v oitj to 111 "c4 i3sc: d t.,u
ao oU1 t no ttrto t ct yer c.23I .c JJ,111 3tt3I0 ft)a TaAD3 f4
a n ti7tu Into ed o: vim cic.triq 11:: .o
rlcw scsfxt13Sc1 . {:.:2 x trta73 lonnnrla db ft
y�j bon -it
.�;(r:fyr..oynV +duffts}o t -d 0$ to
Lle.3n'.Iq
b tr' ctb.4 on -its'. J.JP zui/.J.i ULGJP+ {.I3..4r: :to pr tflifl n: )'I
b• -t qox to ^bi eni stiff .1 i.ovo7 'It \ £ r rf':Qw pai3.c
no iinnscf ycfYodttl brriclnll lc,wovs+ Dd lip f:
d5uc r•o0:sut d1c*mn s .tur.Lt.ps ad llsr-. o:t.;q
Yo motif r.11v :ajjnou.si:.tijvocta to
to dnsini ort: ci J1 .a -A lnll 1n.n$ ^bin 3s r ^oq fo
rf..oecw' tflov ' t. eassbczq
sa.`za<v bnzXtxut ntcr booty is bt- ri nll so1^rr1,,i
cci initial $Hors' tw.t.'5t,z}7. A .tffh.L!* 3
lsvars+z ezi arl or L.ns1 r-'3 arty p1 L4Ollq fr
e
Some panels require weld plates and other inserts
for attachment; the location of these weld plates
are critica. and should be adhered to very closely
(± 1/2"). Block outs are required for plumbing
fixtures and a door. Small dimension holes may be
drilled after panel erection or may be blocked -out
during placement. The exact dimension of fixture
manufacturer's data to insure a correct fit. if
small diameter holes are block out, it is suggested
a template be used.
Lifting devices of the contractor's choice may be
used. Lifting lugs may be welded to the perimeter
channel. Planels shall be erected plumb and square
and welded to the respective floor and wall weld
plates. Interior panels shall be welded full
height. At weld plates fillet welds both sides of
panel shall extend full length of weld plate. 3/8"
x 2" bolts are to be welded to the top channel of
all exterior panels and all plumbing chase panels
for attachment of a treated 2x4 nailer.
Ccncrete and structural steel shall be in
accordance with Section III of these
specifications.
ROOF CONSTRUCTION. The roof structure shall
consist of 2x6 rafters at 16" o.c., 1/2 plywood
decking and asphalt shingles. interior ceiling
shall be 3/8 AC plywood and exterior soffits shall
be 3/8 rcugh sawn plywood. Construction shall be
cor.ventiona_ wood framing of good workmanship.
Gable ends of the building are to be enclosed with
1/2"x:6 guage expanded metal. Metal screen shall
be securely attached with 1" wire staples at 4"
. _-
All mater�a;.s of roof ccnstruction shall be in
accordance with Section III of these
specifications.
ENTRY GATE shall be fabricated fo 2x2x1/4" tubular
steel frame covered with 1/2" x 16 guage expanced
metal. Gates shall be of size and dimension as
indicated on the drawings. Gates shall be mounted
with double weight full surface wrought steel
hinges with welded pins such as stanley No.BB855
1/4 or equal. Hinges shall be welded to gate and
jamb.
SPECIFICATIONS
S3
Each gate shall be equipped with two sets of
locking lugs as indicated on the drawings.
Contractor shall provide 2 No. 3 Master Padlocks
for each gate; all locks to be keyed alike.
7. STALL DOORS
shall
be fabricated of
1"xl"1/8"
tubular steel
and
covered with
0.040"
thickness
steel plate.
All
connections
shall
be welded.
Stall door shall
be
mounted with
double
weight full
surface hinges
the
same as entry
gates.
8. ENTRY DOOR into plumbing chase shall be Republic
steel door and frame in accordance with Section II
of these specifications. Note door frame is
drywall type and is to be mounted around steel
channel frame and welded in place. Door to be
equipped with deadbolt only, no handle set
required.
9. PLUMBING fixtures are to be as specified herein;
substitution will be permitted only by written
permission of the Parks and Recreation Director.
A.l plumbing fixtures are to be installed in
accordance with the manufacturer's instructions and
in compliance with state and city plumbing codes.
Only cold water will be supplied; no water heater
is required. Water pipes shall be plumbed with a
positive slope to a common low point with drain
valve (hose bib) to enable draining of the pipes
before double check valve shall be installed on the
service line.
All above ground water piping shall be type M hard
drawn copper tubing with solder joint wrought
copper tube fittings. All below ground water
piping to be type L soft drawn copper tubing with
solder Joint wrought copper tube fittings -no joints
allowed under concrete slab.
Above ground soil, waste, and vent piping shall be
standard weight no -hub cast iron pipe and fittings.
Below ground soil, waste and vent piping shall be
service weight cast iron hub and spigot neoprene
joints.
Plumbing fixtures shall be as follows:
Toilets
- Metcalf
Model
101 SL
Urinals
- Metcalf
Model
300 URWB
Sinks -
Super Secur Model CS -1010
Mirrors
- Metcalf
800-M
Stainless steel
Drinking
Fountain
- M.D.F.
Model 450 Wall Hung
SPECIFICATIONS S4
gt
Hand Dryers - Excel Dryer Model 76C Cast
cover, Chrome plated, surface mounted electric
(::5V, 15A).
10. ELECTRICAL - all electrical work shall comply with
the latest editions of state and local building
codes and ordinances. All above grade conduit
shall be Rigid Metal Conduit (RNC) or Intermediate
Metal Conduit (IMC). Fittings shall be steel or
malleable iron. Box connectors shall have
insulated bushings and "bitting" type locknuts.
Underground conduit shall be Schedule 40 PVC Rigid
Non-Metalic Conduit (RNC). Conduit and boxes shall
be securely surface mounted. Connections tc
equipment, fixtures and devices shall be it
accordance with the manufacturer's recommendations.
11. Painting - All exposed steel including channel iron
frames of wall panels, expanded metal screen, metal
doors and gates and fabricated steel hardware shall
be shop prined and field painted with two coats of
High Gloss Oil Base Enamel such as PPG Exterior -
Interior Alkyd Glass Enamel 54 lines, or equal.
All exposed wood shall have one coat of oil -base
prime (PPG Speedhide Exterior Wood Primer 6-9) and
finished with two coats of PPG Sun -Proof Alkyd
Enamel Trim Paint 1 line. The exterior wood
textured surfaces of concrete wall panels shall be
thoroughly cleaned by scrubbing with muratic acid
and painted with two coats of PPG Cementhide Latex
Masonry Paint 37 line. Interior concrete walls and
floors are not sealed with a silicone -based sealer.
Paint colors to be selected by the Parks and
Recreation Director.
12. CLEANUP - Upon cempletion of all construction the
buildings and work areas are to be thoroughly
cleaned. All debris, trash and surplus materials
are to be removed from the site. Disturbed earth
shall be fine grated, covered with topsoil and
seeded, fertilized and mulched. Grass seed shall
be as approved by the Parks and Recreation Director
and shall be maintained by the Contractor until a
good stand of grass is established.
SPECIFICATIONS 55
TECHNICAL SPECIFICAT:ONS
FAYETTEVILLE CITY PARKS
RESTROOM FACILITIES
SECTION III - MATERIALS OF CONSTRL'CTICN
1. SELECT FILL MATERIAL for this project shall be native
clay or cherty-clay soil with a plasticity index
(weighted average) of less than 15 and shall be free of
roots, organic matter, or other deleterious material.
2. SLAB CUSHION for this project shall consist of a fine
grained cchensicnless material such as sand, limestone
screenings, or washed creek gravel.
3. CONCRETE shall be ready nixed, conforming to Part 2 of
ACE Standard 318-7. Concrete for foundations and floor
slab shall have a minimum compressive strength of 3000
psi at 28 days with a minimum cement content of 5.0 bags
per cubic yard. Concrete for precast wall panels shall
have a minimum compressive strength of 4000 psi at 28
days, a minimum cement content of 6.0 bags per cubic
yard, and shall have 5% - 2% entrained air. The use of
a super plasticizer such as MELMENT as manufactured by
the American Admixtures and Chemical Corporation is
strongly reco:rmen.ded.
Concrete for floor slabs and panels shall be
proportioned, mixed, placed, and cured in conformance
with ACI Standard 302-69. An excessive water content
will not be allowed. Before the addition of a super
plasticizer, the concrete ...ix shall have a maximum slump
of 4" with super plasticizer a slump of 6 to 8 inches
will be accepted.
Three standard test cyli
cubic yards of concrete
one cylinder shall be
cylinders tested at 28
laboratory. Payment for
the Owner.
nders shall be made for each 50
placed or for each day's pour.
tested at seven days and two
days by an approved testing
concrete testing will be made by
4. REINFORCING STEEL shall be deformed steel bars conforming
to ASTM A615 Grade 60.
5. STRUCTURAL STEEL and STEEL PLAT shall conform to ASTM
A36. Small dimension tubular steel shall be hot rolled
and welded. Metal studs for embedment connections shall
be standard Nelson Studs by TRW Nelson Division of the
length and diameter shown. Welded "L" shaped rebar
anchors of same diameter will be accepted.
SPECIFICAT:CNS S6
r
6. WOOD FRAMING shall be No. 3 Douglas Fir, Facia boards and
trim boards shall be clear grade Redwocd. Nailer plate
at top of precast panels shall be pressure treated pine.
7. PLYWOOD decking, soffit, and ceiling shall confcra.tc APA
specifications. Roof decking shall be 1/2 inch CD Grade
with Exterior Glue. Ceiling shall be 3/8 inch AC Grade
and Soffit shall be 3/8 inch 303 EXT-APA Rough sawn.
8. RCCFING shall be Asphalt shingles of not less than 235
pounds per square applied over 15 pound felt. Rocf
shingles shall be installed in accordance with the
Recommended Specifications of the Asphalt Roofing
Manufacturers Association with galvanized sheet metal
edging.
9. EXPANDED METAL SCREEN shall be 1/2 inch 16 gauge standard
carbon steel expanded metal as manufactured by the
McNichols Co. or equal. Metal screen shall be securely
nailed in place with 1 inch wire staples at 4 inch on
center.
10. HARDWARE
Entry Gate and Stall Door Hinges - Double Weight Full
Surface Wrought Steel with welded pine. Stanley BB855
1/4 or equal.
Barrel Bolts (Stall Doors) - Heavy Duty Steel Barrel Bolt
with 13/32 Bdt. Stanley 1084 or equal.
Metal Door (Plumbing Chase) Republic 1-3/4" DE Series
full flush 16 ga. steel door with FH Series 5" Drywall
Frame to be welded in place - (See Detail) Door to be
equipped with double cylinder deadbolt ONLY -handle set
NOT required.
Padlocks retractor shall provide Master
Padlocks per bui for each entry gate
and 2 require pa der). All padlocks to
be ike.
N/A
SPECIFICATIONS
S7
4.20 Bathtubs
I4DAAGI
7.
used the faucet shall remain open for at least
10 seconds.
4.19.6Mirrors. Mirrors shall be mounted
with the bottom edge of the reflecting surface
no higher than 40 In (1015 mm) above the
finish floor (see Fig. 31).
4.20 Bathtubs.
4.20.1 General. Accessible bathtubs shall
comply with 4.20.
4.20.2 Floor Space. Clear floor space In
front of bathtubs shall be as shown in Fig. 33.
4.20.3 Seat. An in -tub seat or a seat at the
head end of the tub shall be provided as shown
in Fig. 33 and 34. The structural strength of
seats and their attachments shall comply with
4.26.3. Seats shall be mounted securely and
shall not slip during use.
4.20.4 Grab Bars. Grab bars complying
with 4.26 shall be provided as shown in rig.
33 and 34.
4.20.5 Controls. Faucets and other controls
complying with 4.27.4 shall be located as
shown in Fig. 34.
4.20.6 Shower Unit. A shower spray unit
with a hose at least 60 in (1525 mml long that
can be used both as a fixed shower head and
as a hand-held shower shall be provided.
4.20.7 Bathtub Enclosures. if provided.
enclosures for bathtubs shall not obstruct
controls or transfer from wheelchairs onto
bathtub seats or into tubs. Enclosures on
bathtubs shall not have tracks mounted an
their rims.
4.21 Shower Stall.
4.21.1' General. Accessible shower stalls
shall comply with 4.21.
4.21.2 Size and Clearances. Except as
specified In 9.1.2. shower stall size and clear
floor space shall comply with Fig. 35(a) or (b).
The shower stall in Fig. 35(a) shall be 36 in by
36 in (915 mm by 915 mm). Shower stalls
required by 9.1.2 shall comply with Fig. 57(al
or (b1. The shower stall In Fig. 35(b) w111 fit into
the space required for a bathtub.
4.21.3 Seat. A seat shall be provided in
shower stalls 36th by 36 in (915 nun by
915 mm) and shall be as shown in Fig. 36. The
seat shall be mounted 17 in to 19 in (430 mm
to 485 mm) from the bathroom floor and shall
extend the full depth mm) olDie
stall, the in ey
36 in (915 mm by 915
seat shall be on the wall opposite the controls.
where a f axed seat is provided in a 30 in by
60 in minimum (760 mm by I525mm shower
sh
stalf. it shall be afoldinga�t fo the rnnt e
mounted art the wall ad1
as shown in Fig. 57. The structural strength
of seats and their attachments shall comply
with 4.26.3.
4.21.4 Grab Ban. Grab bars complying with
4.26 shall be provided as shown in Fig. 37.
4.21.5 Control. Faucets and other controls
complying with 4.27.4 shall be located as
shown in Fig. 37. 1n shower stalls 36 in by
36 in (915 mm by 915 iron). all controls.
faucets. and the shower unit shall be mounted
on the side wall opposite the seat.
4.21.6 Shower Unit. A shower spray unit
with a hose at least 60 in (1525 mm) long that
can be used both as a fixed shower head and
as a hand-held shower shall be provided.
EXCEPITON: In to monttaredfaciltifes where
uandaitsm is a consideratioIt a fixed shower
head mounted at 48 in (1220 mm) above the
showerftoor may be used in lieu of a hand-held
shower head -
4.2 1.7 Curbs. If provided. curbs 9 Snshuonwler
stalls 36 in by 36 in (915 mm by
shall be no higher than 1/2 in (23 mm1. Shower
stalls that are 30 In by 60 In (760 mm by
1525 mm) minimum shall not have curbs.
4.21.8 shower Enclosures. if provided.
enclosures for shower stalls shall not obstruct
controls or obstruct transfer from wheelchairs
onto shower seats.
4.22 Toilet Rooms.
4.22.1 Minimum Number. Todet facttures
required to be accessible by 4.1 shall comply
ADA Handbook
451
.AD
4.19 Lavatories and Mirrors
stall and anj obstruction may be reduced to a
minimurn of 42 in (1065 mml (Fig. 30).
4.17.8 Grab Baia. Crab bars complying with
the length and positioning shown in Fig. 30(a).
Ib), (c). and (d) shall be provided. Crab bars
may be mounted with any desired method as
long as they have a gripping surface at the
locations shown and do not obstruct the re-
quired clear floor area. Crab bars shall comply
with 4.26.
4.18 Urinals.
4.18.1 General- Accessible urinals shall
comply with 4.18.
4.18.2 Height. Urinals shall be stall -type or
wall -hung with an elongated rim at a maximum
of 17 in (430 mm) above the finish Door.
4.18.3 Clear Floor Space. A clear floor
space 30 In by 48 In (760 mm by 1220 mm)
shall be provided in front of urinals to allow
forward approach. This clear space shall
adjoin or overlap an accessible route and shall
comply with 4.2.4. Urbralshields that do not
extend beyond the front edge of the ur'trial rim
may be provided with 29 in (735 mm) clearance
betureen than.
4.18.4 Flush Controls, Flush controls shall
be hand operated or automatic, and shall corn -
Pty with 4.27.4. and shall be mounted no more
than 44 in (1120 mar) above the finish floor.
4.19 Lavatories and Mirrors.
4.19.1 General. The requirements of 4.19
shall apply to lavatory fixtures, vanities, and
built-in lavatories.
4.19.2 Height and Clearances. Lavatories
shall be mounted with the rbn or counter sur-
face no higher than 34 ih (863 min) above the
IZnLShltOCT• Provide a clearance of at least 29 In
(735 mm) above the finish floor to the bottom of
the apron. Knee and toe clearance shall comply
with Fig. 31.
4.19.3 Clear Floor Space. A clear floor
space 30 in by 48 In (760 mm by 1220 mm)
complying with 4.2.4 shall be provided in front
of a lavatory to allow forward approach. Such
Appendix 8
clear floor space shall adjoin or overlap an
accessible route and shall extend a maximum
of 19 in (485 min) underneath the lavatory
(see Fig. 32).
4.19.4 Exposed Pipes and Surfaces. Hot
water and drain pipes under lavatories shall
be insulated or otherwise configured to protect
against contact There shall be no sharp or
abrasive surfaces under lavatories.
4.19.5 Faucets. Faucets shall comply with
4.27.4. Lever -operated. push -type, and elec-
tronically controlled mechanisms are examples
of acceptable designs. itself -closing valves are
Fig- 31
Lavatory Clearances
17rni
Fig. 32
Clear Floor Space at Lavatories
Appeadta B
4.17 Toilet Stalls 1 ADAAG
36 min
+ tf 1er,+. 915
1 eoo+ ioC alion
,
I ii..
t; C w I Caf
O -
I ed
�— �g o1 �� I +a
lo
T I sloe!
I IICO•w I_ I soar.
tl
II Eo
I
42 min latch
approach only, 9m•.n
Iwo
other approaches 48 mtat
in Standard Stall
(a.1)
Standard Stan (end o/row)
(c)
Rear Wall of Standard Stall
altercate
12 max
40142 mm
1015110631
C
N�
13 maa
II
er
n
/�_ C-
m
I I
- a
_
__
1
-.T
I
nn.
42 min filch
approach only.
I I
I 12 w _
cyie
end
mi: 01.:
I-••
�'.4
other approaches
Jos
�,
48 min
54,rrn
q7e
(d)
let
Alternate Stalls FIg, 30
Skis Walls
Toilet Stalls
.r
3
AD C
4.17 Toilet Stalls e
f 18
us
18 m,a 38 +n1
us 18 f+s 18
own 42 m,n 18
off I f$
gNI lawn ;
it —
law
X •
• E .__
•
is
:
Jar
,O -
now new i
apace :• �( spec. •'
.......
488 main 48,i,, 64
Ire In. +faf
Flg. 28
Clear Floor Space at Water Closets
36 min
s+s i
38 mr 54 min
12 min 12 min u,a
ns 12 42 min
ava as +w
tiaei< VYag (b)
side wag -
FTg' 29
Grab Bars at Water Closets
4.17.3• Size and Arrangement. The size
and arrangement of the standard toilet stall
shall comply with Fig. 30(a)• Standard S1a1L
Standard toilet stalls with a minimum depth
of 56 In (1420 nun] (scent 30(a)) shall have
wall -mounted water closets, if the depth of a
standard toilet stall Is increased at least 3 in
(15 mm), then a floor -mounted water closet
may be used. Arrangements shown for stan-
dard toilet stalls may be reversed to allow
either a left- or right-hand approach. Addi-
tional stalls shall be Provided In conformance
with 4.22.4.
EXCEPTION: in tnslanc'es of alteration work
where Provision of a standard stall (Rg. 30(a))
F -.
• I J •I
IIjtri
4.17.4 Toe Clesranees• In standard stalls•
the front partition and at least one side parti-
tion shall provide a toe clearance of at least
9 in (230 mm) above the floor. If the depth of
the stall is grater than 6o in (1525 mm), then
the toc clearance is not required,
4.17.6Doors. Toilet stall doors, fncludtng
door hardware shall comply with 4.13. If toilet
stall OPPraach is from the latch side of the staff
door, ctearartce between the door side of the
42 AlN Bask
4.17 Toilet Stalls
shall be mounted on the wide side of toilet 4.27 Toilet Stalls.
areas no more than 44 In (1120 mm) above
the noon' 4.17.1 Location. Accessible toilet stalls shall
be on an accessible route and shall meet the
4.18.9 Diapeaarsa. Toilet paper __n ltements of 4.17.
shall be installed within reach, as shown Intequ
Fig. 29(b). Dispensers that control delivery. or 4.17.2 Water Closets. Water closets In
that do not permit continuous paper flaw. shall accessible stalls shall comp
ly with 4.18.
not be used.
equlpnunt penntued In shaded area
(a)
Spout Height and
Knee Clearance
I•0
•
•
•
•
•
•
(e)
Free Standing
Fountain or Cooler
(b)
Clear Floor Space
30.....
reo
I
IC..
r
Id)
Built -In
Fountain or Cooler
Fig. 27
Drinking Fountains and Water Coolers
not to sacred
fountain depth
41
AAG
Jr
4,14 Entrances
4.13.12• Automatic Doors and Power-
Aaalated Doors Wan automatic door is
used, then it shall comply with ANS1/BHMA A156.10.19&S. Slowly opening. low -powered,
autorrtaUc doors shall cornpty with ANSI
A156.19.1984. Such doors shall not open to
back check faster than 3 seconds and shall
require no mom than 15 1bf(66.6M to stop
door movement. If a power -assisted door is
used. its door -opening force shall comply with 4.13.11 and Its closing shall conform to the
requirements In A MA 156.19.1984.
4.14 Entrance,.
4.14.1 Minimum Number. Entrances
required to be accessible by 4.1 than be part of
an accessible route complying With 4.3. Such
entrances shall be connected by an accessible
route to public transportation stops, to acces-
sible Parking and Passenger loading
and to public streets or sidewalks kfavailable
(See 4.3.2(11). They shall also be connected by
an accessible route to all accessible spaces or
elements within the building or facility.
4.14.2 Semite Entrances, A service
entrance shall not be the sole accessible
entrance unless It Is the only entrance to a
building or facility (for example ifacto
or garage). In a ry
4.15 Drink(ng Eottatains and Water
Coolers,
4.15.1 Minimums Number.
Drfritatru or water coolers required to beaccess
l
by 4.1 shall comply with 4.15.
.15.
4.15,2•
• Spout Height. Spouts shall be no
higher higher than 36 In (915 nun), measured from
the floor or ground surfaces to the spout outlet
(see Fig. 27(a)),
4.15.3 Spout Location. The spouts of
drinking fountains and water coolers shall be
at the front of the unit and shall direct the
water flow to a trajectory that is parallel or
nearly parallel to the front of the unit. The
spout shall Provide a now of water at least 4 in
(100 mm) high so as to allow the Insertion of a
cup or glass under the flow of water. On an
accessible drinking fountain with a round or
Dual bowl the spout must be positioned so the
flow of water Ls wWzffn 3 in (75 mm' of the front
edge of the fountain
4.15.4 Controls. Controls shall comply with
4.27.4. Unit corwols shall be front mounted or
side mounted near the front edge,
4.15.5 Clearances.
(1) Wall- and post -mounted cantilevered
units shall have a dear knee space between
the bottom of the apron and the floor or
ground at least 27 in (685 ntrr>) high. 30 in
(760 mm) wide, and 17 in to 19 In (430 mm
to 485 mm) deep (see FIg. 27(a) and (),)l. Such
units shall also have a minimum clear floor
space 30 In by 48 In (760 mm by 1220 mm) to
allow a person in a wheelchair to approach the
unit facing forward.
(2) Free-standing or built-in units not having
a clear space under them shall have a clear
floor space at least 30 In by 48 In (760 by
1220 mm) that allows a person in a wheelchair
to make a parallel approach to the unit (see
Fig. 27(c) and (d)). This clear floor space shall
comply with 4.2.4.
4.16 Water CIosets,
4,18.1 General. Accessible water closets
shall comply with 4.16.
4.16.2 Clear Floor Space. Clear floor space
for water closets not in stalls shall comply with
Fig. 28. Clear floor space may be arranged to
allow either a left-handed or right-handed
approach.
4.18.3• Height, The height of water closets
shall be 17 In to 19 In (430 aim to 485 rrrtrt),
measured to the top of the toilet seat (see Fig,
29(b)). Seats shalt not be sprung to return to a
!(fled poswon.
4.16.4• Grab Baser. Grab bars for water
closets not located In stalls shall comply with
4.26 and Fig. 29. 7Ta grab bar behind the water
closet shall be 36 in (945 mnd mirwnwn
4.18.5• Flush Controls. Flush controls
shall be hand operated or automatic and shall
comply with 4.27.4. Controls for flush valves
I
L
4.26 Handrails, Grab Bars, and Tub and Shower Seats
Pr PA
(a)
Handrail
(d
Handrail
(b)
Handrail
(d
Grab Bar
Fig. 39
Size and Spacing of Handrails and Grab Bars
4.28.4 Eliminating Hazards. A handrail or
grab bar and any wall or other surface adjacent
to it shall be free of any sharp or abrasive ele-
ments. Edges shall have a minimum radius of
1 /8 to (3.2 mm).
(d
Handrail
4.27 Controls and Operating
Mechanisms.
ADAAG
4.27.1 General. Controls and operating
mechanisms required to be aocesstble by 4-!
shall comply with 4.27.
ADA Haadkok 51