HomeMy WebLinkAbout38-99 RESOLUTION•
.1
•
RESOLUTION NO 38-99
A RESOLUTION AWARDING BID NO. 99-32 IN THE AMOUNT
OF $123,013, PLUS A CONTINGENCY AMOUNT OF $12,300,
TO HECKATHORN CONSTRUCTION COMPANY, INC., FOR
REPLACING THE FILTER TANKS AND RENOVATION OF THE
DRESSING ROOMS AT THE WILSON PARK SWIMMING
POOL.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1 That the City Council hereby awards Bid No. 99-32 in the amount of
$123,013, plus a contingency amount of $12,300, to Heckathom Construction Company, Inc., for
replacing the filter tanks and renovation of the dressing rooms at the Wilson Park swimming pool;
and authorizes the Mayor and City Clerk to execute a contract for said amount. A copy of the
contract is attached hereto marked Exhibit "A" and made a part hereof.
PASSED AND APPROVED this 311L day of March 1999.
1 . i ; 71.
••El
• • f•
•
•
ATTEST:
By. ` / /fJfl` ace
l Heather Woodruff, City erk
APPROVED:
By-
Fr -d Hanna, Mayor
{ Y
IP
•
CONTRACT
This contract executed this 9th day of March , 1999,
between the City of Fayetteville, Arkansas, hereinafter called the
City, and 14404#hsrn (onStrochon Co.ngony,rNC
hereinafter called the Contracto and having an address at
I f$0 Q;.0% Avcdut , ray 4 Fitv:1Ie, Ak 721v3
In consideration of the mutual covenants contained herein, the
parties agree as follows:
1. The Contractor at his own cost and expense shall furnish all
labor, materials, supplies, machinery, equipment, tools,
supervision, bonds, insurance, tax permits, and all other
accessories and services necessary to complete items bid per
bid 99-32 as stated in CONTRACTOR'S PROPOSAL, and in
accordance with specifications attached hereto and made a part
hereof under Bid #99-32, all included herein as if spelled out
word for word.
2 The City shall pay the Contractor based on prices indicated in
Contractor's Proposal. Progress payments will be made 30 days
after approval and acceptance of work and submission of
invoice. Amount of contract not to exceed $ 123,011.00
3 The Contract documents which comprise the contract between the
City and the Contractor consist of this Contract and the
following documents attached hereto, and made a part hereof:
A. Bid form identified as Invitation to Bid 99-32 with the
specifications and conditions typed thereon.
B. The Contractor's proposal.
C. The Notice to Prospective Bidders and the Bid Tabulation.
4 These Contract documents constitute the entire agreement
between the City and the Contractor and may be modified only
by a duly executed written instrument signed by the City and
the Contractor.
5 Contractor shall not assign his duties under the terms of this
agreement.
Contractor agrees to hold the City harmless and indemnify the
City, against any and all claims for property damage, personal
injury or death, arising from Contractor's performance of this
contract. This clause shall not in any form or manner be
construed to waive that tort immunity set forth under Arkansas
Law.
1
•
liv
•
7 The Contractor shall furnish a certificate of insurance
addressed to the Owner, showing that he carries the following
insurance which shall be maintained throughout the term of the
Contract. Any work sublet, the contractor shall require the
subcontractor similarly to provide worker's compensation
insurance. In case any employee engaged in work on the
project under this contract is not protected under Worker's
Compensation Insurance, the Contractor shall provide and shall
cause each Subcontractor to provide adequate employer's
liability insurance for the protection of such of his
employees as are not otherwise protected.
Comprehensive General Public Liability, $1,000,000
Comprehensive Automobile Liability (owned, hired
and non -owned Vehicles) with bodily injury limits
o f $100,000 and $300,000 and property damage limit
o f $50,000 for each accident;
S tandard Workmen's Compensation and Employer's
Liability covering with statutory limits;
Contractual Liability Insurance with bodily injury
limits and property damage limits of $1,000,000.
The premiums for all insurance and the bond required herein
shall be paid by the Contractor.
8. If contract exceeds $20,000, Contractor agrees to furnish a
Performance Bond, approved by the City, guaranteeing the
performance of this contract, for not less than one hundred
percent of the amount of this contract. Said performance bond
shall be conditioned on full and complete performance of this
contract and acceptance by the City of Fayetteville for the
payment of all labor and materials entering into or incident
to the proposed improvements. The Contractor agrees to
furnish proof of licensure as required under the terms of Act
150 of the 1965 Acts of the Arkansas Legislature.
Contractor agrees to begin work within ten (10) days of notice
to proceed and complete the work within the time frame
outlined in the bid document. Liquidated damages of $100 per
day shall be assessed at the option of the City, not as a
penalty, beginning on the first day following the completion
t ime to cover additional costs.
10. A11 work called for herein shall be coordinated directly with
t he Project Manager or their designee, at 444-3471.
•
•
•
•
11. This contract may be terminated by the City with 10 days
written notice.
12. Contractor shall be responsible for meeting compliance with
ADA regulations.
WITNESS OUR HANDS THIS DAY OF , 1999.
ATTEST: CITY CLERK
ATTEST: SECRETARY
Janet S. Heckathorn
BY
CITY OF FAYETTEVILLE,
FAYETTEVILLE, ARKANSAS
/41444,
MAYOR
Heckathorn Construction Co., Inc.
BY
NAME AND TITLE
Don L. Heckathorn
1880 Birch Avenue
dent
Fayetteville, AR 72703
BUSINESS ADDRESS
n
U
u 8 S
coo I -
o 4'.
�2 m
z 8 8
z r
F a C4 8
0 N N
a N 6,
LL
`a 8 O
O § Q OO r
N
O N
o {jJ N 4,
w 8
a' F:
O J
J a � 8
8 0 N N
w w w
a o I I
0
8 a � o
c�
zH ^
N 8 N ¢y�
jw (4 W u
z
o
a
z ~ 0 0
.0o
W
O
S S 0
Q$$ w
W 'a O p
I-.OO Co K
N 0 W
w H U
5 z
Ui N
Iwl U
S a
ga Imio
O
rn O Jo
-
oQ U
m OHU ! UI
S
STAFF REVIEW FORM
J/ AGENDA REQUEST
xx _ CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City Council meeting March16,1999
FROM:
Connie Edmonston
Name
Parks & Recreation Public Works
Division Department
ACTION REQUIRED:
Approval of bid award #99-32 for the replacement of the filter tanks and
renovation of the dressing rooms at Wilson Park Swimming Pool to Heckathorn
Construction Company, Incorporated in the amount of $123,013 with a
contingency of $12,300. Total cost is $135,313.
COST TO CITY:
$135,313
Cost of this Request
2250-9250-5806-00
4A7A-0a7n-SR0R-An
Account Number
98011-1
Project Number
$11A • 000 Qlfilenn Panl Imprnvementc
Category/Project Budget
$20,100
Funds Used To Date
$149,900
Remaining Balance
Category/Project Name
Park Improvements
Program Name
BMR
Sales Tax Fund
Fund
BUDGET REVIEW:
61
Bud11 oordi.' or
xx Budgeted Item
Budget Adjustment Attached
Administrative Services Director
CONTRACT/GRANT/LEASE REVIEW:
Acco
•
• tin /Manier
1
.Cit A
Purchasing Officer
3-9-9a
Date
GRANTING AGENCY:
Coordin
Date terna uditor Date
3-9 -99
Date
STAFF RECOMMENDATION:
Approval of bid award.
partment Director
Admini.tra ive ervices Director
i.. / d
May
r
Date
3 -r -S
Date
Dat,
Dat
Cross Reference
New Item: Yes No
r
Prev Ord/Res
k:
Orig Contract
Date:
Description
Comets:
Budget Coordinator
•
r
•
STAFF RRPID PO[dl
Page 2
SwirAmii, EDI Pnotic( "bib n Beetled Bate
Reference Coneats:
City Attorney
Purchasing Officer
ADA Coordinator
Internal Auditor
xx
AGENDA REQUEST
CONTRACT REVIEW
GRANT REVIEW
•
STAFF REVIEW FORM
For the Fayetteville City Council meeting March 16,1999
FROM: •
Connie Edmonston Parks & Recreation Public Works
Name Division Department
ACTION REQUIRED:
Approval of bid award #99-32 for the replacement of the filter tanks and
renovation of the dressing rooms at .Wilson Park Swimming Pool to Heckathorn
Construction Company, Incorporated in the amount of $123,013 with a
contingency of $12,300. Total cost is $135,313.
COST TO CITY:
$135,313
Cost of this Request
2250-9250-5806-00
f70 -4410 -Sang -00
Account Number
98011-1
Project Number
9rin,n00 Wilann Pnnl Imprnvamant¢
Category/Project Budget Category/Project Name
Park Improvements
$20,100
Funds Used To Date
$149,900
Remaining Balance
Program Name
HMR
Sales Tax Fund
Fund
BUDGET REVIEW:
_xx Budgeted Item _Budget Adjustment Attached
Budg('t oordinator
Administrative Services Director
CONTRACT/GRANT/LEASE
REVIEW:
?it A
Purchasing Officer
3-949
Date
3-5-`r5
Date
3-9 -99
Date
GRANTING AGENCY:
terna • uditor
Date
0-9-97
Date
STAFF RECOMMENDATION:
Approval of bid award.
l
0 4 4'/
%v ion Head
partment Director
Admini tra ive -ervices Director
air
May
3-r 4�r
Date
Dat
3/DatDat
Cross Reference
New Item: Yes No
Prev Ord/Res
Si:
Orig Contract
Date:
t
•
•
•
CONTRACT
•
•
•
This contract executed this 9TH day of March 1999,
between the City of Fayetteville, Arkansas, hereinafter called the
City, and I4n0k4thorn (onstNcif.n Csmj,eady,.rWC
hereinafter called the Contractor, and having an address at
188o Birch Avej✓e ; FwycFie.i►Ie, AR 71703
In consideration of the mutual covenants contained herein, the
parties agree as follows:
1. The Contractor at his own cost and expense shall furnish all
labor, materials, supplies, machinery, equipment, tools,
supervision, bonds, insurance, tax permits, and all other
accessories and services necessary to complete items bid per
bid 99-32 as stated in CONTRACTOR'S PROPOSAL, and in
accordance with specifications attached hereto and made a part
hereof under Bid #99-32, all included herein as if spelled out
word for word.
2. The City shall pay the Contractor based on prices indicated in
Contractor's Proposal. Progress payments will be made 30 days
after approval and acceptance of work and submission of
invoice. Amount of contract not to exceed $ 1231013.00 .
3. The Contract documents which comprise the contract between the
City and the Contractor consist of this Contract and the
following documents attached hereto, and made a part hereof:
A. Bid form identified as Invitation to Bid 99-32 with the
specifications and conditions typed thereon.
The Contractor's proposal.
C. The Notice to Prospective Bidders and the Bid Tabulation.
4 These Contract documents constitute the entire agreement
between the City and the Contractor and may be modified only
by a duly executed written instrument signed by the City and
the Contractor.
5. Contractor shall not assign his duties under the terms of this
agreement.
6. Contractor agrees to hold the City harmless and indemnify the
City, against any and all claims for property damage, personal
injury or death, arising from Contractor's performance of this
contract. This clause shall not in any form or manner be
construed to waive that tort immunity set forth under Arkansas
Law.
•
•
•
•
•
11. This contract may be terminated by the City with 10 days
written notice.
12. Contractor shall be responsible for meeting compliance with
ADA regulations.
WITNESS OUR HANDS THIS fi DAY OF f 1999.
ATTEST: CITY CLERK
/(2531,41
SECRETARY
'I�E"/T,ARY
!/ Janet S -,ecka[J
BY
CITY OF FAYETTEVILLE,
FAYETTEVILLE, ARKANSAS
Latil
MAYOR
Heckathorn Construction Co., Inc.
President
Don L. eckathornITLE
1880 Birch Avenue
Fayetteville, AR 72703
BUSINESS ADDRESS
i••••
•
•
•
CONTRACT
•
This contract executed this 9th day of March
1999,
between the City of Fayetteville, Arkansas, hereinafter called the
City, and HecKa'i'Aern COr•tffacWee! Lcmpani Linn
hereinafter called the Contractor, and having an address at
IEBO Birch Rabbit s. Fayeiic4ItQ, R2 12103
In consideration of the mutual covenants contained herein, the
parties agree as follows:
1. The Contractor at his own cost and expense shall furnish all
labor, materials, supplies, machinery, equipment, tools,
supervision, bonds, insurance, tax permits, and all other
accessories and services necessary to complete items bid per
bid 99-32 as stated in CONTRACTOR'S PROPOSAL, and in
accordance with specifications attached hereto and made a part
hereof under Bid #99-32, all included herein as if spelled out
word for word.
2. The City shall pay the Contractor based on prices indicated in
Contractor's Proposal. Progress payments will be made 30 days
after approval and acceptance of work and submission of
invoice. Amount of contract not to exceed $ /23)0/1.00
3. The Contract documents which comprise the contract between the
City and the Contractor consist of this Contract and the
following documents attached hereto, and made a part hereof:
A. Bid form identified as Invitation to Bid 99-32 with the
specifications and conditions typed thereon.
B. The Contractor's proposal.
C. The Notice to Prospective Bidders and the Bid Tabulation.
4. These Contract documents constitute the entire agreement
between the City and the Contractor and may be modified only
by a duly executed written instrument signed by the City and
the Contractor.
5. Contractor shall not assign his duties under the terms of this
agreement.
Contractor agrees to hold the City harmless and indemnify the
City, against any and all claims for property damage, personal
injury or death, arising from Contractor's performance of this
contract. This clause shall not in any form or manner be
construed to waive that tort immunity set forth under Arkansas
Law.
•
•
•
•
•
•
•
•
7 The Contractor shall furnish a certificate of insurance
addressed to the Owner, showing that he carries the following
insurance which shall be maintained throughout the term of the
Contract. Any work sublet, the contractor shall require the
subcontractor similarly to provide worker's compensation
insurance. In case any employee engaged in work on the
project under this contract is not protected under Worker's
Compensation Insurance, the Contractor shall provide and shall
cause each Subcontractor to provide adequate employer's
liability insurance for the protection of such of his
employees as are not otherwise protected.
Comprehensive General Public Liability, $1,000,000
Comprehensive Automobile Liability (owned, hired
and non -owned Vehicles) with bodily injury limits
of $100,000 and $300,000 and property damage limit
of $50,000 for each accident;
Standard Workmen's Compensation and Employer's
Liability covering with statutory limits;
Contractual Liability Insurance with bodily injury
limits and property damage limits of $1,000,000.
The premiums for all insurance and the bond required herein
shall be paid by the Contractor.
8. If contract exceeds $20,000, Contractor agrees to furnish a
Performance Bond, approved by the City, guaranteeing the
performance of this contract, for not less than one hundred
percent of the amount of this contract. Said performance bond
shall be conditioned on full and complete performance of this
contract and acceptance by the City of Fayetteville for the
payment of all labor and materials entering into or incident
to the proposed improvements. The Contractor agrees to
furnish proof of licensure as required under the terms of Act
150 of the 1965 Acts of the Arkansas Legislature.
9. Contractor agrees to begin work within ten (10) days of notice
to proceed and complete the work within the time frame
outlined in the bid document. Liquidated damages of $100 per
day shall be assessed at the option of the City, not as a
penalty, beginning on the first day following the completion
time to cover additional costs.
10. All work called for herein shall be coordinated directly with
the Project Manager or their designee, at 444-3471.
•
•
•
•
11. This contract may be terminated by the City with 10 days
written notice.
12. Contractor shall be responsible for meeting compliance with
ADA regulations. /
WITNESS OUR HANDS THIS >( DAY OF ///� �Gt[� , 1999.
ATTEST: CITY CLERK
////i il�r
i
ATTEST: SECRETARY
sez Wei,
Janet S. Heckathorn
CITY OF FAYETTEVILLE,
FAYETTEVILLE, ARKANSAS
MAYOR
Heckathorn Construction Co., nc.
resident
NTI LE
Don L. Heckathorn
1880 Birch Avenue
Fayetteville, AR 72703
BUSINESS ADDRESS
•
•
•
•
•
CITY OF FAYETTEVILLE
BID# 99-32
•
Wilson Park Pool Dressing Room and Filtration System Buildings
Improvements
ADDENDUM #2, March 3rd, 1999
Bidder acknowledges receipt and acceptance of Addendum No. 2 in
the Proposal by submitting the signed Addenda #2 with Bid Package
and acknowledging on proposal schedule. Proposal submitted
without acknowledgment or without this addendum will be
considered informal.
Replace Sections 01300 thru 16505 with new Sections 01300 thru
16505. (Attached)
Bids must be submitted and clocked in at the Purchasing Office,
City Administration Building, Third floor, Room 306 no later than
2:00 p.m. on Friday, March 5th, 1999. No bids will be received
after this time. Bids will then be opened in a room to be
determined and posted in the Purchasing Office, Room 306, at 2:10
p.m.
Receipt acknowledged and conditions agreed to this day of
, 1999,
Company Name Signature
•
•
•
•
CITY OF FAYETTEVILLE
BID 99-32
ATTENTION CONTRACTORS:
PROJECT MANAGER to call to view the project site is:
ERIC SCHULDT at 444-3471
ARCHITECT to call with questions regarding the project is:
CARTER & BURGESS at 501/223-0515
PURCHASING office number to answer procedure questions is:
PEGGY VICE at 575-8289
•
•
•
•
CITY OF FAYETTEVILLE
BID 99-32
WILSON PARK POOL DRESSING ROOM
& FILTRATION SYSTEM
BUILDINGS IMPROVEMENTS
•
•
CITY OF FAYETTEVILLE
BID# 99-32
•
Wilson Park Pool Dressing Room and Filtration System Buildings
Improvements
ADDENDUM #1, FEBRUARY 25TH, 1999
Bidder acknowledges receipt and acceptance of Addendum No. 1 in
the Proposal by submitting the signed Addenda #1 with Bid Package
and acknowledging on proposal schedule. Proposal submitted
without acknowledgment or without this addendum will be
considered informal.
Bid opening date will be changed from March 1, 1999 at 2:00 p.m.
to March 5, 1999 at 2:00 p.m.
Bid opening will be at City Administration Building, 113 W.
Mountain, Fayetteville, Arkansas, 72701, Third floor, Room 326.
Receipt acknowledged and conditions agreed to this day of
, 1999,
Company Name Signature
•
•
•
Mike Huckabee
Gooey not
Peggy Vice, Purchasing Manager
City of Fayetteville
113 West Mountain
Fayetteville, AR 72701
Dear Ms. Vice:
•
•
•
James L. Salkeld
Duecto•
STATE OF ARKANSAS
ARKANSAS DEPARTMENT OF LABOR
10421 WEST MARKHAM • LITTLE ROCK, ARKANSAS 72205-2190
(501) 682-4500 • FAX: (501) 682-4535 • TOO: (800) 285-1131
February 23, 1999
Re: Wilson Park Pool Dressing Room
& Filtration System Buildings Improvements
Fayetteville, Arkansas
Washington County
In response to your request, enclosed is Arkansas Prevailing Wage Determination Number 98-306
establishing the minimum wage rates to be paid on the above -referenced project. These rates were established
pursuant to the Arkansas Prevailing Wage Law, Ark. Code Ann. §§ 22-9-301 to 22-9-315 and the administrative
regulations promulgated thereunder.
If the work is subject to the Arkansas Prevailing Wage Law, every specification shall include minimum
prevailing wage rates for each craft or type of worker as determined by the Arkansas Department of Labor Ark.
Code Ann.§§22-9-308(b)(2). Also, the public body awarding the contract shall cause to be inserted in the contract
a stipulation to the effect that not Tess than the prevailing hourly rate of wages shall be paid to all workers
performing work under the contract. Ark. Code Ann. §22-9-308(c).
Additionally, the scale of wages shall be posted by the contractor in a prominent and easily accessible
place at the work site. Ark. Code Ann. §22-9-309(a).
Also enclosed is a "Statement of Intent to Pay Prevailing Wages" form that should be put in your
specifications along with the wage determination. The General/Prime Contractor is responsible for getting this
form filled out and returned to this office within 30 days of the Notice to Proceed for this proiect.
Jl_'hettyoj Issue the Notice t oceer(f • , , • , 1 - „
pf/Ice We Hast have this nfotmntIouleflo enforc,/he Statenrenljfjntetlt.
If you have any questions, please call me at (501) 682-4536 or fax (501) 682-4508.
Enclosures
Sincerely,
Don Cash
Prevailing Wage Investigator
•
•
Page 1 of 2 ARKANSAS DEPARTMENT OF LABOR'
PREVAILING WAGE DETERMINATION - BUILDING RATE
DATE: February 23, 1999
PROJECT: Wilson Park Pool Dressing Room
& Filtration System Buildings Improvements
Fayetteville, Arkansas
CLASSIFICATION
Asbestos Worker/Insulator
Bricklayer/Pointer, Cleaner, Caulker
Carpenter
Concrete Finisher/Cement Mason
Electrician/Alarm Installer
Elevator Mechanic
Elevator Helper
Glazier
HVACR Mechanic
Ironworker
Laborer
Marble/Tile/Terrazzo Worker
Millwright
Painter/Sheet Rock Finisher
Plasterer
Plumber/Pipefitter
Roofer
Sheet Metal Worker
Sprinkler Fitter
Truck Driver
Waterproofer
Power Equipment Operators'
Group 1
Group 11
Group III
Group IV
DETERMINATION #: 98-306
COUNTY: Washington
EXPIRATION DATE: 8-23-99
SURVEY #: 798-AR05
BASIC
HOURLY
RATE
8.30
17.60
12.05
10.15
13.20
17.20
12.04
10.95
13.05
11.85
8.30
12.69
10.85
9.80
13.60
13.00
10.00
11.90
15.30
10.05
14.00
14.75
11.45
11.00
9.50
FRINGE
BENEFITS
.45
2.00
7.50
7.08
.70
.30
2.80
1.65
1.40
2.00
.65
.85
1.09
2.85
1.70
Welders -receive rate prescribed for craft performing operation to which welding is incidental.
Certified July 1, 1998
CLASSIFICATIONS THAT ARE NOT LISTED, BUT THAT ARE GOING TO BE WORKING ON
THIS PROJECT, SHOULD BE REQUESTED FROM THE ARKANSAS DEPARTMENT OF
LABOR, PREVAILING WAGE DIVISION. THESE WRITTEN REQUESTS SHOULD BE MADE
AS SOON AS YOU NOTICE THAT A REQUIRED CLASSIFICATION IS MISSING,
NORMALLY THIS WOULD BE DURING THE BID PROCESS.
•
Page 2 of 2 • ' ARKANSAS DEPARTMENT OF LABOR
PREVAILING WAGE DETERMINATION — BUILDING RATE
DATE: February 23, 1999
PROJECT: Wilson Park Pool Dressing Room
& Filtration System Buildings Improvements
Fayetteville, Arkansas
Power Equipment Operators:
DETERMINATION #: 98-306
COUNTY: Washington
EXPIRATION DATE: 8-23-99
SURVEY#: 798-AR05
•
Group I
Operators engaged in operating the following equipment: Cranes, draglines, shovels and piledrivers with
a lifting capacity of 50 tons or over, and operators of all tower climbing cranes and derricks required to work
25 feet or over from the ground, blacksmith and mechanics.
Group II
Operators engaged in operating the following equipment or performing work relative to the engineer's
jurisdiction: Hydraulic cranes, cherry pickers, backhoes, and all derricks with a lifting capacity less than 50
tons, as specified by the manufacturer, all backhoes, tractor or truck type, all overhead & traveling cranes, or
tractors with swinging boom attachments, gradealls, all above equipment irrespective of motive power,
leverman (engineer), hydraulic or bucket dredges, irrespective of size.
Group III
Heavy Equipment Operators. Operators engaged in operating the following equipment: all bulldozers, all
front end loaders, all sidebooms, skytracks, forklifts, all push tractors, all pull scrapers, all motor graders, all
trenching machines, regardless of size or motive power, all backfillers, all central mixing plants, JOS and
larger, finishing machines, all boiler fireman high or low pressure, all asphalt spreaders, hydro truck crane,
multiple drum hoist, irrespective of motive power, all rotary, cable tool, core drill or churn drill, water well
and foundation drilling machines, regardless of size, regardless of motive power and dredge tender operator.
Group IV
Light Equipment Operators. Operators engaged in operating the following equipment: Oilerdriver motor
crane, single drum hoists, winches and air tuggers, irrespective of motive power, winch or A frame trucks,
rollers of all types and pull tractors, regardless of size, elevator operators inside and outside when used for
carrying workmen from floor to floor and handling building material, Lad-A-Vator Conveyor, batch plant,
and mortar or concrete mixers, below 10S, end dump euclid, pumperete spray machine and pressure grout
machine, air compressors, regardless of size. All light equipment, welding machines, light plants, pumps, all
well point system dewatering and portable pumps, space heater, irrespective of size, and motive power,
equipment greaser, oiler, mechanic helper, drilling machine helper, asphalt distributor and like equipment,
safety boat operator and deckhand.
C
Y
U
0
I-
C.
EE
0
C
N
N
d
(Q
w
C
E
e
oTIo
°rviQU
i
C
6
O
O
0
a
at
C
O
_
-
w
O
0.
a Y o
c 3 u
a
O
- N
o a)
� U O
3�� a
E V
vz
0. 0 o m
t•2
�yyyy C C
. "C • V
L
Q 0 u c
dg3a
L C O
`o m co O
N3 3
C 3
�.0
V . I-.
° a'3
N
Cc m e
at .L. '°s
Q o c
V. t �•
-o o
C N O
H U ^
k.
ON
O y
60
U C y
v C O 3
•� " C cc
H G
M-U• .--i C
=4)
o�'ow
O C.OO
U 0 .0 �-•
CC
O L
a
v o n
C E
° 3 0 4)
O C Y
O 0
O
C O Y
cc4)
•N a3
c
C.
C
0
a
C
z
N
S.
C
• y
4.
O
cd
C
C
Le
E
C
O
Cu
U
O
o
L.
cd
UV
C
C
.o
M
City of Fayetteville
Wilson park Pool Dressing Room and
Filtration System Buildings Improvements
Bid 99-32
TABLE OF CONTENTS
Title
Table of Contents
Advertisement for Bids
BIDDING REQUIREMENTS
Instructions to Bidders 1 to 5
General Conditions of the Specifications 6 to 19
Bid/Proposal Form
Contract Form
Division 1 through 16- Specifications
CITY OF FAYETTEVILLE
ADVERTISEMENT FOR BIDS
BID 99-32
Wilson Park Pool Dressing Room and Filtration System Buildings Improvements
Sealed bids will be received by the City of Fayetteville in Room 326 of City Administration at
113 W. Mountain, Fayetteville, Arkansas until 2:00 p.m., local time March 1, 1999.
Immediately after the specified closing time, the bids will be publicly opened in the
Administration Building at 113 W. Mountain, Fayetteville, Arkansas.
The contractor's bid must be submitted on the prescribed bid form and accompanied by a
certified check or bid bond payable to the Owner in an amount not less than 5% of the base bid if
the bid is over $20,000.
In accordance with Act 150 of 1965, as amended, all bidders shall conform to the requirements
of the Arkansas State Licensing Law for Contractors. There shall be only one (1) bid submitted
per State Contractor's License. Each bid received shall have the license number for that bidder.
No bid may
be withdrawn
after the scheduled
closing time for
at
least
sixty (60)
days.
The City
reserves the
right to waive
any formalities and
to reject any or
all
bids.
Peggy Vice
Purchasing Manager
»+**»»****»+»+++»»+»+»»++»++»***s»s+»+»****+*+»+»+»+»+»ss**++»sss+»++»s*sss+
Attn: Diane- Legal Section
Please run in legals on Feb. 14 & 21.
POIt
From: Peggy Vice 575-8289 Fax/ft 575-8241
Before submitting a bid, bidders must be licensed under
the terms of Act 150 of the 1965 Acts of the Arkansas General
Assembly, and the successful bidder must be legally qualified in
all respects to do business in the State of Arkansas.
When called upon to do so after receipt of Proposals,
bidder shall prepare a Financial Statement, Experience Record, and
Equipment Schedule. These statements shall reflect the current
status of the bidder. The statements of each bidder must show net
liquid assets or credit facilities in an amount of not less than
fifteen (15) percent of the total amount bid. Each bidder must
have had at least three (3) year's experience in construction of
similar improvements and must have successfully completed at least
three (3) such projects. Each bidder must have equipment available
which, in the opinion of the Architect/Engineer, is adequate to
complete the work under these Specifications in the time allowed
for completion. Should any bids be received from bidders whose
statement, when filed, fail to show that the bidder's
qualifications meet the minimum requirements above -enumerated, such
bids may be rejected.
2. LOCAL CONDITIONS:
Bidders shall read the Specifications, examine the Plans,
and make their own estimates of the existing facilities and the
difficulties which will attend the execution of the work called for
by the proposed Contract, including local conditions, uncertainty
of weather, and all other contingencies. Bidders shall satisfy
themselves by personal examination of the location of the proposed
work, and by such means as they may choose, as to actual conditions
and requirements. Information derived from the Plans and
Specifications or from the Architect/Engineer or his assistants
shall not relieve the bidder of this responsibility.
Proposals must
be accompanied
by either a certified or
cashier's check, drawn
on a National
Bank or
a bank having
membership in the Federal
Reserve System,
or a Bid
Bond executed by
a satisfactory Surety.
The proposal guarantee
shall be in an
amount not less than five
(5) percent of
the bid
and made payable
1
to the Contracting Authority to whom the Proposal is made. A
lesser amount will not be accepted.
The amount of any check or bond shall be retained by the
Contracting Authority as liquidated damages in case the bidder
neglects or refuses to enter into a contract and to furnish the
required contract bond within time frame indicated in the
specifications.
Checks of unsuccessful bidders will be returned
immediately after a contract has been executed.
4. PROPOSALS:
(a) Proposals shall be strictly in accord with the
prescribed forms, furnished. with the Specifications. Any
modifications or deviations therefrom may be considered sufficient
cause for rejection.
(b) The bidder shall state in words and figures the lump
sum and unit prices for which he proposes to do each item of work
covered by the Proposal. In case words and figures do not agree,
the words shall govern and the figures shall be disregarded.
(c) It is to be understood that the lump sum required in
the Proposal is for the furnishing of all materials required to be
furnished and the doing of all work required under these Contract
Documents, including items for which no quantities are given, and
the quantities given in the "List of Variable Quantities" at the
end of the Proposal. The "Unit Prices for Variation of Quantities"
required are for adjustment of the "Basic Bid" by reason of
variation of actual variable quantities from the quantities given
in the "List of Variable Quantities". In case unit prices are not
required, it is to be understood that the lump sum required in the
Proposal is for the furnishing of all materials required to be
furnished and the doing of all work required under these Contract
Documents.
(d) Proposals may be submitted for any or all Schedules,
if more than one Schedule is included in the work, but bidders
submitting a proposal for a "construction" Schedule must submit a
proposal for any other Schedule of work incident thereto, such as
"Electrical" and "Plumbing". Where a bidder bids on more than one
Schedule and desires to accept the proposal, but any reservation on
the part of the bidder to make a decision on what Schedules he will
accept after bids are opened will render the bid null and void.
2
(e) Proposals must be signed, in writing, by an
individual authorized to bind the bidder.
(f) Proposals must be submitted complete, with all other
Contract Documents in their original binding as furnished by the
Architect/Engineer. They must be submitted at the place and on or
before the time specified in the Advertisement for Bids.
(g) Proposals must be submitted in sealed envelopes
addressed to the Contracting authority, and clearly marked on the
outside of the envelope, "Proposal for Construction Contract" to be
opened at (date and time). The Bidder's current Arkansas
Contractor's license number must be marked on the envelope.
(h) The Contracting Authority will not consider bids
covering only a portion of these Specifications.
(i) The unbalancing of bids will not be tolerated.
Evidence of material unbalancing will be considered cause for
rejection.
5. MODIFICATION OF BIDS:
No modification of bids already submitted will be
considered unless such modifications are received prior to the hour
set for opening.
6. BID BONDS. CONTRACT BONDS. AND INSURANCE:
Attention of bidders is called to
of the Arkansas General Assembly, which
bonds, performance bonds, labor bonds,
insurance, public liability insurance,
insurance, and property damage insurance
resident agents of Arkansas.
7. CLARIFICATION OF CONTRACT DOCUMENTS:
Act 82 of the 1935 Acts
requires that all bid
employer's liability
workmen's collective
nust be secured through
If any person contemplating submitting a bid for the
proposed contract is in doubt as to the true meaning of any part of
the Plans, Specifications, or other proposed Contract Documents, he
may submit to the Engineer a written request for any interpretation
thereof. The person submitting the request will be responsible for
its prompt delivery. Any interpretation of the proposed Documents
will be made only by an Addendum duly issued, and a copy of such
Addendum will be mailed to each person who has previously secured
3
or who subsequently secures a set of Documents. The Contracting
Authority will not be responsible for any other interpretations of
the proposed Documents.
8. EXECUTION OF CONTRACT DOCUMENTS:
Following the award and within ten (10) days, provided
for in the Proposal, the successful bidder shall properly execute
the Contract Documents.
Bids will be considered on the basis of the total bid
price or prices given in the Proposal. In the event Unit Prices
are required they will not be considered except that evidence of
serious unbalancing of the Unit Prices shall be considered cause
for rejection of bids.
The Contract(s) will be awarded
to the bidder (or bidders
in the case
of more than one Schedule
of Work) submitting
the
lowest and
Contractor's
best bid (or combination of
experience and ability to
bids), considering
do the work, and
the
the
character and quality of the equipment he
proposes to furnish.
The
Contracting
Authority reserves the right
to select such bids
or
combination
of bids which in its opinion
would serve its interest
best.
The Contracting Authority reserves the right to select
between any Alternatives in the Proposal.
10. EXCEPTIONS TO INSTRUCTIONS TO BIDDERS:
If this contract is less than $20,000.00, the following
exception applies:
The Contractor is not required to be licensed under the
terms of Act 150 of the 1965 Acts of the General Assembly.
11. TIME OF COMPLETION AND LIQUIDATED DAMAGES•
Bidder must agree to commence work on or before a date to
be specified in a written "Notice to Proceed" of the Owner and to
fully complete the project within the time specified elsewhere in
these Specifications.
R
12. NOTICE OF SPECIAL CONDITIONS:
Attention is particularly called to those parts of the
contract documents and specifications which deal with the
following:
(a) Inspection and testing of materials, (b) insurance
requirements, (c) special equipment, and (d) the handling of
possibly hazardous materials.
13. SAFETY STANDARDS AND ACCIDENT PREVENTION:
With respect to all work performed under this contract,
the Contractor shall:
1. Comply with the safety standards provisions of
applicable laws, building and construction codes and the "Manual of
Accident Prevention in Construction" published by the Associated
General Contractors of America, the requirements of the
Occupational Safety and Health Act of 1970 (Public Law 91-596), and
the requirements of Title 29 of the Code of Federal Regulations,
Section 1518 as published in the "Federal Register", Volume 36, No.
75, Saturday, April 17, 1971.
2. Exercise every precaution at all times for the
prevention of accidents and the protection of persons (including
employees) and property.
3. Maintain at his office or other well known place at
the job site, all articles necessary for giving first aid to the
injured, and shall make standing arrangements for the immediate
removal to a hospital or a doctors care of persons (including
employees), who may be injured on the job site. In no case shall
employees be permitted to work at a job site before the employer
has made a standing arrangement for the removal of injured persons
to a hospital or a doctors care.
5
1. DEFINITIONS OF TERMS:
Wherever in these Documents the following terms are used, they
are understood to have the following meanings:
"OWNER" or "CONTRACTING AUTHORITY" shall mean the City of
Fayetteville, Fayetteville, Arkansas.
"ENGINEERS" or "ENGINEER" shall mean the City Engineer, City
Administration Building, 113 West Mountain Street, Fayetteville,
Arkansas 72701.
"CONTRACTOR" shall mean the individual, partnership, or
corporation that may have entered into the contract with the
Contracting Authority to perform the work specified herein.
"WORK" shall mean the furnishing of all necessary tools,
labor, equipment, materials, and supplies required to be furnished
by the Contractor under these Specifications.
2. LAWS AND REGULATIONS:
All work shall be done in conformity with the laws of the
State of Arkansas, and any subdivision thereof, municipal and local
laws and ordinances, and all applicable federal statutes, laws or
regulations.
3. CONTRACT DOCUMENTS:
The "Advertisement for Bids", the "Proposal", the "Bond", the
"Instructions to Bidders", the "General Conditions", the "Detailed
Specifications", and the "Plans", are each and all of the
Specifications component parts to the agreements governing the work
to be done and the materials and equipment to be furnished.
The Contract Documents are complimentary, and what is called
for by one shall be as binding as if called for by all. The
intention of the Documents is to include all tools, labor,
equipment, materials, and supplies necessary for the proper
execution of the work. Materials or work described in words which
so applied have a well known Technical or Trade meaning shall be
held to refer to such recognized meaning.
11
The following copies of the executed Contract Documents will
be provided:
One for the Contracting Authority,
One for the successful Bidder,
4. SUBCONTRACTS:
The Contractor shall, as soon as practicable after the signing
of the Contract, submit to the Architect/Engineer, in writing, the
names of any Sub -contractors he proposes for any part of the work.
The Architect/Engineer's approval must be secured, in writing,
on all Sub -contracts before they are made and signed.
The Contractor shall be held fully responsible to the
Contracting Authority and the Architect/Engineer for the acts and
omissions of his Sub -contractors and of the persons directly or
indirectly employed by his Sub -contractors.
Nothing contained in these Specifications or in the Contract
Documents shall create any contractual relation between any Sub-
contractor and the Contracting Authority.
5. THE CONTRACTOR:
It is understood and agreed that the Contractor has satisfied
himself as to the nature and location of the work, the conformation
of the ground, the character, quality, and quantity of the
materials to be encountered, the character of the equipment and
facilities needed preliminary to and during the prosecution of the
work, the general local conditions, and all other matters which can
in any way affect the work under this Contract. No verbal
agreement or conversation with any officer, agent, or employee of
the Contracting Authority or Architect/Engineer, either before or
after the execution of this Contract, shall affect or modify any of
the terms or obligations herein contained.
7
6. THE ARCHITECT/ENGINEER:
The Contracting Authority contemplates and the Contractor
shall permit and make possible a thorough inspection by the
Architect/Engineer of all work and materials furnished under the
Contract Documents. No work shall be performed by the Contractor
without the knowledge and approval of the Architect/Engineer.
The Contractor shall be an "independent contractor" with full
power and authority to select the means, methods and manner of
performing the work, being responsible to the Contracting Authority
for all materials delivered and the results contracted for. The
authority of any representative of the Contracting Authority of the
Architect/Engineer is limited to such determinations concerning the
interpretation and performance of the Contract Documents.
The failure of any representative of the Contracting Authority
or of the Architect/Engineer to condemn or reject work or
materials, or otherwise to exercise any function entrusted to him,
shall not excuse the Contractor from the faithful performance of
this Contract, nor shall such action imply any acceptance by the
Contracting Authority or by the Architect/Engineer of faulty work
or materials.
The Architect/Engineer shall, within a reasonable time after
presentation, make decisions in writing on claims arising between
the Contracting Authority and the Contractor and shall make
interpretations of plans and specifications.
7. BOND:
Coincident with the execution of the Contract, the Contractor
shall furnish a good and sufficient surety bond in the amount of
One -Hundred (100) percent of the contract sum, guaranteeing the
faithful performance of all covenants, stipulations, and agreements
of the Contract, the payment of all bills and obligations arising
from the execution and performance of the Contract, and
guaranteeing the work against faulty workmanship and materials
during construction and for one year after completion, all
revisions of the bond to be complete and in full accordance with
the statutory requirements.
The bond shall be executed with the proper Sureties through a
company licensed and qualified to operate in the State and approved
by the Contracting Authority. If at any time during the
continuance of the Contract, the Surety on the Contractor's bond
becomes irresponsible, the Contracting Authority shall have the
right to require additional sufficient Sureties which the
Contractor shall furnish to the satisfaction of the Contracting
L
Authority within ten (10) days after the notice to do so. In
default, thereof, the Contract may be suspended, and all payments
or money due the Contractor withheld.
The bond must be filed with the Circuit Clerk of the County in
which the work is to be performed before any work under the
Contract is performed.
► Lam►
The Contractor shall maintain such insurance as will protect
him from claims under workmen's compensation acts and other
employee benefits and from claims for damages because of bodily
injury, including death, and from claims for damages to property
which may arise out of operations or the work, whether such
operations be by himself or by any subcontractor or anyone directly
or indirectly employed by either of them. The insurance shall be
written by companies authorized to do and doing business in
Arkansas and for not less than the following limits:
Comprehensive General Public Liability, $1,000,000
Comprehensive Automobile Liability (owned, hired
and non -owned Vehicles) with bodily injury limits
of $100,000 and $300,000 and property damage limit
of $50,000 for each accident;
Standard Workmen's Compensation and Employer's
Liability covering with statutory limits;
Contractual Liability Insurance with bodily injury
limits and property damage limits of $1,000,000.
Certificates of such insurance shall be filed with the
Architect/Engineer before work commences under any contract or
subcontract.
9. ROYALTIES AND PATENTS;
The Contractor shall pay all royalties and license fees. He
shall defend all suits or claims for infringement of any patent
rights, and shall save the Contracting Authority from loss on
account thereof.
10. INSPECTION:
The detailed manner and method of performing the work shall be
E
under the direction and control of the Contractor, but all work
done shall at all times be subject to the inspection of the
Architect/Engineer or his authorized representative to see that it
is done in accordance with the Contract Documents.
Inspectors may be appointed by the Architect/Engineer or
Contracting Authority and their duty shall be to guard the
Contracting Authority against defects and deficiencies in the work
and to see that the work is done in accordance with the Contract
Documents. Inspectors shall have authority, subject to the final
decision of the Engineer, to condemn and reject any defective work
and to suspend the work when it is not being done properly, but the
responsibility for the work and compliance with the Contract
Documents shall be the Contractor's.
Inspectors shall have no authority to permit any deviation
from the Plans and Specifications except on written order from the
Architect/Engineer, and the Contractor will be liable for any
deviation except on such written order.
The inspector shall in no case act as foreman or perform other
duties for the Contractor, nor interfere with the management of the
work by the latter. Any advice which the inspector may give the
Contractor shall in no wise be construed as binding to the
Architect/Engineer in any way or releasing the Contractor from
fulfilling all the terms of the Contract.
All condemned work shall be promptly taken out and replaced by
satisfactory work. Should the Contractor fail or refuse to comply
with instructions in this respect, the Contracting Authority may,
upon certification by the Architect/Engineer, withhold payment or
proceed to terminate the contract as provided herein.
Any defective work may be rejected by the Architect/Engineer
at any time before final acceptance of the work, even though the
same may have been previously overlooked and estimated for payment.
11. WORKMANSHIP AND SUPERINTENDENCE:
The Contractor shall keep on this work, during progress, a
competent superintendent and any necessary assistants. The
superintendent shall represent the Contractor in his absence and
all directions given to him shall be as binding as if given to the
Contractor.
The Contractor shall provide proper tools and equipment and
the service of all workmen, mechanics, tradesmen, and other
employees necessary in the execution of the work contemplated
10
herein. The employees of the Contractor shall be competent and
willing to perform satisfactorily the work required of them. Any
employee who is disorderly, intemperate, or incompetent, or who
neglects or refuses to perform his work in a satisfactory manner,
shall be promptly discharged.
12. POSITION. GRADIENT, AND ALIGNMENT:
The Architect/Engineer shall set such stakes to proper line
and grade as may be necessary for guidance of the Contractor in the
proper performance of the work, and all work must conform closely
to the lines and grades given.
It shall be the duty of the Contractor and his employees to
call the Architect/Engineer's attention to any stakes which may
have been disturbed or which seem to be off line or grade.
The Contractor shall carefully preserve bench marks, reference
points, and stakes, and in case of willful or careless destruction,
he shall be charged with the resulting expense and shall be
responsible for any mistakes that may be caused by their
unnecessary disturbance or loss.
13.
PROTECTION
OF WORK, PROPERTY. AND PERSONS, AND CONTRACTOR'S
RESPONSIBILITY
FOR DAMAGE CLAIMS:
The Contractor shall adequately protect the work, the
Contracting Authority's property, and adjacent property and the
public from injury, damage, or loss arising in connection with the
contract or the work.
The Contractor shall provide and maintain all passageways,
guard fences, lights or other facilities for safety and protection
required by any public authority or local conditions.
The Contractor assumes entire responsibility and liability for
any third party claims and actions based upon or arising out of
injuries, including death to persons or damage to or destruction of
property, sustained or alleged to have been sustained in connection
with or to have arisen out of or incidental to the performance of
this contract by the Contractor, his agents and employees and his
subcontractor, their agents and employees, regardless of whether
such claims or actions are founded in whole or in part upon alleged
negligence of the Contracting Authority, Contracting Authority's
representatives or the Engineer, or the employees, agents or
licenses thereof. The Contractor shall indemnify and hold harmless
the Contracting Authority and its representatives and the Engineer
and his representatives in respect to any such matters.
11
14. LEGAL RESTRICTIONS AND PERMITS;
The Contractor shall procure at his own expense all necessary
licenses and permits of a temporary nature, and shall give due and
adequate notices to those in control of all properties which may be
affected by his operations. Permits, licenses, and easements for
permanent structures or permanent changes in existing facilities
will be provided by the Contracting Authority unless otherwise
specified. The Contractor must obtain permission from the
Contracting Authority or other proper authority before blockading
any roads or highways, and shall furnish all necessary barricades
and detour signs. The Contractor shall give all notices and comply
with all laws, ordinances, rules, and regulations bearing on the
conduct of the work as drawn or specified.
15. ASSIGNMENTS:
No assignment by the Contractor of the contract, or any part
thereof, or of the funds to be received thereunder by the
Contractor, will be recognized unless such assignment has had the
written approval of the Contracting Authority, and the Surety has
been given due notice of the assignment in writing.
No assignment, transfer, or subletting, even though consented
to, shall relieve the Contractor of his liabilities under the
Contract. Should any Assignee fail to perform the work undertaken
by him in a satisfactory manner, the Contracting Authority may, at
its option, annul and terminate Assignee's contract.
16. OTHER CONTRACTS:
The Contracting Authority reserves
contracts in connection with this work.
afford other Contractors reasonable
introduction and storage of their materi.
their work, and shall properly connect and
theirs.
the right to let other
The Contractor shall
opportunity for the
als and the execution of
coordinate his work with
Whatever work being done by the Contracting Authority's forces
or by any other Contractor is contiguous to work covered by this
Contract, the respective rights of the various interest involved
shall be established by the Engineer, in order to secure the
completion of the various portions of the work in general harmony.
12
17. SUSPENSION OF WORK:
The Contracting Authority may at any time suspend the work or
any part thereof by giving ten (10) day's notice to the Contractor
in writing; the work shall be resumed by the Contractor ten (10)
days after the date fixed in a written notice from the Contracting
Authority to the Contractor to do so.
If the work, or any part thereof, shall be stopped by the
notice in writing aforesaid, and if the Contracting Authority does
not give notice in writing to the Contractor to resume work at a
date within twenty (20) days of the date fixed in the written
notice to suspend, except in the case of litigation, then the
Contractor may abandon that portion of the work so suspended, and
he will be entitled to the estimates and payments for all work done
on the portions so abandoned, if any.
18. THE CONTRACTING AUTHORITY'S RIGHT TO DO WORK:
If the Contractor should neglect to prosecute the work
properly or fail to perform any provision of this Contract, the
Contracting Authority after three (3) day's written notice to the
Contractor may without prejudice to any other remedy it may have,
make good such deficiencies, and may deduct the cost thereof from
payments then or thereafter due the Contractor.
19. THE OWNER'S RIGHT TO TERMINATE CONTRACT:
If the Contractor should be adjudged a bankrupt, or if he
should make a general assignment for the benefit of his creditors,
or if a receiver should be appointed on account of his insolvency,
or if he should refuse or should fail, except in case for which
extension of time is provided to supply enough properly skilled
workmen or proper materials, or if he should fail to make prompt
payment to Subcontractors or for materials or labor, or disregard
laws, ordinances, or the instructions of the Architect/Engineer, or
otherwise be guilty of a substantial violation of any provision of
the Contract, then the Contracting Authority, upon the certificate
of the Architect/Engineer that sufficient cause exists to justify
such action, may, without prejudice to any other right or remedy
and after giving the Contractor ten (10) day's written notice,
terminate the employment of the Contractor as provided under
Paragraph 21, immediately following.
In such case, the Contractor shall not be entitled to receive
any further payment until the work is finished. If the unpaid
balance of the contract price shall exceed the expense of finishing
13
the work, including compensation for additional managerial and
administrative services, such excess shall be paid to the
Contractor. If such expenses shall exceed such unpaid balance, the
Contractor shall pay the difference to the Contracting Authority.
The expense incurred by the Contracting Authority as herein
provided and the damage incurred through the Contractor's default,
shall be certified by the Architect/Engineer.
Pending settlement of
disputes on
any point of
controversy,
the Engineer may suspend action on all
or any part
of the work.
The Contractor shall not be entitled
to any claim
for loss or
damage by reason of such
delay, nor
shall he be
entitled to
extension of time, although
such extension
of time may be granted
by the Engineer if he deems
it in the interest
of the work.
In the event that any of the provisions of this Contract are
violated by the Contractor or by any of his Subcontractors, the
Contracting Authority may serve written notice upon the Contractor
and the Surety of its intention to terminate such Contract, such
notices to contain the reasons for such intentions to terminate the
Contract, and unless within ten (10) days after the serving of such
notice upon the Contractor such violation shall cease and
satisfactory arrangements for correction be made, the Contract
shall, upon the expiration of said ten (10) days, cease and
terminate. In the event of any such termination, the Contracting
Authority shall immediately serve notice thereof upon the Surety
and the Contractor, and the Surety shall have the right to take
over and perform the Contract.
If the Surety does not commence performance thereof within
thirty (30) days from the date of the mailing to such Surety of
notice of termination, the Contracting Authority may take over the
work and prosecute the same to completion by contract for the
account and at the expense of the Contractor, and the Contractor
and his Surety shall be liable to the Contracting Authority for any
excess cost occasioned the Contracting Authority thereby, and in
such event the Contracting Authority may take possession of and
utilize in completing the work, such materials, appliances, and
plant as may be on the site of the work and necessary therefor.
21. PAYMENTS WITHHELD:
The Contracting
Authority
may withhold or,
on
account
of
subsequently discovered evidence,
nullify the whole
or
part of
any
certificate to such
extent as may be necessary
to
protect
the
14
Contracting Authority from loss on account of:
(a) Defective work not remedied,
(b) Claims filed or reasonable evidence
indicating probable filing of claims,
(c) Failure of the Contractor to make payments
properly to Subcontractor or for material or
labor,
(d) Damage to another Contractor,
(e) Incomplete work
When the above grounds are removed, payment shall be made for
amounts withheld because of them.
22. DELAYS AND EXTENSIONS OF TIME:
If, at any time, the Contractor considers he is being delayed
by an act or neglect of the Contracting Authority or its employees,
or by any other Contractor employed by the Contracting Authority,
or by any changes or additions ordered in the work, or for any
reason beyond his control, he shall within ten (10) days from the
beginning of such delay notify the Engineer in writing of the
causes of any such delay. Extensions of time, with relief from
responsibility for liquidated damages incurred by the Contracting
Authority on account of such delay, will be granted the Contractor,
when, in the opinion of the Architect/Engineer, the causes so
called to his attention warrant such extensions of time. No claims
for delay will be considered unless such notice has been filed with
the Architect/Engineer within the time specified above.
The Contractor will be required to furnish the
Architect/Engineer two copies of each purchase order for materials
and equipment as they are issued. If the Contractor shall seek an
extension of time because of delay in receiving delivery of
critical materials, such extension of time may be granted when, in
the opinion of the Architect/Engineer, the extension is warranted
and the delay is in no way caused by the Contractor's financial
status or by any act or failure to act on the part of the
Contractor.
Extensions of time, without relief from responsibility for
liquidated damages incurred by the Contracting Authority on account
of delays, may be granted the Contractor on account of his failure
to complete the work within the time specified.
The Contracting Authority, without invalidating the Contract
15
may order additional work to be done in connection with the
Contract or may alter or deduct from the work, the Contract Sum to
be adjusted accordingly.
Additional work shall be done as ordered in writing by the
Engineer, which order shall state the location, character, and
amount of extra work. All such work shall be executed under the
conditions of the original contract and subject to the same
inspection and tests as though therein included.
Compensation for additional, omitted, or changed work shall be
adjusted as follows:
Any changes in quantities of work for which unit prices are
required in the Proposal shall be at and for the price bid. Work
for which prices are not required shall be paid for or deducted, as
the case may be, upon the basis of an estimate prepared by the
Contractor and approved by the Architect/Engineer, prior to the
written order changing the quantity of work.
If the Contractor claims compensation for additional work not
ordered as aforesaid, or for claims of damages sustained, he shall
make a written statement of claims for compensation or damages to
the Architect/Engineer, which statement shall be in the hands of
the Architect/Engineer within such time as will allow a full
consideration of the basis for such claim, and in no case later
than fifteen (15) days after the work has been completed or damages
sustained. The Contractor shall furnish, if required, any
accounts, bills or vouchers relating thereto. Unless such claims
are made as required, they shall be considered forfeited and
invalid.
The Contracting Authority reserves the right to contract with
any person or firm other than the Contractor for any or all extra
work. The Contractor's attention is especially called to the fact
that he shall be entitled to no claim for damages for anticipated
profits on any portion of the work to be omitted.
(a) Demand for Arbitration, any decision of the
Architect/Engineer which is subject to arbitration shall be
submitted to arbitration upon the demand of either party to the
dispute.
Contractor and Contracting Authority both agree that the Mayor
will be the ruling party to any arbitration.
Whenever a material, article or piece of equipment is
identified on the plans or in the specifications by reference to
manufacturers' or vendors' names, trade names, catalogue numbers,
etc., it is intended merely to establish a standard; and, any
material, article, or equipment of other manufacturers and vendors
which will perform adequately the duties imposed by the general
design will be considered equally acceptable provided the material,
article, or equipment so proposed, is, in the opinion of the
Engineer, of equal substance and function. It shall not be
purchased or installed by the contractor without the Engineers'
written approval.
26. USE OF COMPLETED PORTIONS:
The Contracting Authority shall have the right to take
possession of and use any completed or partially completed portions
of the work, notwithstanding that the time for completing the
entire work on such portions may not have expired; but such taking
possession and use shall not be deemed an acceptance of any work
not completed in accordance with the Contract Documents. If such
prior use of completed portions increases the cost of, or delays
the work, the Contractor shall be entitled to such extra
compensation or extension of time, or both, as the
Architect/Engineer may determine.
The Contracting Authority, in taking possession of completed
portions, shall agree to accept the decision of the Engineer, on
matters relating to responsibility for damages that may occur to
any portion of the work during the period of possession preceding
acceptance and final payment.
27. ACCEPTANCE AND FINAL PAYMENT:
As soon as the work has been substantially and satisfactorily
completed, the Architect/Engineer will make a final estimate
stating that the work provided for under this Contract has been
completed and is accepted by him under the terms and conditions
thereof, with qualifications, if any, as stated. If certain parts
of the work are not completed or if certain corrections must be
made in the work even though the work is substantially completed,
the Architect/Engineer is authorized to determine the amount which
in his opinion is required for completion and/or correction of the
work, and such amount may be withheld from the final payment to the
Contractor, pending the completion and correction as required.
17
The balance found to be due the Contractor shall be paid by
the Contracting authority within forty (40) days after the date of
the final estimate. Prior to filing for final estimates, the
Contractor shall file with the Architect/Engineer a receipt in full
from each manufacturer, subcontractor, dealer and supplier for all
equipment and material used on the work and a complete release of
all liens which may have arisen from this Contract. In lieu
thereof, the Contractor shall file statements showing balance due
or claimed on all accounts and the Contracting Authority shall have
the right, if it so elects, to withhold sufficient money to pay
such balances until receipts in full or satisfactory evidence of
final determination are filed with the Architect/Engineer who may
then make the final estimate.
The making and acceptance of the final payment shall
constitute a waiver of all claims by the Contracting Authority,
other than those arising from incomplete or uncorrected work,
unsettled liens, or from faulty workmanship or materials, and of
all claims by the Contractor, except those previously made and
still unsettled.
If the work has been partially, but substantially completed to
the extent that all adjustments in the Contract sum may be made,
the Architect/Engineer may, if material delay in completion is
anticipated or if otherwise deemed in the interest of the work,
make the final estimate, retaining, in addition to other
requirements which may be specified under payments, an amount
representing the cost of unfinished work. Such payment shall be
under the terms and conditions governing final payment.
Neither the making of the final estimate, or final payment,
shall relieve the Contractor of his responsibility for faulty
materials or workmanship, and he shall remedy any defects and pay
for any damage resulting therefrom which shall appear within a
period of one (1) year from the date of substantial completion.
The Owner shall give notice of observed defects with reasonable
promptness, and all questions arising under this paragraph shall be
decided by the Architect/Engineer.
28. PAYMENTS TO CONTRACTOR:
The Architect/Engineer, after receipt of invoice from
Contractor will vertify completed work and receipted bills from
Contractor showing that he has paid the previous month's bills.
The Contractor will be paid ninety (90) percent of the invoice
amount for completed work, with ten 10 percent held for retainage,
plus fifty (50) percent of the value of the materials on the job
site but not in place (figured from the Contractors paid invoices),
OR
minus amounts previously paid. Contractor will be paid within
thirty days of receipt of invoice.
The Contracting Authority may withhold or, on account of
subsequently discovered evidence, nullify the whole or part of any
certificates to such extent as may be necessary to protect the
Contracting Authority from loss on account of:
(a) defective work not remedied
(b) claims filed or reasonable evidence indicating
probable filing of claims
(c) failure of the Contractor to make payments
properly to Subcontractor or for material or
labor
(d) damage to another Contractor
(e) incomplete work
When such grounds are removed payment shall be made for
amounts withheld because of them.
29. DRINKING WATER AND SANITARY FACILITIES:
The Contractor shall provide safe drinking water for his
workmen during the construction period. The water shall be
delivered through a spigot, angle jet fountain, or other approved
device. Common drinking cups are prohibited.
The Contractor shall furnish adequate sanitary facilities for
workmen in the work area during the construction period.
30. CONSTRUCTION SAFETY:
The Contractor shall bear full responsibility for safety
during the execution of this Contract.
19
PROPOSAL FOR LUMP SUM CONTRACT
DATE:
PROPOSAL OF:
BUSINESS ADDRESS:
( ) a partnership consisting of:
( ) an individual trading as:
( ) a corporation organized under the laws of the state of:
Arkansas Contractor's License Number:
TO: City of Fayetteville
113 West Mountain Street, Room 326
Fayetteville, AR 72701
Attn: Peggy Vice, Purchasing Manager
Gentlemen:
The undersigned, in compliance with your notice for bids for construction of:
Bid 99-32
WilsonParkP_o_oLDressingaaom_and
EiltrationS_ystemB.uitdingslmprovements.
Having examined the specifications with related documents and the site of the
proposed work, and being familiar with all conditions surrounding construction of
the proposed project, including the availability of labor, hereby proposes to furnish
all labor, materials, and supplies and to construct the project in accordance with
Contract Documents, with the time as stated, at prices as stated below. These prices
are to cover all expenses incurred in performing the work required under the
Contract Documents, of which this Proposal is a part.
I understand that this project shall
be awarded
to those
parties whose bid will give
the Owner the most advantageous
price
for the
project
to
be
built.
I (we) acknowledge the following addenda:
( ) ADDENDUM NO. I, Dated:
( ) ADDENDUM NO. 2, Dated:
( ) ADDENDUM NO. 3, Dated:
( ) ADDENDUM NO. 4, Dated:
For all work described in the Specifications, I (we) agree to perform this work for
the sums set forth as follows:
BASE BID:
Dollars
ALTERNATE BID NO. I: <Deduct>
Poured in place epoxy floor in the pool office.
lars
ALTERNATE BID NO. 2: <Deduct>
Pay Lockers
Dollars
El
ALTERNATE BID NO. 3: <Deduct>
Electric hand dryers in the bathrooms
Dollars
(S
CATE G ORYBI OOL _EILTERB.UILDIN G
ALTERNATE BID NO. 4: <Deduct>
Structural Renovations
Dollars
ALTERNATE BID NO. 5: <Deduct>
Filter Replacement
Dollars
CONSECUTIVE CALENDAR DAYS FOR PROJECT COMPLETION
( _________)Days
AMOUNT INCLUDED IN BASE BID FOR TRENCHING SAFETY
PROVISIONS UNDER ARKANSAS ACT 291 OF 1993 (IF TRENCHING 5' OR
OVER IN DEPTH IS REQUIRED).
lars
(S
In submitting this bid, it is understood that the bid will not be withdrawn for a
period of sixty (60) days form the time fixed for opening.
Upon receipt of notice of acceptance of this bid, Contractor will execute the formal
contract within five (5) days and deliver bonds required by this contract within ten
(10) days of notice to proceed . Bid bond submitted with the bid is to become the
property of the Owner in the event the contract and bond are not executed within
the time above set forth, as liquidated damages for the delay and additional work
caused thereby.
If awarded the Contract, the undersigned agrees to complete the project in
accordance with the schedule set forth in the instructions to bidders, Time for
Completion.
The undersigned hereby certifies that proposals from the following subcontractors
were included in the bid submitted:
AREA of WORK
Plumbing
Mechanical
Electrical
Roofing & Sheet Metal
SUBCONTRACTOR
LICENSE NO.
It is agreed that, if selected as the successful bidder and if the above subcontractors
are approved, the undersigned will not enter into contract with other for these
divisions of the work without written approval of the Owner.
It is understood that the Owner has the right of refusal of any subcontractor listed
above.
Respectfully Submitted:
Contractor:
By:
Title:
Business Address:
Arkansas License Number:
Seal (If Corporation)
This contract
between the City of
City, and
hereinafter called
executed this day of , 1999,
Fayetteville, Arkansas, hereinafter called the
the Contractor, and having an address at
In consideration of the mutual covenants contained herein, the
parties agree as follows:
1. The Contractor at his own cost and expense shall furnish all
labor, materials, supplies, machinery, equipment, tools,
supervision, bonds, insurance, tax permits, and all other
accessories and services necessary to complete items bid per
bid 99-32 as stated in CONTRACTOR'S PROPOSAL, and in
accordance with specifications attached hereto and made a part
hereof under Bid #99-32, all included herein as if spelled out
word for word.
2. The City shall pay the Contractor based on prices indicated in
Contractor's Proposal. Progress payments will be made 30 days
after approval and acceptance of work and submission of
invoice. Amount of contract not to exceed S
3. The Contract documents which comprise the contract between the
City and the Contractor consist of this Contract and the
following documents attached hereto, and made a part hereof:
A. Bid form identified as Invitation to Bid 99-32 with the
specifications and conditions typed thereon.
B. The Contractor's proposal.
C. The Notice to Prospective Bidders and the Bid Tabulation.
4. These Contract documents constitute the entire agreement
between the City and the Contractor and may be modified only
by a duly executed written instrument signed by the City and
the Contractor.
5. Contractor shall not assign his duties under the terms of this
agreement.
6. Contractor agrees to hold the City harmless and indemnify the
City, against any and all claims for property damage, personal
injury or death, arising from Contractor's performance of this
contract. This clause shall not in any form or manner be
construed to waive that tort immunity set forth under Arkansas
Law.
7. The Contractor shall furnish a certificate of insurance
addressed to the Owner, showing that he carries the following
insurance which shall be maintained throughout the term of the
Contract. Any work sublet, the contractor shall require the
subcontractor similarly to provide worker's compensation
insurance. In case any employee engaged in work on the
project under this contract is not protected under Worker's
Compensation Insurance, the Contractor shall provide and shall
cause each Subcontractor to provide adequate employer's
liability insurance for the protection of such of his
employees as are not otherwise protected.
Comprehensive General Public Liability, $1,000,000
Comprehensive Automobile Liability (owned, hired
and non -owned Vehicles) with bodily injury limits
of $100,000 and $300,000 and property damage limit
of $50,000 for each accident;
Standard Workmen's Compensation and Employer's
Liability covering with statutory limits;
Contractual
Liability Insurance with
bodily
injury
limits and
property damage limits of
$1,000,000.
The premiums for all insurance and the bond required herein
shall be paid by the Contractor.
8. If contract exceeds $20,000, Contractor agrees to furnish a
Performance Bond, approved by the City, guaranteeing the
performance of this contract, for not less than one hundred
percent of the amount of this contract. Said performance bond
shall be conditioned on full and complete performance of this
contract and acceptance by the City of Fayetteville for the
payment of all labor and materials entering into or incident
to the proposed improvements. The Contractor agrees to
furnish proof of licensure as required under the terms of Act
150 of the 1965 Acts of the Arkansas Legislature.
9. Contractor agrees to begin work
to proceed and complete the
outlined in the bid document.
day shall be assessed at the
penalty, beginning on the firs
time to cover additional costs
within ten (10) days of notice
work within the time frame
Liquidated damages of $100 per
option of the City, not as a
day following the completion
10. All work called for herein shall be coordinated directly with
the Project Manager or their designee, at 444-3471.
11. This contract may be terminated by the City with 10 days
written notice.
12. Contractor shall be responsible for meeting compliance with
ADA regulations.
WITNESS OUR HANDS THIS DAY OF , 1999.
CITY OF FAYETTEVILLE,
FAYETTEVILLE, ARKANSAS
MAYOR
ATTEST: CITY CLERK
FIRM NAME
ATTEST: SECRETARY
NAME AND TITLE
BUSINESS ADDRESS
PROJECT MANUAL
WILSON PARK POOL DRESSING ROOM & POOL FILTER BUILDING RENOVATIONS
0r_utx•1a.I•1 111142 1
DIVISION 1 - GENERAL REQUIREMENTS
01030 ALTERNATES
01300 SUBMITTALS AND SUBSTITUTIONS
DIVISION 2 - SITE WORK
02072 MINOR DEMOLITION FOR REMODELING
DIVISION 6 - WOOD AND PLASTICS
06112 FRAMING AND WOOD BLOCKING
07460 FIBER CEMENT EXTERIOR SIDING
07900 JOINT SEALERS
IIIl9E-9[dz[:flhZiZs]iIy1 1IFdlIi U7I71T1!j�
08340 FIBERGLASS REINFORCED DOOR AD DOOR FRAME
08410 ALUMINUM WINDOWS
08800 GLAZING
DIVISION 9 - FINISHES
09511 SUSPENDED ACOUSTIC CEILINGS
09725 SEAMLESS QUARTZ FLOORING
09900 PAINTING
DIVISION 10 - SPECIALTIES
10171 SOLID PLASTIC TOILET COMPARTMENTS AND BENCHES
10508 METAL LOCKERS
10800 TOILET AND BATH ACCESSORIES
DIVISION 16 - ELECTRICAL
16010 ELECTRICAL GENERAL PROVISIONS
16020 WORK IN EXISTING BUILDING
16030 TESTING
010699 C&B 98AO62010
16111
CONDUIT
16120
WIRE AND CABLE
16130
BOXES
16141
WIRING DEVICES
16170
GROUNDING AND BONDING
16190
SUPPORTING DEVICES
16195
ELECTRICAL IDENTIFICATION
16440
DISCONNECT SWITCHES
16505
LIGHTING FIXTURES - BUILDING
010699 C&B 98A062010
SECTION 01300
SUBMITTALS AND SUBSTITUTIONS
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Submittal procedures.
B. Proposed products list.
C. Shop drawings.
D. Product data.
Samples.
Manufacturers' instructions.
G. Manufacturers' certificates.
1.02 SUBMITTAL PROCEDURES
A. Transmit each submittal to the Architect with acceptable transmittal form indicating dates
and quantities of each submittal.
B. Identify Project, Contractor, Sub Contractor or supplier; pertinent Drawing sheet and detail
number(s), and specification Section number, as appropriate on each submittal.
C. Contractor shall apply Contractors stamp, signed or initialed certifying that review,
verification of Products required, field dimensions, adjacent construction Work, and
coordination of information, is in accordance with the requirements of the Work and Contract
Documents.
D. Schedule submittals to expedite the Project, and deliver to the Architect's office. Coordinate
submission of related items.
E. Identify variations from Contract Documents and Product or system limitations which may be
detrimental to successful performance of the completed Work.
F. Provide space for Contractor and Architect/Engineer review stamps.
G. Revise and resubmit submittals as required, identify all changes made since previous
submittal.
H. Contractor will distribute copies of reviewed submittals to concerned parties and instruct
parties to promptly report any inability to comply with provisions..
010699 01300-1 C&B 98A062010
1.03 PROPOSED PRODUCT LIST
A. Within 14 days after date of Notice to Proceed, submit complete list of major products
proposed for use, with name of manufacturer, trade name, and model number of each
product.
1.04 SHOP DRAWINGS
A. Submit in the form of one reproducible transparency and two blueline prints or six blueline
prints.
B. If a reproducible is submitted, after review, Contractor shall reproduce and distribute copies
as required.
1.05 PRODUCT DATA
A. Submit six copies of each required document to the Architect.
B. Mark each copy to identify applicable products, models, options and other data. Supplement
manufacturers' standard data to provide information unique to this Project.
• C. After review, the Contractor will distribute in accordance with Article on Procedures above
and provide copies for Record Documents at Contract Closeout.
1.06 SAMPLES
A. If requested by the Architect or required herein, submit samples to illustrate functional and
aesthetic characteristics of the Product, with integral parts and attachment devices.
Coordinate sample submittals for interfacing work.
B. Submit samples of finishes from the full range of manufacturers' standard colors, textures,
and patterns for Architect/Engineer's selection if colors have not been selected. If colors
have been selected, submit selected color only.
C. Include identification on each sample, with full Project information.
D. Submit the number of samples specified in individual specification Sections; one of which will
be retained by Architect/Engineer.
Reviewed samples which may be used in the Work are indicated in individual specification
Sections.
1.07 MANUFACTURER'S INSTRUCTIONS
A. When specified in individual specification Sections, submit manufacturers' printed
instructions for delivery, storage, assembly, installation, adjusting and finishing, in quantities
specified for Product Data.
010699 01300-2 C&B 98A062010
SECTION 01030
ALTERNATES
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Submission procedures.
B. Documentation of changes to Contract Sum/Price and Contract Time.
1.02 RELATED SECTIONS
A. Section 09725 - Seamless Quartz Flooring: Flooring and base to be added under Alternate
#1.
B. Section 16010 - Basic Electrical Requirements: Electric hand dryers to be added under
Alternate #2.
1.03 REQUIREMENTS
A. Submit Alternates with full description of the proposed Alternate and the affect on adjacent
or related components.
B. Alternates quoted on Bid Forms will be reviewed and accepted or rejected at Owner's option.
Accepted Alternates will be identified in the Owner -Contractor Agreement.
C. Coordinate related work and modify surrounding work to integrate the Work of each
Alternate.
1.04 SELECTION AND AWARD OF ALTERNATES
A. Indicate variation of Bid
Price for Alternates described below and list
on Bid
Form Document
or any supplement to it,
which requests a 'difference' in Bid Price by
adding
to or deducting
from the base bid price.
B. Bids will be evaluated on
base bid
price and alternates.
After
determination of preferred
bidder, consideration will
be given
to Alternates and Bid
Price
adjustments.
1.05 SCHEDULE OF ALTERNATES
A. Alternate #1:
Propose
and alternate sum to
add
seamless
quartz flooring and base in the
existing office
building
as indicated on Sheet
A1.3.
010699 01030-1 C&B 98A062010
B. Alternate #2:
Propose an
alternate sum to add electric hand dryers in
both dressing rooms
as indicated
on Sheet E1.1.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
Not Used
END OF SECTION
010699 01030-2 C&898A062010
B. Identify conflicts between manufacturers' instructions and Contract Documents.
1.08 MANUFACTURER'S CERTIFICATES
A. When specified in individual specification Sections, submit manufacturers' certificate to
Architect/Engineer for review, in quantities specified for Product Data.
B. Indicate material or product conforms to or exceeds specified requirements. Submit
supporting reference date, affidavits and certifications as appropriate.
C. Certificates may be recent or previous test results on material or Product, but must be
acceptable to Architect/Engineer.
1.09 SUBSTITUTIONS ("OR EQUAL")
A. It is the intent of these contract documents (drawings and specifications) to establish a
standard of quality for all materials and components included in the project. No proprietary
or "closed" specifications are intended. Use of the phrase "or equal" indicates that
substitutions and alternate products are encouraged for all aspects of the project. However,
all proposed substitutions and/or alternate materials and components must satisfy the
specified and intended requirements and must be approved by the architect/engineer
through the submittal process as defined herein. If alternate materials or products are
proposed for use on this project which do not satisfy the specified and intended
requirements in every respect, they must be evaluated and approved in writing by the
architect/engineer prior to inclusion in the bid. It shall be the responsibility of the contractor
to change or replace (at no cost to the owner) materials or products, submitted or installed
without such approval if they do not meet the aforementioned requirements.
B. Should a substitution be accepted and should the substitute material prove defective or
otherwise unsatisfactory for the service intended and within the guarantee period, the
Contractor shall replace this material or equipment specified without cost to the Owner.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
Not used
END OF SECTION
010699 01300-3 C&698A062010
SECTION 02072
MINOR DEMOLITION FOR REMODELING
PART 1
GENERAL
1.01
SECTION INCLUDES
A.
Removal of designated building equipment, fixtures and utilities.
B.
Removal of designated construction.
C.
Identification of utilities.
1.02
PROJECT RECORD DOCUMENTS
A.
Accurately record actual locations of capped utilities, subsurface
obstructions, and
concealed utilities.
1.03
REGULATORY REQUIREMENTS
A.
Conform to applicable code for demolition work, safety of structure, dust
control and safety
of occupants.
B.
Obtain required permits from authorities.
C.
Notify affected utility companies before starting work and comply with their
requirements.
D.
Do not close or obstruct egress width to exits.
E.
Do not disable or disrupt building fire or life safety systems without 7 day
prior written notice
to the Owner.
F.
Conform to procedures applicable when discovering hazardous or contaminated
materials.
1.04
SCHEDULING
A.
Schedule Work to avoid exposure of building elements to the weather.
PART 2
PRODUCTS
Not Used
PART 3
EXECUTION
3.01
PREPARATION
010699 02072-1 C7BA062010
A. Provide, erect, and maintain temporary barriers and insulated partitions at locations required
to maintain building environment controls.
B. Erect and maintain weatherproof closures for exterior openings.
C. Protect existing floors throughout structures.
D. Protect existing materials and surfaces which are not to be removed.
E. Prevent movement of structure; provide required bracing and shoring at all areas, especially
at exterior walls and porch structures.
3.02 DEMOLITION REQUIREMENTS
A. Conduct demolition to minimize damage to adjacent building fabric.
B. Cease operations
immediately
if structure appears to be in danger.
Notify
Architect/Engineer.
Do not resume
operations until directed.
C. Maintain protected egress and access to the Work.
3.03 DEMOLITION
A. Disconnect and cap designated utilities within demolition areas.
B. Demolish in an orderly and careful manner.
C. Except where noted otherwise, remove demolished materials from site. Do not burn or bury
materials on site.
D. Remove demolished materials from site as work progresses. Upon completion of work, leave
areas in clean condition.
E. Remove temporary Work.
END OF SECTION
15
010699 02072.2
C7BA062010
SECTION 06112
FRAMING AND WOOD BLOCKING
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Wall framing.
B. Miscellaneous framing and blocking.
1.02 RELATED SECTIONS
A. Section 02072 - Minor Demolition for Remodeling.
B. Section 07460 - Fiber Cement Exterior Siding.
C. Section 08340 - Fiberglass Reinforced Doro and Door Frame Systems.
1.03 REFERENCES
A. ALSC - American Lumber Standards Committee: Softwood Lumber Standards.
B. APA: American Plywood Association.
C. AWPA (American Wood Preservers Association) Cl - All Timber Products Preservative
Treatment by Pressure Process.
D. AWPA (American Wood Preservers Association) C20 - Structural Lumber Fire Retardant
Treatment by Pressure Process.
E. NFPA: National Forest Products Association.
F. SPIB: Southern Pine Inspection Bureau.
G. WCLIB: West Coast Lumber Inspection Bureau.
H. WWPA: Western Wood Products Association.
1.04 QUALITY ASSURANCE
A. Perform Work in accordance with the following agencies:
1. Lumber Grading Agency: Certified by ALSC.
2. Plywood Grading Agency: Certified by APA.
1.05 DELIVERY, STORAGE, AND HANDLING
010699 06112-1 C&698A062010
A. Deliver, store, protect, and handle products in accordance with manufacturer's
recommendations.
010699 06112-2 C&B 98A062010
PART 2 PRODUCTS
2.01 LUMBER MATERIALS
A. Soft Wood:
Comply
with
the standards
of SPIB "Standard Grading
Rules for Southern Pine
Lumber"; use
#2 KD,
S4S
Southern pine
Construction Grade for light
framing.
2.02 SHEATHING MATERIALS
A. Plywood Exterior Sheathing: 1/2 inch thick 4 ply APA rated sheathing, exterior glue,
exposure durability 1, C -D Grade.
2.03 ACCESSORIES
A. Fasteners :
1. Nails for framing lumber shall be 16d only.
2. Nails for plywood decking shall be 8d or approved pneumatic staples at least 2" long.
3. Nails for roofing felt shall be hot dipped galvanized 3/4" long nails with washers.
B. Miscellaneous framing anchors and hangers:
1. Provide straps, anchors and hangers as indicated on the Drawings and as required for
the completion of the work.
2.04 FACTORY WOOD TREATMENT
A. Treat all wood plates in contact with concrete slabs with water -borne preservatives to comply
with AWPB-LP-2. After treatment, kiln -dry lumber to a maximum moisture content, or 19
percent.
PART 3 EXECUTION
3.01 FRAMING
A. Set framing and blocking members level and plumb, in correct position.
B. Discard units of material with defects which might impair quality of work.
C. Securely attach all exterior treated wall plates to slabs with 1/2 inch diameter anchor bolts at
4 foot centers. Attach all shear wall plates to slabs with 1/2 inch diameter anchor bolts at 2
foot centers.
D. Select fasteners of size that will not penetrate members where opposite side will be exposed
to view or will receive finish materials. Make tight connections between members. Install
fasteners without splitting of wood; predrill as required.
3.02 TOLERANCES
010699 06112-3 CEB 9BA062010
SECTION 07460
FIBER CEMENT EXTERIOR SIDING
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Fiber cement exterior siding.
1.02 RELATED SECTIONS
A.
Section
06112
— Framing
and Wood Blocking:
Wood back up framing
and sheathing.
B.
Section
07900
- Sealants.
C. Section 09900 — Painting: Site finishing.
1.03 REFERENCES
A. ASTM E-84 - Standard Test Method for Surface Burning Characteristics of Building
Materials.
B. ASTM E-136 - Standard Test Method for Behavior of Materials.
1.04 SUBMITTALS
A. Product Data: Indicate material, fastening methods, termination's, installation details and
color selections.
B. Samples: Submit two samples, in size illustrating actual color if requested by Architect.
1.05 QUALITY ASSURANCE
A. Perform siding and trim installation in accordance with manufacturer's standard
requirements.
1.06 QUALIFICATIONS
A. Fabricator and Installer: Company specializing in siding and trim work with five years
documented experience.
1.07 DELIVERY, STORAGE, AND HANDLING
A. Siding should be stacked on edge or laid flat on a smooth, level surface. Edges and corners
should be protected from chipping. To ensure optimum performance, store siding under
cover and keep dry prior to installing. If siding should become wet, allow to dry thoroughly
before installing.
PART 2 PRODUCTS
010699 07460-1 C&B 9BA062010
2.01 FIBER CEMENT VERTICAL SIDING
A. Equal to
"Hardipanel" as manufactured
by James Hardie
Building Products 26300 La
Alameda,
Suite 250, Mission Viejo, CA
92691 or approved
equal. Sheet size: 4' x 8',
thickness:
5/16", surface texture: "Sierra -8".
010699 07460-2 C&B 9BA062010
2.02 ATTACHMENT AND TRIM
A. Fasteners: Per manufacturer's standard recommendations.
B. Trim: "Harditrim" or trim manufactured by approved equal manufacturer.
PART 3 EXECUTION
3.01 EXAMINATION
A. Verify that existing and
new framing,
sheathing,
blocking
and trim are ready to receive the
work of this section.
3.02 INSTALLATION
A. Install siding and trim in accordance with manufacturer's printed recommendations.
3.03 CLEANING AND PROTECTION
A. Clean exposed surfaces promptly after completion of installation, including removal of labels
and strippable coating. Comply with recommendations of the manufacturer.
B. Protection: The installer of siding shall advise the contractor and owner in writing of
protection and surveillance procedures which can before seen as needed to ensure that the
work will be without damage or deterioration at the time of final acceptance after completion
of other construction work and throughout the life of the project.
END OF SECTION
['II'I*I':
07460-3 C&B 98A062010
SECTION 07900
JOINT SEALERS
PART 1
GENERAL
1.01
SECTION INCLUDES
A.
Preparing substrate surfaces.
B.
Sealant and joint backing.
1.02
RELATED SECTIONS
A.
Section 07460 — Fiber Cement Exterior Siding and Trim.
1.03
REFERENCES
A.
ASTM C790 - Use of Latex Sealing Compounds.
B.
ASTM C834 - Latex Sealing Compounds.
C.
ASTM C920 - Elastomeric Joint Sealants.
D.
SWRI (Sealant, Waterproofing and Restoration Institute) - Sealant and Caulking Guide
Specification.
1.04
SUBMITTALS
A.
Submit under provisions of Section 01300.
B.
Product Data: Provide data indicating sealant chemical characteristics, performance criteria,
substrate preparation, limitations and color availability for each proposed product.
C.
Samples: Submit two samples illustrating sealant colors for selection.
D.
Manufacturers Installation Instructions: Indicate special procedures, surface preparation,
perimeter conditions requiring special attention and limitations.
1.05
QUALITY ASSURANCE
A.
Perform work in accordance with each sealant manufacturer's requirements for preparation
of surfaces and material installation instructions.
010699 07900-1 C&B 98A0620101
1.06 QUALIFICATIONS
A. Manufacturer: Company specializing in manufacturing the Products specified in this section
with minimum ten years documented experience.
B. Applicator: Company specializing in performing the work of this section with minimum five
years documented experience and approved by the manufacturer of each product proposed.
1.07 ENVIRONMENTAL REQUIREMENTS
A. Do not proceed with installations of sealants under adverse weather conditions, or when
temperatures are above or below manufacturer's recommended limitations for installation.
Proceed with the work only when forecasted weather conditions are favorable for proper
cure and development of high early bond strength.
1.08 COORDINATION
A. Coordinate the work with all sections referencing this section.
1.09 JOB CONDITIONS
A. Examine joint surfaces, backing, and anchorage of units forming sealant rabbet. Do not
proceed with work until unsatisfactory conditions have been corrected.
PART 2 PRODUCTS
PART 2 PRODUCTS
2.01 MATERIALS, GENERAL
A. Compatibility: Provide primers, joint sealers, joint fillers and other related materials
that are compatible with one another and with joint substrates under conditions of
service and application, as demonstrated by testing and field experience.
2.02 SILICONE BUILDING SEALANT at all Exisitng Stone (Limestone) and Prefinished Aluminum
Joints (Aluminum Replacement Windows and Break Metal)
A. Provide manufacturer's standard chemically curing, silicone sealant which complies with
ASTM C 920 requirements, including those for Type, Grade, Class, and Uses. Provide
colors to match adjacent surfaces. A custom color may be required.
1. One -Component Silicone Sealant: ASTM C920, Type S, Grade NS, Class 25. Dow
Corning "790" or approved equal for prefinished aluminum to stone. Non -Staining primer will
be required on all aluminum surfaces. Clean stone thoroughly before application to insure a
good bond. Color to match window frames and aluminum break metal. If backer rod is
required, use a open cell backer rod at these locations only
r;
010699 07900-2 C&B 9BA0620102
2.03 SILICONE BUILDING SEALANT at all Exisitng Masonry (Brick) and Prefinished Aluminum
Joints (Aluminum Replacement Windows and Break Metal)
A. Provide manufacturers standard chemically curing, silicone sealant which complies with
ASTM C 920 requirements, including those for Type, Grade, Class, and Uses. Provide
colors to match adjacent surfaces. A custom color may be required.
1. One -Component Silicone Sealant: ASTM C920, Type S, Grade NS, Class 25. Dow
Corning "791" or approved equal for prefinished aluminum to masonry. Color to match
aluminum windows and aluminum break metal.
2.04 SILICONE BUILDING SEALANT at all Metal to metal and Glass to Metal Joints and
Perimeter Seals Around Penetrations
A. Provide manufacturer's standard chemically curing, silicone sealant which complies with
ASTM C 920 requirements, including those for Type, Grade, Class, and Uses. Provide
colors to match adjacent surfaces. .
1. One -Component Silicone Sealant: ASTM Specification: C920, Type S, Grade NS, Class 25.
Dow Corning "791", "795" or approved equal.
2.05 INTERIOR WET AREAS JOINT SEALERS at sinks, toilets, etc..
A. Provide manufacturer's standard chemically curing, silicone sealant which complies with
ASTM C 920 requirements, including those for Type, Grade, Class, and Uses. Provide
colors to match adjacent surfaces.
1. One -Component Mildew Resistant Silicone Sealant: ASTM Specification: C920, Federal
Specification TT -S-001543, Class A. Dow Corning "786" or approved equal.
2.06 ACCESSORIES
A. Joint Cleaner: Non -corrosive and non -staining type, recommended by sealant
manufacturer; compatible with joint forming materials.
B. Primer: Non -staining type, recommended by sealant manufacturer to suit application.
C. Joint Backing: ASTM D1056; round, closed cell non -gassing backer rod (Dual Rod or
Sot -Rod); oversized 30 to 50 percent larger than joint width unless noted otherwise
above.
PART 3 EXECUTION
3.01 EXAMINATION
A. Verify that substrate surfaces and joint openings are ready to receive work.
B. Verify that joint backing and release tapes are compatible with sealant.
010699 07900-3 C&898A0620103
C.
Verify that surfaces to receive sealants have not been painted.
3.02
PREPARATION
A.
Remove loose materials and foreign matter which might impair adhesion of sealant.
B.
Clean and prime joints in accordance with manufacturer's instructions.
C.
Perform preparation in accordance with manufacturer's instructions.
D.
Protect elements surrounding the work of this section from damage or disfiguration.
3.03
INSTALLATION
A.
Install sealant in accordance with manufacturer's instructions.
B.
Measure joint dimensions and size materials to achieve required width/depth ratios.
C.
Install joint backing to achieve a neck dimension no greater than one half the joint width.
D.
Install sealant free of air pockets, foreign embedded matter, ridges, and sags.
E.
Apply sealant within recommended application temperature ranges. Consult manufacturer
when sealant cannot be applied within these temperature ranges.
F.
Tool vertical joints concave.
3.04
CLEANING
B.
Clean adjacent soiled surfaces.
3.05
PROTECTION OF FINISHED WORK
A.
Protect finished installation under provisions of Section 01500.
B.
Protect sealants until cured.
END OF SECTION
07900-4
C&B 98A0620104
SECTION 08340
FIBERGLASS REINFORCED DOOR AND DOOR FRAME
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Fiberglass Reinforced Plastic (FRP) Doors.
B. Fiberglass Door Frames.
1.02 RELATED SECTIONS
A. Section 06112 - Framing and Wood Blocking
B. Section 07460 — Fiber -Cement Exterior Siding
1.03 REFERENCES
A. ASTM D 523 - Standard Test Method for Specuiar Gloss.
B. ASTM D 635 - Standard Test Method for Rate of Burning and/or Extent
of Time of Burning of Self -Supporting Plastics in a Horizontal Position.
C. ASTM E 84 - Standard Test Method for Surface Burning Characteristics
of Building Materials.
1.04 SUBMITTALS
A. Submit under provisions of Section 01300.
B. Product Data:
Manufacturer's printed
product data
indicating
characteristics
of products specified in
this Section.
C. Shop Drawings:
1. Plans: Indicate location of each door opening assembly in project.
2. Elevations: Dimensioned elevation of each type door opening
assembly in project; indicate sizes and locations of door
hardware, and lites and louvers, if specified.
3. Details: Installation details of each type installation condition in
project; indicate installation details of glazing, if specified.
4. Schedule: Indicate each door opening assembly in project; cross-
reference to plans, elevations, and details.
010699 08340.1 C&B 98A062010
D. Selection Samples: Manufacturers standard color chips.
E. Verification Samples: Two (2) samples to verify color match.
F. Manufacturer's Instructions: Printed installation instructions for door
opening assemblies.
G. Warranty Documents: Manufacturer's standard warranty documents,
executed by manufacturers representative, countersigned by Contractor.
1.05 DELIVERY, STORAGE, AND HANDLING
A. Packing, Shipping, Handling and Unloading: Package door opening
assemblies in manufacturers standard containers.
B. Store door assemblies in manufacturer's standard containers, on end, to
prevent damage to face corners and edges.
1.06 WARRANTY
A. Manufacturer's Warranty: Manufacturer's 10 -year warranty against
failure due to corrosion from specified environment.
PART 2 PRODUCTS
2.01 MANUFACTURERS
A. Acceptable Manufacturers: FIB-R-DOR Division of Advance Fiberglass,
Inc.; P.O. Box 13268, Maumelle AR 72113; Telephone 1-800-342-7367,
FAX 501-758-9496 or approved equal.
B. Requests for substitutions will be considered in accordance with
provisions of Section 01300.
2.02 MATERIALS
A. Fiberglass Mat: Minimum 1.5 ounces per square foot.
B. Resins: Manufacturer's formulation for fabricating units to meet specified
requirements.
C. Anchors: Manufacturer's standard stainless steel expansion anchors for
existing openings, and stainless steel masonry tee anchors for new
construction.
D. Fasteners: Stainless steel.
2.03 MANUFACTURED UNITS
010699 08340-2 C&B 98A062010
A. Non -rated Fiberglass Reinforced Plastic (FRP) Doors:
1. Thickness: 1-3/4 inches.
2. Thermal Insulating Value: 'R' factor 11.
3. Construction:
a. Core: End -grain balsa wood, resin -impregnated.
b. Door Plates: Molded in one continuous piece, resin
reinforced with hand -laid glass fiber mat, nominal 1/8 inch
thick, minimum 15 mil gel -coated surface.
c. Door Edges: Minimum three (3) layers resin -reinforced
glass fiber mat, nominal 3/8 inch thick, machine tooled.
4. Sizes: Indicated on drawings.
5. Finish: Smooth gloss surface, minimum value 88 in accordance
with ASTM D 523.
6. Color: As selected by Architect from manufacturer's standard
colors.
B. Non -rated Fiberglass Frames
1. Construction: One-piece pultruded fiberglass reinforced plastic,
minimum 1/4 inch wall thickness, jamb -to -head joints mitered and
reinforced with FRP clips and stainless steel fasteners;
conforming to SDI requirements for performance equivalent to 16
gage steel frames.
2. Frame profile: 5-3/4 inches deep, 2 inches wide face; double
rabbeted with 5/8 inch high stop.
3. Sizes: Indicated on drawings.
4. Finish: Satin finish, with true and consistent color throughout
frame thickness.
5. Color: As selected by Architect from manufacturer's standard
colors.
C. Door Hardware: Supplied by door manufacturer, UL -listed for fire -rated
openings, and as follows:
1. Hinges: Location and quantity indicated on approved shop
drawings, and as follows:
a. Type: Full -mortise, ball -bearing stainless steel butts, 4-1/2
inches by 4-1/2 inches template; stainless steel fasteners.
Acceptable product: Fib-R-Dor 8851.
2. Locksets and Latchsets: Ball knob, exposed surfaces of stainless
steel, Grade 2.
3. Threshold : National Guard Products, Inc. 425.
2.04 FABRICATION
A. Fiberglass Reinforced Plastic (FRP) Doors:
1. Minimum glass fiber to resin ratio: 30 percent.
2. Mortise for lockset, and recess for strike plate in lock stile.
3. Embed steel reinforcement for hinges in fiberglass matrix; provide
for hinge leaf recesses in hinge stile.
010699 08340-3 C&898A062010
B. Fiberglass Frames:
1. Mortise for lock strike, and recess for strike plate in lock jamb.
2. Reinforce for hinges and other indicated hardware.
PART 3 EXECUTION
3.01 EXAMINATION
A. Verification of Conditions:
1. Openings are correctly prepared to receive doors and frames.
2. Openings are correct size and depth in accordance with shop
drawings.
B. Installer's Examination:
1. Have installer examine conditions under which construction
activities of this section are to be performed and submit written
report if conditions are unacceptable.
2. Transmit two copies of installer's report to Architect within 24
hours of receipt.
3. Beginning construction activities of this section before
unacceptable conditions have been corrected is prohibited.
4. Beginning construction activities of this section indicates installer's
acceptance of conditions. '
3.02 INSTALLATION
A. Install door opening assemblies in accordance with shop drawings, SDI -
100, and manufacturer's printed installation instructions, using installation
methods and materials specified in installation instructions.
B. Installation of door hardware is specified in Section 08710.
C. Install door hardware in accordance with manufacturer's printed
instructions, using through -bolts to secure surface applied hardware.
D. Site Tolerances: Maintain plumb and level tolerances specified in
manufacturer's printed installation instructions.
3.03 ADJUSTING
A. Adjust doors in accordance with door manufacturer's maintenance
instructions to swing open and shut without binding, and to remain in
place at any angle without being moved by gravitational influence.
B. Adjust door hardware to operate correctly in accordance with hardware
manufacturer's maintenance instructions.
3.04 CLEANING
010699' 08340-4 C&B 98A062010
A. Clean surfaces of door opening assemblies and sight -exposed door
hardware in accordance with manufacturer's maintenance instructions.
3.05 PROTECTION OF INSTALLED PRODUCTS
A. Protect door
opening assemblies and door hardware from
damage
by
subsequent
construction activities until final inspection.
END OF SECTION
010699 08340-5 C&698A062010
SECTION 08410
ALUMINUM WINDOWS
PART 1
GENERAL
1.01
SECTION INCLUDES
A.
Aluminum windows.
B.
Perimeter sealant.
1.02
PRODUCTS INSTALLED BUT NOT FURNISHED UNDER THIS SECTION
A.
Section 08800 - Glazing: Vision glass in aluminum windows.
1.03
RELATED SECTIONS
A.
Section 08800 - Glazing: Vision glass in aluminum windows.
1.04
REFERENCES
A.
AAMA - Metal Curtain Wall, Window, Store Front and Entrance - Guide Specifications
Manual.
B.
AAMA - Curtain Wall Manual #10 - Care and Handling of Architectural Aluminum From Shop
to Site.
C.
AAMA 501 - Methods of Test for Metal Curtain Walls.
D.
AAMA 606.1 - Specifications and Inspection Methods for Integral Color Anodic Finishes for
Architectural Aluminum.
E.
AAMA 608.1 - Specification and Inspection Methods for Electrolytically Deposited Color
Anodic Finishes for Architectural Aluminum.
F.
AAMA SFM-1 - Aluminum Storefront and Entrance Manual.
G.
ANSI Al 17.1 - Safety Standards for the Handicapped.
H.
ANSI/ASTM B209 - Aluminum and Aluminum -Alloy Sheet and Plate.
I.
ANSI/ASTM E283 - Rate of Air Leakage Through Exterior Windows, Curtain Walls, and
Doors.
J.
ANSI/ASTM E330 - Structural Performance of Exterior Windows, Curtain Walls, and Doors
by Uniform Static Air Pressure Difference.
V
010699
08410-1 C&B 98A06201
K. ANSI/ASTM E331 - Test Method for Water Penetration of Exterior Windows, Curtain Walls,
and Doors by Uniform Static Air Pressure Difference.
L. ANSI A97.1 - Safety Performance Specifications and Methods of Test for Safety Glazing
Used in Buildings.
M. ASTM C1 036 - Flat Glass.
N. ASTM C1048 - Heat -Treated Flat Glass - Kind HS, Kind FT Coated and Uncoated glass.
O. FGMA - Glazing Manual.
1.05 SYSTEM DESCRIPTION
A. Aluminum windows include
tubular
aluminum
sections, shop
fabricated,
factory pre -finished.
Obscure frosted glass infill,
related
flashings,
anchorage and
attachment
devices.
B.
Provide windows manufactured by a single firm.
1.06
SUBMITTALS
A.
Submit under provisions of Section 01300.
B.
Shop Drawings: Indicate system dimensions, framed opening requirements and tolerances,
affected related Work and expansion and contraction joint locations and details.
C.
Product Data: Provide component dimensions, describe components within assembly,
anchorage and fasteners, glass and infill, door hardware, internal drainage details and
sealants.
D.
Wind Loading: Provide manufacturer's data and installers verification that proposed system
is designed to withstand wind loading as specified or required by code.
1.07
QUALITY ASSURANCE
A.
Perform Work in accordance with AAMA SFM-1 and AAMA - Metal Curtain Wall, Window,
Store Front and Entrance - Guide Specifications Manual.
B.
Conform to requirements of ANSI A117.1.
1.08
QUALIFICATIONS
A.
Manufacturer : Company specializing in manufacturing aluminum glazing systems with
minimum ten years documented experience.
1.09
DELIVERY, STORAGE, AND HANDLING
„
010699 . ' 08410-2 C&898A06201
A. Deliver, store, protect and handle products on accordance with manufacturer's
recommendations.
1.10 ENVIRONMENTAL REQUIREMENTS
A. Do not install sealants when ambient temperature is less than 40 degrees F during and 48
hours after installation.
1.11 FIELD MEASUREMENTS
A. Verify that field measurements are as indicated on shop drawings and Drawings.
1.12 WARRANTY
A. Submit a warranty signed by the manufacturer, contractor and installer, agreeing to replace
aluminum windows and glazing which fail in materials and workmanship within 2 years of the
date of acceptance. Failure of materials or workmanship shall include, but not be limited to,
excessive leakage or air infiltration, excessive deflections, delamination of panels,
deterioration of finish or metal in excess of normal weathering, and defects in accessories,
weatherstripping, and other components of the work.
PART2 PRODUCTS
2.01 MANUFACTURERS
A. Kawneer, Vistawall, Amarlite, U.S. Aluminum or approved equal.
2.02 MATERIALS
A. ALUMINUM WINDOWS:
1. Exterior Window System: 2 1/4" x 4-1/2" non thermally broken non -insulated flush
glazed system equal to Kawneer FG1-2-3 system.
B. Finish: Manufacturers standard white factory applied baked on polyester paint for all
exposed surfaces including fasteners.
C. Other Materials: Provide all other materials, not specifically described but required for a
complete, weatherlight. and proper installation of doors, framing and glazing systems.
2.03 FABRICATION
A. Fabricate
components
with minimum
clearances and shim
spacing
around perimeter of
assembly,
yet enabling
installation and
dynamic movement of
perimeter
seal.
B. Accurately fit and secure joints and corners. Make joints flush, hairline, and weatherproof.
C. Prepare components to receive anchor devices. Fabricate anchors.
010699 08410-3 C&B 98A06201
4
D. Arrange fasteners and attachments to conceal from view.
PART 3 EXECUTION
3.01 EXAMINATION
A.
Verify
site opening
conditions are ready to
receive the work of
this section.
B.
Verify
dimensions,
tolerances, and method
of attachment with
other work.
3.02 INSTALLATION
A. Install windows in accordance with manufacturer's instructions and AAMA - Metal Curtain
Wall, Window, Store Front and Entrance - Guide Specifications Manual.
B. Attach to structure to permit sufficient adjustment to accommodate construction tolerances
and other irregularities.
C. Provide
alignment attachments
and shims to permanently fasten
system to building
structure.
D. Align assembly plumb and level, free of warp or twist. Maintain assembly dimensional
tolerances.
E. Install glass in accordance with manufacturer's recommendations.
F. Install perimeter sealant in color to match frames, making a neat, fully weatherproof job.
Refer to Section 07900, and comply with requirements of that section.
3.03 CLEANING
A. Remove protective material from aluminum surfaces.
B. Wash down surfaces with a solution of mild detergent in warm water, applied with soft, clean
wiping cloths. Take care to remove dirt from corners. Wipe surfaces clean.
C. Remove excess sealant by method acceptable to sealant manufacturer.
3.04 PROTECTION OF FINISHED WORK
A. Remove and replace glass which is broken, chipped, cracked, abraded or damaged during
the construction period.
END OF SECTION
010699 08410-4 C&B 98A06201
SECTION 08800
GLAZING
PART 1
GENERAL
1.01
SECTION INCLUDES
A.
Glass and glazing for installation in aluminum windows.
1.02
RELATED SECTIONS
A.
Section 07900 - Joint Sealers: Sealant and back-up material.
B.
Section 08410 - Aluminum Windows: Glazing in aluminum windows.
1.03
REFERENCES -
A.
ANSI/ASTM E330 - Structural Performance of Exterior Windows, Curtain Walls, and
Doors by Uniform Static Air Pressure Difference.
B.
ASTM C1036 - Flat Glass.
C.
FGMA - Glazing Manual.
D.
FGMA - Sealant Manual.
1.04
PERFORMANCE REQUIREMENTS
A.
Glass and glazing materials of this Section shall provide continuity of building
enclosure vapor and air barrier:
B.
Size glass to withstand dead loads and positive and negative live loads acting normal
to plane of glass as calculated in accordance with Standard Building code, 1991
Edition.
C.
Limit glass deflection to 1/200 or to flexure limit of glass with full recovery of glazing
materials, whichever is less.
1.05
SUBMITTALS
A.
Submit under provisions of Section 01300.
B.
Product Data on Glass Types Specified:
Provide structural, physical and environmental characteristics, size limitations,
special handling or installation requirements.
010699
08800-1 C&B 98A062010
ft
C.
Product Data on Glazing Compounds: Provide chemical, functional, and
environmental characteristics, limitations, special application requirements. Identify
available colors.
D.
Manufacturer's Installation Instructions: Indicate special precautions required.
1.06
QUALITY ASSURANCE
A.
Perform Work in accordance with FGMA Glazing Manual, FGMA Sealant Manual,
SIGMA and Laminators Safety Glass Association - Standards Manual for glazing
installation methods.
1.07
ENVIRONMENTAL REQUIREMENTS
A.
Do not install glazing when ambient temperature is less than 40 degrees F.
B.
Maintain minimum ambient temperature before, during and 24 hours after installation
of glazing compounds.
1.08
FIELD MEASUREMENTS
A.
Verify that field measurements are as indicated on shop Drawings.
1.09
COORDINATION
A.
Coordinate the Work with glazing frames, wall openings, and perimeter air and vapor
seal to adjacent Work.
1.10
WARRANTY
A.
Provide ten year manufacturer's warranty.
PART
2
PRODUCTS
2.01
FLAT GLASS MATERIALS
A.
Float Glass Type FG-A: ASTM C1036, Type 1 transparent flat, Class 1 clear, Quality
q3 glazing select 1/4 inch thick minimum.
010699 08800-2 C&B 98A062010
2.02 GLAZING ACCESSORIES
A. Setting Blocks: Neoprene or EPDM, 80 - 90 Shore A durometer hardness, length
of 0.1 inch for each square foot of glazing or minimum 4 inch x width of glazing
rabbet space minus 1/16 inch x height to suit glazing method and pane weight and
area.
B. Spacer Shims: Neoprene, 50 - 60 Shore A durometer hardness, minimum 3 inch
long x one half the height of the glazing stop x thickness to suit application, self
adhesive on one face.
C. Glazing Tape:
Closed cell polyvinyl
chloride foam, coiled on
release paper over
adhesive on two
sides, maximum water absorption by volume of
2 percent, designed
for compression
of 25 percent to effect
an air and vapor seal.
PART 3 EXECUTION
3.01 EXAMINATION
A. Verify that openings for glazing are correctly sized and within tolerance.
B. Verify that surfaces of glazing channels or recesses are clean, free of obstructions,
and ready to receive glazing.
3.02 PREPARATION
A. Clean contact surfaces with solvent and wipe dry.
B. Seal porous glazing channels or recesses with substrate compatible primer or sealer.
3.03 INSTALLATION: GLAZING IN ALUMINUM WINDOWS
A. Install glazing in aluminum window system in accordance with manufacturers
instructions.
3.04 CLEANING
A. Clean work.
B. Remove glazing materials from finish surfaces.
C. Remove labels after work is complete.
D. Clean glass and mirrors.
END OF SECTION
010699 08800-3 C&B 98A062010
SECTION 09511
SUSPENDED ACOUSTICAL CEILINGS
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Suspended metal grid ceiling system and perimeter trim.
B. Acoustical panels.
1.02 REFERENCES
A. ASTM C635 - Metal Suspension Systems for Acoustical Tile and Lay -in Panel Ceilings.
B. ASTM C636 - Installation of Metal Ceiling Suspension Systems for Acoustical Tile and Lay -in
Panels.
C. ASTM E1264 - Classification of Acoustical Ceiling Products.
D. Ceilings and
Interior Systems Contractors
Association (CISCA) -
Acoustical Ceilings: Use
and Practice.
1.03 SYSTEM DESCRIPTION
A. Suspension system to rigidly secure acoustical ceiling system including integral mechanical
and electrical components with maximum deflection of U240.
1.04 SUBMITTALS
A. Submit under provisions of Section 01300.
B. Product Data: Provide data on metal grid system components and acoustical units..
1.05 QUALIFICATIONS
A. Grid Manufacturer: Company specializing in manufacturing the Products specified in this
section with minimum ten years experience.
B. Acoustical Unit Manufacturer: Company specializing in manufacturing the Products
specified in this section with minimum ten years experience.
1.06 ENVIRONMENTAL REQUIREMENTS
A. Maintain uniform temperature of minimum
60
degrees F,
and maximum humidity of 40
percent prior to, during, and after acoustical
unit
installation.
1,
010699 09511-1 C&B 9BA062010
1.07 EXTRA MATERIALS
A. Provide 100 sq ft of 2 X 2 panels to Owner.
PART 2 PRODUCTS
2.01 SUSPENSION SYSTEM MATERIALS
A. Armstrong "Al Prelude Plus" (all aluminum) — 15/16" or approved equal.
B. Non -fire Rated Grid: ASTM C635, intermediate duty; exposed T; components die cut and
interlocking.
C. Grid Materials: Double -web aluminum and finish cap.
D. Exposed Grid Surface Width: 15/16 inch.
E. Grid Finish: White.
F. Accessories: Splices and edge moldings required for suspended grid system.
G. Support Hangers: Galvanized steel; size and type to suit application and ceiling system
flatness requirement specified.
2.02 ACOUSTICAL UNIT MATERIALS
A. Armstrong "Ceramaguard RH100" plain finish or Approved Equal: ASTM E1264,
Conforming to the following:
1. Size: 24 X 24 inches.
2. Thickness: 5/8 inches.
3. Composition: Ceramic and mineral fiber composit.
4. Edge: Square cut lay -in.
5. Surface Color: White.
6. Surface Finish: Scrubbable facotry-applied vinyl plastic paint.
7. NCR: 0.20.
2.03 ACCESSORIES
A.
Touch-up Paint:
Type
and color to match acoustical and grid units.
PART 3
EXECUTION
3.01 EXAMINATION
A.
Verify
site
conditions are ready to receive work of
this section.
B.
Verify
that
layout of hangers will not interfere with
other work.
IV
010699 09511-2 C&B 9BA062010
3.02 INSTALLATION - LAY -IN GRID SUSPENSION SYSTEM
A. Install suspension system in accordance with ASTM C636 and as supplemented in this
section.
B. Install system capable of supporting imposed loads to a deflection of 1/240 maximum.
C. Locate system on corridor and room axis according to reflected ceiling plan.
D. Install after
major above ceiling
work is complete.
Coordinate the location of hangers with
other work.
E. Hang suspension system independent of walls, columns, ducts, pipes and conduit. Where
carrying members are spliced, avoid visible displacement of face plane of adjacent
members.
F. Where
ducts or
other equipment prevent the regular
spacing of hangers, reinforce the
nearest
affected
hangers to span the extra distance.
G. Do not support components on main runners or cross runners if weight causes total dead
load to exceed deflection capability. Support fixture loads by supplementary hangers located
within 6 inches of each corner; or support components independently.
H. Do not eccentrically load system, or produce rotation of runners.
Install edge molding at
intersection of ceiling and vertical
surfaces,
using longest practical
lengths. Miter corners.
Provide edge moldings at junctions
with other
interruptions.
3.03 INSTALLATION - ACOUSTICAL UNITS
A. Install acoustical units in accordance with manufacturer's instructions.
B. Fit acoustical units in place, free from damaged edges or other defects detrimental to
appearance and function.
C. Install units after above ceiling work is complete.
D. Install acoustical units level, in uniform plane, and free from twist, warp and dents.
E. Cut panels to fit irregular grid and perimeter edge trim.
3.04 ERECTION TOLERANCES
A. Maximum Variation from Flat and Level Surface: 1/8 inch in 10 feet .
END OF SECTION
010699
09511-3
C&B 98A062010
SECTION 09725
SEAMLESS QUARTZ FLOORING
PART 1
GENERAL
1.01
SECTION INCLUDES
A.
Seamless resinous flooring and base with clear epoxy/resin top coat.
B.
Ceramic granule aggregate.
C.
Coved seamless wall base.
D.
Waterproofing Membrane.
1.02
RELATED SECTIONS
A.
Section 01030— Alternates.
B.
Section 06200 - Finish Carpentry - cultural marble panels, base, cap, trim and
shower pans.
C.
Section 10171 - Solid Plastic Shower and Dressing Compartments.
1.03
REFERENCES
A.
ASTM D570 - Water Absorption of Plastics.
B.
ASTM D638 - Tensile Properties of Plastics.
C.
ASTM D695 - Compressive Properties of Rigid Plastics.
D.
ASTM D905 - Strength Properties of Adhesive Bonds in Shear by Compression
Loading.
E.
ASTM D1044 - Resistance of Transparent Plastic Materials to Abrasion.
F.
ASTM 01360- Fire Retardancy of Paints (Cabinet Method).
G.
ASTM E96 - Water Vapor Transmission of Materials.
1.04
SUBMITTALS
A.
Submit under provisions of Section 01300.
B.
Product Data: Provide data on specified products, describing physical and
performance characteristics: sizes, patterns and colors available.
010699
09725-1 C&B 98A062010
C. Samples:
Submit
two
samples, 4 x
12 inch in size illustrating color and pattern for
each floor
material
and
for each color
specified.
D. Manufacturer's Installation Instructions: Indicate special procedures, perimeter
conditions requiring special attention, and conditions requiring special attention due
to existing tile floor that is to be used as a subfloor surface and existing wall tile that
base will turn up on and attach to.
1.05 QUALIFICATIONS
A. Manufacturer: Company specializing in manufacturing the Products specified in this
section with minimum five years documented experience.
B. Applicator: Company specializing in performing the work of this section with
minimum five years documented experience and approved by manufacturer.
C. Supervisor: Trained by product manufacturer.
1.06 REGULATORY REQUIREMENTS
A. Conform to applicable code for flame spread slassification not to exceed 35 in
accordance with ASTM E84.
1.07 DELIVERY, STORAGE, AND HANDLING
A. Store resin materials in a dry, secure area.
B. Maintain minimum temperature of 55 degrees F.
C. Store materials for three days prior to installation in area of installation to achieve
temperature stability.
1.08 ENVIRONMENTAL REQUIREMENTS
A. Maintain ambient temperature required by manufacturer three days prior to, during,
and 24 hours after installation of materials.
1.09 WARRANTY
A. Provide three year installer's warranty on installer's letterhead to cover all labor and
materials for a period of three years.
B. Warranty:
Include
coverage
against
flooring delamination from substrate,
degradation
of surface
finish, and
failure of
elastomeric membrane.
010699
09725-2 C&B 98A062010
r
1.10 MAINTENANCE DATA
A. Maintenance Data: Include maintenance procedures, recommended maintenance
materials, procedures for stain removal, repairing surface, and suggested schedule
for cleaning.
PART 2 PRODUCTS
2.01 MANUFACTURERS
A. Master Builders Technologies - Product - Quartzite 1100, Q-118.
D. Substitutions: Under provisions of Section 01300 Submittals and Substitutions.
2.02 MATERIALS
A. Binder and all sucessive grout and top coats: 100% solids clear/epoxy resin.
B. Aggregate: Quartz ceramic coated multiple colors. Quartz aggregate size: Trowel
grade 11. Grade 11 is defined by test method ASTM D451.
C. Top Coat: Epoxy, clear.
D. Non -slip Surfacing: Mineral, medium slip resistance as approved by owner, color as
selected by owner.
E
F
Elastomeric Neoprene Waterproofing Membrane: NEO-V II -B as manufactured by
Master Builder Technologies or approved equal.
Flooring: Conform to the following:
Property ASTM Test Result
Tensile Strength
Compressive Strength
Water Absorption
Moisture Vapor
Permeability
Flammability
Bond Strength
Abrasion Resistance
Impact Resistance
D638 6400 psi.
D695 5500 psi.
D570 (24 hr) 0.036 Percent
E96 0.06 perms.
E-84 Flame spread classification (FSC) not to
exceed 35.
D905 300 psi.
CS17 Maximum Weight loss of 27.6 gm/1000
cycles
Gardner 160 in/lb; no cracking,
Impact chipping or delamination.
Tester
010699 09725-3 C&B 98A062010
2.03 ACCESSORIES
A. Primer: Dualox 83 water based epoxy primer as manufactured by Master Builder
Technologies or approved equal.
PART 3 EXECUTION
3.01 EXAMINATION
A. Verify that surfaces are smooth and flat with maximum variation of 1/4 inch in 10 ft,
and are ready to receive work.
B. Verify existing floors and lower wall surfaces are free of substances that may impair
adhesion of new adhesive and finish materials.
3.02 PREPARATION
A. Prepare existing concrete
floor
and concrete
block at base according to
manufacturers instructions to
accept
primer.
B. Vacuum clean substrate.
C. Apply primer to floor and wall surfaces.
3.03 INSTALLATION - FLOORING AND BASE
A. Apply in accordance with manufacturer's instructions. Employ lead mechanic
qualified and trained by manufacturer using equipment designed for this purpose.
B. Apply to a minimum thickness of 1/8 inch.
C. Finish to smooth level surface.
D. Install integral cove base to height of 8" with 1" radius cove. Trowel apply vertical
cove base. Sand or scarify existing painted concrete block wall sufficient enough to
allow adhesion of base. Taper base into grout joint of block.
010699 09725-4 C&B 98A062010
3.05 PROTECTION OF FINISHED WORK
A. Protect finished Work under provisions of Section 01500.
B. Prohibit traffic on floor finish for 48 hours after installation.
C. Barricade area to protect flooring until cured.
END OF SECTION
010699 09725-5 C&B 98A062010
SECTION 09900
PAINTING
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Surface preparation and field application of paints and coatings.
1.02 RELATED SECTIONS
A. Section 07460 - Fiber Cement Exterior Siding.
1.03 REFERENCES
A. ASTM 016 - Definitions of Terms Relating to Paint, Varnish, Lacquer and Related Products.
B. NACE (National Association of Corrosion Engineers) - Industrial Maintenance Painting.
C. NPCA (National Paint and Coatings Association) - Guide to U.S. Government Paint
Specifications.
D. PDCA (Painting and Decorating Contractors of America) - Painting - Architectural
Specifications Manual.
E. SSPC (Steel Structures Painting Council) - Steel Structures Painting Manual.
1.04 SUBMITTALS
A. Submit under provisions of Section 01300.
B. Product Data: Provide data on all finishing products.
C. Manufacturer's Instructions: Indicate special surface preparation procedures and substrate
conditions requiring special attention.
1.05 QUALIFICATIONS
A. Manufacturer: Company specializing in manufacturing the Products specified in this section
with minimum ten years documented experience.
B. Applicator: Company specializing in performing the work of this section with minimum five
years documented experience.
1.06 FIELD SAMPLES
A. Provide field samples of each finish requested by the owner.
010699 09900-1 C&8 98A062010
B. Provide field samples of sufficient size to demonstrate the final appearance of each finish.
C. Accepted sample may remain as part of the Work.
1.07 DELIVERY, STORAGE AND HANDLING
A. Deliver, store, protect and handle products in accordance with manufacturer's
recommendations.
B. Deliver products to site in sealed and labeled containers; inspect to verify acceptability.
C. Container label to include manufacturer's name, type of paint, brand name, lot number,
brand code, coverage, surface preparation, drying time, cleanup requirements, color
designation, and instructions for mixing and reducing.
D. Store paint materials at minimum ambient temperature of 45 degrees F and a maximum of
90 degrees F, in ventilated area, and as required by manufacturer's instructions.
1.08 ENVIRONMENTAL REQUIREMENTS
A. Do not apply materials when surface and ambient temperatures are outside the temperature
ranges required by the paint product manufacturer.
B. Do not apply exterior coatings during rain or snow, or when relative humidity is outside the
humidity ranges required by the paint product manufacturer.
PART 2 PRODUCTS
2.01 MANUFACTURERS
A. Provide interior and exterior paints, enamels and admixtures of first line quality as
manufactured by Sterling, Sherwin Williams, Pratt and Lambert, Benjamin Moore, or
Pittsburgh.
2.02 FINISHES
A. Refer to schedule at end of section for surfaces and application.
PART 3 EXECUTION
3.01 EXAMINATION
A. Verify that surfaces are ready to receive work as instructed by the product manufacturer.
B. Examine surfaces scheduled to be finished prior to commencement of work: Report any
condition that may potentially affect proper application.
1
010699 09900-2 C&B 9BA062010
C. Painting subcontractor shall be reponsible for determining if proposed finish products are
compatable with existing finishes.
D. Verify that shop applied primer is compatible with subsequent cover materials.
3.02 PREPARATION
A. Remove or mask electrical plates, hardware, light fixture trim, escutcheons, and fittings prior
to preparing surfaces or finishing.
B. Correct defects and clean surfaces which affect work of this section. Remove existing
coatings that exhibit loose surface defects.
C. Existing Painted Surfaces: Sand and scrape to remove loose paint and rust. Feather edges
to make touch-up patches inconspicuous. Clean surfaces with solvent. Prime bare steel
surfaces.
3.03 APPLICATION
A. Apply products in accordance with manufacturer's instructions.
B. Do not apply finishes to surfaces that are not dry.
C. Apply each coat to uniform finish.
D.
Apply
each
coat of paint slightly darker than
preceding coat unless otherwise approved.
E.
Sand
metal
lightly between coats to achieve
required finish.
F. Allow applied coat to dry before next coat is applied.
3.04 CLEANING
A. Collect waste material which may constitute a fire hazard, place in closed metal containers
and remove daily from site.
3.05 SCHEDULE - SURFACES FOR SITE FINISHING
A. Existing Interior Concrete Block:
1. First Coat and Second Coats: Oil based semi gloss epoxy enamel.
B. Existing Metal Doors, Frames and Access Doors:
1. First Coat and Second Coats: Exterior alkyd semi gloss enamel.
C. New Fiber Cement Siding and Trim:
1. First Coat: Sherwin Williams A-100 exterior alkyd wood
primer or Benjamin Moore - Moore White exterior
alkyd wood primer.
010699 09900.3
C&B 98A062010
Second and Third Coats: Sherwin Williams "Superpaint" exterior latex
enamel or Benjamin Moore — Moore Guard
exteiror latex enamel.
D. Existing Exterior Concrete Block at Chlorinator Building:
1. First and Second Coat: Sherwin Williams "Superpaint" exterior latex
enamel or Benjamin Moore - Moore Guard
exteiror latex enamel.
END OF SECTION
010699 ' 09900-4 C&B 98A062010
SECTION 10171
SOLID PLASTIC TOILET COMPARTMENTS AND BENCHES
PART
1 GENERAL
1.01
SECTION INCLUDES
A.
Solid plastic toilet compartments, floor mounted, head rail braced.
B.
Solid plastic benches and metal supports.
1.02
RELATED SECTIONS
A.
Section 09725 - Seamless Quartz Flooring.
1.03
REFERENCES -
A.
ANSI Al 17.1 - Safety Standards for the Handicapped.
B.
ASTM A167 - Stainless and Heat -Resisting Chromium -Nickel Steel Plate, Sheet, and
Strip.
C.
NEMA LD-3 - High Pressure Decorative Laminates.
1.04
SUBMITTALS
A.
Submit under provisions of Section 01300.
B.
Shop Drawings: Indicate partition plan, elevation views, dimensions, details of wall
and floor supports.
C.
Product Data: Provide data on panel construction, hardware, and accessories.
D.
Samples: Submit two samples of partition panels, 6 x 6 inch in size illustrating panel
finish, color, and sheen.
E.
Manufacturer's Installation Instructions: Indicate special procedures, perimeter
conditions requiring special attention.
1.05
FIELD MEASUREMENTS
A.
Verify that field measurements are as indicated on shop drawings.
010699 10171-1 C&B 9BA062010
1.06 COORDINATION
A. Coordinate the work with placement of poured quartzite flooring.
PART 2 PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
A. Santana or approved equal. Product - Poly -Mar HD solid plastic toilet partition
systems.
B. Santana or approved equal. Product — Poly -Mar HD solid plastic benches.
2.02 MATERIALS
A. Toilet Partitions - Solid Plastic Doors and Pilasters: Fabricated from polymer resins
under high pressure forming a single component section which is waterproof, non-
absorbent and has self lubricating surface. 1" thick with 1/4 inch radius edge.
B. Benches: Solid plastic bench with aluminum pedestals: Benches fabricated from
polymer resins under high pressure forming a single component section which is
waterproof, non-absorbent and has a self-lubricating surface. 1 3/8" thick x 9 '/2"
wide x length indicated.
C. Color: Color to be selected by Architect from manufacturer's standard colors.
2.03 ACCESSORIES -TOILET PARTITIONS
A. Pilaster Shoe: Formed plastic 3" high.
B. Head Rails: heavy aluminum extrusion (6463-T5 Alloy) bright dip finish with anti -grip
configuration with integral curtain track.
C. Attachments, Screws, and Bolts: Stainless steel; heavy duty extruded aluminum
brackets.
D. Head Rail Brackets: 16 gauge stainless steel.
E. Through Bolts and Nuts: Stainless steel with tamper proof heads.
,V
010699 10171-2 C&B 98A062010
F. Hardware:
Hinges shall be fabricated from heavy aluminum extrusion (6463-T5ALLOY)
with bright dip anodized finish with wrap around flanges, through -bolted to
pilaster with one-way sex bolts.
2. Each door shall be furnished with (1) coat hook\bumper of heavy chrome plated
Zamac with rubber bumper. (Handicapped doors also include: (1) door pull and
(1) wall stop).
3. Door strike and keeper shall be fabricated from heavy aluminum extrusion
(6463-T5 ALLOY) with bright dip anodized finish with wrap -around flange thru-
bolted to pilaster with one-way sex bolts.
4. Door latch housing shall be fabricated from heavy bright dip aluminum
extrusion (6463-T5 ALLOY) with clear anodized finish, surface mounted and
thru-bolted to door with one-way sex bolts. Slide bolt and button shall be heavy
aluminum.
5. Wall brackets
shall be
aluminum
(6463-T5
ALLOY)
bright dip anodized
fabricated from
extrusion.
Quantities
as follows:
Panel to Pilaster (3) Brackets.
Pilaster to Wall (3) Brackets
Panel to Wall (3) Brackets
Wall brackets shall be thru-bolted to panels and pilasters with one-way sex
bolts. Attachment of brackets to adjacent wall construction shall be
accomplished with No. 5 plastic anchors and No. 14 x 1 1/4" stainless steel
Phillips head screws.
2.04 ACCESSORIES - BENCHES
A. Pedestals —
Pedestal
leg
to
be 2" diameter extruded aluminum. Pedestal base to be
6" diameter
and brass
to
be
coated with 'tough coat black".
2.05 FABRICATION
A. Fabricate partitions from solid polymer resins.
B. Bevel corners and edges of cut-outs.
C. Panels and Pilasters: 1 inch thick with radius edge of .250 inches.
010699 10171.3 C&B 98A062010
2.06 FINISHING
A.
Plastic Color: As selected
by
Architect from manufacturer's standard colors.
B.
Stainless Steel Surfaces:
No.
4 finish.
PART 3 EXECUTION
3.01 EXAMINATION
A. Verify site conditions.
B. Verify correct spacing of and between plumbing fixtures.
C. Verify correct location of built-in framing, anchorage, and bracing.
3.02 INSTALLATION .
A. Install partitions and benches secure, rigid, plumb, and level in accordance with
manufacturer's instructions.
B. Maintain 3/8 to 1/2 inch space between wall and panels and between wall and end
pilasters.
C. Attached panel brackets securely to walls using anchor devices.
D. Attach panels and pilasters to brackets with tamper proof through bolts and nuts.
Locate head rail joints at pilaster center lines.
E. Provide adjustment for floor variations with screw jack through plastic saddles
integral with pilaster. Conceal floor fastenings with pilaster shoes. Seal around
fastener in floors watertight.
F. Clearance at vertical edges of doors shall be uniform top to bottom and shall not
exceed 1/4".
G. Field touch-up of scratches or damaged finish will not be permitted.
H. Replace damaged or scratched materials with new materials.
3.03 ERECTION TOLERANCES
A. Maximum Variation From True Position: 1/4 inch.
B. Maximum Variation From Plumb: 1/8 inch.
3.04 ADJUSTING
010699 10171-4 C&B 98A062010
A. Adjust work under provisions of Section 01700.
B. Adjust adjacent components for consistency of line or plane.
END OF SECTION
010699 10171-5 C&698A062010
SECTION 10508
METAL LOCKERS
PART 1
GENERAL
1.01
SECTION INCLUDES
A.
Locker units with hinged doors.
B.
Accessories.
1.02
REFERENCES
A.
ANSI/ASTM A446 - Steel Sheet, Zinc -Coated (Galvanized) by the Hot -Dip Process,
Structural (Physical) Quality.
B.
ANSI/ASTM A526 - Steel Sheet, Zinc -Coated (Galvanized) by the Hot -Dip Process,
Commercial Quality.
1.03
SYSTEM DESCRIPTION
A.
Lockers shall provide individual storage for 96 people in 2 locker banks of 48
individual lockers ganged 8 wide and tiered 6 high.
B.
Lockers shall be installed on metal legs.
1.04
SUBMITTALS
A.
Submit under provisions of Section 01300.
B.
Shop Drawings: Indicate locker plan showing filler panels, connection details and
base requirements.
C.
Product Data: Provide data on locker types, sizes and accessories.
D.
Manufacturer's Installation Instructions: Indicate component installation.
1.05
DELIVERY, STORAGE, AND HANDLING
A.
Deliver, store, protect and handle products to site in accordance with manufacturers
instructions.
B.
Protect locker finish and adjacent surfaces from damage.
1.06
FIELD MEASUREMENTS
A.
Verify that field measurements are as indicated on shop drawings.
010699
10508-1 C&B 98A062010
PART 2 PRODUCTS
2.01 MANUFACTURERS
A. Penco six tier — Invincible II.
B. Substitutions are encouraged and will be considered on an individual basis.
2.02 MATERIALS
A.
Sheet Steel: All parts made from prime grade mild cold rolled sheet steel free from
surface imperfection,
galvanized
and capable of taking a high grade enamel finish.
1.
Back:
18
gauge.
2.
Door:
14
gauge.
3.
Door Frame:
16
gauge.
4.
Shelves, tops, sides,
bottoms:
16 gauge.
2.03 ACCESSORIES
A. For Each Locker: Metal plate number.
B. For Each Locker: Coin operated deposit lock equal to Penco "Safe -O -Mat" with
locked coin collection box. Provide 3 keys for each lock.
2.04 FABRICATION
A. Construction: Built on the unit principle — each locker shall have an individual door
and frame, individual top, bottom, back and shelves with common intermediate
uprights separating compartments. Lockers shall be fabricated square, rigid and
without warp. Doors shall be flat and free of distortion.
B. Door Frame: All door frame members to be not less than 16 gauge formed to a
channel shape. Vertical members to have an additional flange to provide a
continuous door strike. Intermembering parts to be mortised and tenoned and
electrically welded together in a rigid assembly capable of resisting strains. Cross
frame members of 16 gauge channel shapes including intermediate cross frame on
double and triple tier lockers shall be securely welded to vertical framing members to
ensure rigidity.
S.
010699 10508-2 C&B 98A062010
C. Body: Bolt spacing in locker body construction not to exceed 9" o.c. All locker body
components shall be made of cold rolled steel specially formed for added strength
and rigidity and to ensure tight joints at fastening points. Tops & bottoms shall have
three sides formed 90 degrees and the front offset formed to be flush with the
horizontal frame member. Shelves shall have sides formed to 90 degrees, the front
edge shall have a second bend. Backs shall be 18 gauge; all other body parts shall
be 16 gauge.
D. Doors:
Doors
shall be 14
gauge steel and
have channel formations on lock side and
hinge
side and
have right
angle flanges on
the top and bottom.
E. Hinges: .074" thick, 2" high, double spun, full loop, tight pin, five -knuckle hinges,
projection welded to door frame and securely fastened to the door with 2 steel rivets.
Doors shall have two hinges.
Door Handle & Latching:
Doors shall be punched for
use with coin operated
deposit
lock and collection box.
Doors shall be equipped with
an 18 gauge door pull.
G. Ventilation:
All locker sides and
doors
shall be perforated
with small diamond -shaped
perforations
7/16" wide x 15/16"
high.
H. Number Plates: Each locker to be supplied with a polished aluminum number plate,
2-1/4" wide x 1" high, with black etched numerals not less than 3/8" high. Number
plate on 1, 2 & 3 tier lockers shall be attached to the face of the door with two
aluminum rivets.
2.05 FINISHES
A. Finishing: Chemically pretreat metal with a six stage cleaning phosphatizing and metal
preparation process. Galvanize all surfaces prior to applying finish coat. Finish coat
shall be hot airless electrostatically applied enamel baked on at 350 to 400 degrees.
Color shall be selected by architect from manufacturer's standard colors. All lockers
shall be painted inside and outside with the same color.
PART 3 EXECUTION
3.01 INSTALLATION
A. Install in accordance with manufacturer's instructions.
B. Install lockers plumb and square.
C. Secure lockers with anchor devices to suit substrate materials.
D. Bolt adjoining locker units together to provide rigid installation.
Install end panels, filler panels, and tops.
010699 10508-3 C&698A062010
F. Install accessories.
3.03 CLEANING
A. Clean work under provisions of 01700.
B. Clean locker interiors and exterior surfaces.
END OF SECTION
010699 10508-4 C&B 98A062010
I
SECTION 10800
TOILET AND BATH ACCESSORIES
PART
1 GENERAL
1.01
SECTION INCLUDES
A.
Stainless steel mirrors.
B.
Towel hooks.
C.
Attachment hardware.
1.02
REFERENCES
A.
ANSI Al 17.1 - Safety Standards for ►he Handicapped.
B.
ASTM A123 - Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products.
C.
ASTM A167 - Stainless and Heat -Resisting Chromium -Nickel Steel Plate, Sheet, and Strip.
D.
ASTM A269 - Seamless and Welded Austenitic Stainless Steel Tubing for General Service.
E.
ASTM A366 - Steel, Carbon, Cold -Roiled Sheet, Commercial Quality.
F.
ASTM B456 - Electrodeposited Coatings of Copper Plus Nickel Plus Chromium and Nickel
Plus Chromium.
G.
NEMA LD-3 - High Pressure Decorative Laminates.
1.03
SUBMITTALS
A.
Submit under provisions of Section 01300,
B.
Product Data: Provide data on accessories describing size, finish, details of function,
attachment methods.
1.04
REGULATORY REQUIREMENTS
A.
Conform to ANSI Al 17.1 code for access for the handicapped.
1.05
FIELD MEASUREMENTS
A.
Verify that field measurements are as indicated on product data.
010699 10800-1 C&B 9BA062010
1.06
COORDINATION
A.
Coordinate the work with the painting of existing block walls.
PART 2
PRODUCTS
2.01
MANUFACTURERS
A.
Bobrick is specified to establish a standard. Other manufacturers offering equivalent
products are acceptable.
2.02
MATERIALS
A.
Sheet Steel: ASTM A366.
B.
Stainless Steel Sheet: ASTM A167, Type 304.
C.
Tubing: ASTM A269, stainless steel.
D.
Fasteners, Screws, and Bolts: Stainless steel, tamper -proof, and security type.
2.03
FABRICATION
A.
Weld and grind joints of fabricated components, smooth.
B.
Form exposed surfaces from single sheet of stock, free of joints. Form surfaces flat without
distortion. Maintain surfaces without scratches or dents.
C.
Shop assemble components and package complete with anchors and fittings.
D.
Provide steel anchor plates, adapters and anchor components for installation.
2.04
FINISHES
A.
Stainless Steel: No. 4 satin luster finish.
PART 3
EXECUTION
3.01
EXAMINATION
A.
Verify painting is complete and site conditions are ready to receive the work of this section.
B.
Verify exact location of accessories with owner prior to installation.
3.02
INSTALLATION
A.
Install accessories in accordance with manufacturers' instructions and ANSI A117.1.
010699
10800-2 C&B 98A062010
Install plumb and level, securely and rigidly anchored to substrate.
3.03
SCHEDULE
ITEM MANUF. & MODEL # FINISH
A. 18" x 30" Mirror Bobrick B1556-1830 or Equal Stainless Steel
B. 60" Towel Hook Strip Bobrick B-232 x 60 or Equal Stainless Steel
END OF SECTION
010699 10800-3 C&8 98A062010
SECTION 16010
ELECTRICAL GENERAL PROVISIONS
PART 1 -GENERAL
1.1 SECTION INCLUDES
A. Except as modified in this section, General Conditions, Supplementary Conditions,
applicable provisions of Division 1, General Requirements, and other provisions and
requirements of the contract documents apply to work of Division 16 - Electrical.
B. Each section included in Division 16 - Electrical incorporates this section by
reference and is incomplete without the provisions stated herein.
C. Coordinate work included in other Divisions which affect the work in this Division.
1.2 DEFINITIONS
A. Provide: Where the word "provide" is used, the word is understood to mean "the
Contractor shall furnish and install" the equipment, tests, inspections, etc.
referenced.
B. Related Work: The sections referenced under the article RELATED SECTIONS are
understood to include provisions which directly affect the work being specified in the
section where the RELATED SECTIONS article occurs.
C. Concealed: Where the word "concealed" is used in conjunction with raceways,
equipment and the like, the word is understood to mean hidden from sight as in
chases, furred spaces or suspended ceilings.
D. Exposed: Where the word "exposed" is used, the word is understood to mean open
to view.
1.3 CONTRACT DRAWINGS
A. Drawings are generally diagrammatic and are intended to encompass a system that
will not interfere with the structural and architectural design of the building.
Coordinate the work to avoid interferences between conduit, equipment,
architectural and structural work.
B. Coordinate
with architectural features,
trim and
millwork
details, and install
equipment
in cabinets or other special
areas as
directed
by A/E.
C. Drawings are based on
equipment specified. Make
adjustments,
modifications or
changes required, due
to use of other equipment, at
no additional
compensation.
1.4 SUBMITTALS
010699
16010-1 C&B 98A062010
A. Access Doors: Indicate detailed dimension.
1.5 QUALITY ASSURANCE
A. Perform work in accordance with the latest editions, revisions, amendments or
supplements of applicable statutes, ordinances, codes or regulations of Federal,
State and Local Authorities having jurisdiction in effect on the date bids are
received.
B. Where approval standards have been established by OSHA, Underwriter's
Laboratories, American Codes, ASME, AGA, AMCA, ANSI, API, NFPA 70, State
Fire Insurance Regulatory Body, and FM, these standards shall be followed whether
or not indicated on the Contract Drawings and Specifications. Include the cost of all
work required to comply with the requirements of these authorities in the original
• proposal. Comply with ANSI C2 where applicable.
C. Requirements in reference specifications and standards are minimum for all
equipment, material and work. In instances where capacities, size or other features
of equipment, devices or materials exceed these minimums, meet listed or shown
capacities.
D. Resolve any code violation discovered in contract documents with the A/E prior to
award of the contract. After award of the contract, make any correction or addition
necessary for compliance with applicable codes at no additional compensation.
E. Arrange with local and state authorities and utility companies for permits, fees and
service connections, verifying locations and arrangement, and pay all charges
including inspections.
1.6 PROJECT/SITE CONDITIONS
A. Site Visitation: Visit the site of the proposed construction to thoroughly become
familiar with all details of the work and working conditions, verify all dimensions in
the field, and advise A/E of any discrepancy before performing any work.
B. Space Requirements
1. Consider space limitations imposed by contiguous work in selection and
location of equipment and material. Do not provide equipment or material
which is not suitable in this respect.
2. Make changes in equipment location of up to 5 feet, to allow for field conditions
prior to actual installation, at no additional compensation, as directed by A/E.
3. Conceal all conduit in finished areas. Conduit may be exposed in mechanical
rooms, electrical rooms and where specifically allowed on the drawings. Route
conduit through the building without interfering with other Contractor's
equipment or construction.
4. Provide maximum possible clear height underneath all conduit. Install conduit
as high as possible.
5. Install all equipment requiring service so that it is easily accessible.
010699 16010-2 C&B 98A062010
6. Compare the equipment sizes with the space allotted for installation before
installation and make written notice of possible conflict. Disassemble large
equipment to permit installation through normal room openings when required.
Should written notice not be made in a timely manner, make adjustments and
modifications necessary without additional compensation.
7. Timely place all equipment too large to fit through finished openings, stairways,
etc.
C. Cutting and Patching
1.
Submit a written request to A/E in advance of cutting or alterations.
2.
Execute cutting and demolition by methods which will prevent damages to
other work and will provide proper surfaces to receive installation of repairs.
3.
Restore work which has been cut or removed; install new products complying
with specified products, functions, tolerances and finishes as stated in the
contract documents. Provide heavy chrome -plated or nickel -plated escutcheon
plates of approved pattern for penetrations of finished surface. Approved
escutcheon plates are B&C No. 10 with concealed hinges.
4.
Fit work airtight to conduit, sleeves and other penetrations through surfaces.
For fire -rated penetrations, provide in accordance with UL 1479 and ASTM E-
814 assemblies utilizing products and materials equal to the rating of all
surfaces penetrated.
1.7 MATERIALS AND WORKMANSHIP
A. Provide new materials and equipment by those regularly engaged in the production
and manufacture of specified materials and equipment. Where Underwriter's
Laboratories or other agency has established standards for materials, provide
materials which are listed and labeled accordingly. The commercially standard
items of equipment and the specific names mentioned herein are intended to
identify standards of quality and performance necessary for the proper functioning
of the work.
Perform work by workmen skilled in the trade required for the work. Install all
materials and equipment to present a neat appearance when completed and in
accordance with the approved recommendations of the manufacturer and the best
practices of the trade and in conformance with the Contract Documents.
C. Provide all labor, materials, apparatus, and appliances essential to the complete
functioning of the systems described or indicated herein, or which may be
reasonably implied as essential whether mentioned in the Contract Documents or
not.
D. In cases
of doubt as to the Work
intended or in the event of
need for explanation
thereof,
make written request for
supplementary instructions
to A/E.
E. Since manufacturing methods vary, reasonable minor variations are expected;
however, performance and material requirements are the minimum standards
acceptable. The right to judge the quality of equipment that deviates from the
Contract Documents remains solely with A/E. Refer to Section 16011.
010699 16010-3 C&B 98A062010
1.8 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Follow the manufacturer's directions completely in the delivery, storage, and
handling of equipment and materials.
B. Store equipment in a clean, dry place, protected from other construction. While
stored, maintain factory wrappings or tightly cover and protect equipment against
dirt, water, construction debris, chemical, physical or weather damage, traffic and
theft.
C. Adequately brace and package equipment to prevent breakage and distortion while
in transit.
1.9 PAINTING
A. Properly prepare all surfaces to receive paint. Prime prepared surfaces and finish
with two coats of exterior oil base paint. Verify primer and paint are rated for
application.
B. Repair any damage to factory painted finishes.
C. Remove splattered and incidental paint from all electrical equipment.
1.10 NOISE AND VIBRATION
A. Provide the entire operating system and its component items of equipment free of
objectionable vibration or noises. Statically and dynamically balance all rotating
equipment, and mount or fasten so that no equipment vibration will be transmitted to
the building. If objectionable noise or vibration is produced or transmitted to or
through the building structure by equipment, ballasts or other parts of the work,
rectify such condition at no additional compensation.
1.11 OPERATING INSTRUCTIONS
A. Provide the services of competent representatives of the manufacturer capable of
certifying that the equipment is installed according to the manufacturer's
recommendations, is operating properly, and to instruct the Owner's operating
personnel during start-up and operating tests of the complete electrical system.
Prove the operation of equipment to the satisfaction of A/E. Give at least seven
days' notice to A/E prior to beginning equipment start-up.
B. Certify that these services have been performed by including a properly executed
invoice for these services or a letter from the manufacturer.
C. Perform all tests outlined in Division 16 - Testing.
1.12 SERVICE
010699 16010-4 C&898A062010
A. Immediately prior to final acceptance of project, inspect, clean and service all light
fixtures. Replace all incandescent lamps. Replace all fluorescent or HID lamps if
utilized for construction lighting.
B. Clean and polish all fixtures, equipment, and materials thoroughly, and return to "as
new" condition.
C. Remove
all excess material and
debris. Place all electrical
systems in complete
working
order before request for
final review. Broom clean
all areas.
1.13 PROJECT RECORD DOCUMENTS
A. Maintain a set of prints of the Contract Documents at the job site for the purpose of
recording the final size, location and interrelation of all work under this Division.
Mark-up this set of drawings as the job progresses to indicate "as -built" location of
all equipment, including concealed conduit, equipment and the like.
B. Obtain mylar contract drawings from A/E, at Contractor's expense, and record all as -
built conditions.
C. Clearly and accurately delineate the work by dimensions on the mylar record
drawings as installed, with equipment locations identified by at least two dimensions
to permanent structures.
D. The final mylar record drawings shall be marked "AS -BUILT," and signed and dated
by a certified representative of the Contractor.
E. At the conclusion of project, provide certified "AS -BUILT" drawings.
1.14 FINAL REVIEW
A. Obtain all necessary Certificates of Occupancy from local authorities.
B. Prior to requesting final payment, submit final approved operation and maintenance
manuals including approved submittals, test reports and "AS -BUILT" drawings.
Delivery of operation and maintenance manuals is a condition of final acceptance.
Refer to Section 16012.
1.15 GUARANTEE
A. Guarantee materials, parts and labor for all work for one year from the date of
issuance of occupancy permit. During that period make good any faults or
imperfections that may arise due to defects or omissions in materials or
workmanship with no additional compensation and to the complete satisfaction of
A/E.
PART 2 - PRODUCTS
010699 16010-5 C&B 98A062010
SECTION 16020
WORK IN EXISTING BUILDING
PART 1 - GENERAL
1.1 SECTION INCLUDES
A. Relocate, rewire, or abandon electrical equipment and systems required in
conjunction with work in existing building.
B. Provide temporary provisions for all existing and/or new circuits to maintain power to
occupancies in adjacent areas.
C. Coordinate disposition of all removed equipment with the Owner.
D. Terms
1. Abandoned: Refers to electrical equipment and systems which are no longer
in use and are to be de -energized and left in place.
2. Removal: Refers to electrical equipment and systems which are not to be
reused and are to be removed from the job site and disposed of as directed by
the Owner.
PART2-PRODUCTS
2.1 MATERIALS
A. Provide materials to match existing construction unless specified elsewhere in these
contract documents. Provide materials which comply to local codes and UL, and
properly apply to their intended function.
PART 3 - EXECUTION
3.1 PREPARATION
A. Visit and inspect the job site prior to bidding and become familiar with all existing
conditions. Include the cost of the work required to accommodate the existing
conditions in the bid proposal.
B. Provide a typed inventory (include pictures as necessary) of all equipment and
facilities which are damaged or not operating properly at the time construction
commences. Any damage or inoperative equipment which is discovered during the
course of construction and is not itemized on the written inventory will be assumed
to have been caused by the contractor, and the contractor will be responsible for
repair or replacement at no additional cost.
3.2 RENOVATION
010699 16020-1 C&898A062010
A. Relocate all existing material required to accommodate the new construction
whether or not the existing material is shown on the drawings.
B. Removal of all equipment or systems identified on drawings to be removed,
including all supports, appurtenances and accessories associated with equipment
or systems.
C. Coordinate the work with Division 15. Determine which items and equipment are to
remain, to be relocated, or be removed.
D. Connect all loads which are existing and are to remain to the new distribution
system as required to maintain their proper operation.
3.3 EXISTING RACEWAYS
A. Reuse existing raceways where possible and where permitted by local codes.
Remove old conductors from raceway. Clean raceway with mandrel followed by
clean mop/pig. Rework existing raceways where required. Secure all existing
raceways reused which are loose or not properly connected. Paint existing
raceways when exposed to view to match surroundings.
B. Fasten existing boxes securely.
3.4 NEW RACEWAYS
A. Provide new raceways where existing raceways cannot be reused or where
raceways do not exist in order to provide a complete system as shown on the
drawings.
B. Where raceways must be exposed to view, use surface metal raceway such as
Wiremold, securely fastened, painted to match surroundings. Provide number of
coats of paint as required to cover primer coat or original finish of wiremold or
raceway.
3.5 EXISTING WIRING DEVICES
A. Remove foreign material from existing junction boxes to be reused.
B. Replace device cover plates with new cover plates.
C. Replace existing light switches with new switches.
3.6 EXISTING LIGHT FIXTURES
A. Existing light fixtures to be removed and replaced.
3.7 EXISTING CEILINGS
010699 16020-2 C&B 98A062010
A. Provide a typewritten list of existing damaged ceilings and ceiling tiles to be
disturbed as part of the work. Disregard rooms in which ceilings are to be repaired
and replaced. Correlate list to room numbers indicated on drawings.
B. Mark damaged ceilings and ceiling tiles with easily removable red 'stick-onlabels,
minimum 2 square inches.
C. Submit list prior to performing work and do not start work until list is reviewed by A/E
and Owner; otherwise repair and replace damaged ceilings and ceiling tiles.
3.8 EXISTING PANELBOARDS
A. Existing panelboards to be reused:
1. Clean interiors and exteriors.
2. Inspect for damage. Notify A/E if repairs or damaged components need
replacing.
3. Tighten conduit and wire terminations.
B. Verify panelboards and panelboard feeders are of adequate capacity for loads to be
served.
1. Activate loads connected to panelboards to achieve full load condition.
2. Measure and record amperage readings of phase and neutral conductors of
panelboard's feeders.
3. Provide typewritten record of recorded measurements to the A/E for review.
C. Provide new typewritten circuit directory.
D. Provide new nameplate for each panelboard.
3.9 EXISTING WIRING
A. Inspect existing wiring which is to be disturbed for damage. Repair or replace
damaged wiring.
B. Assure integrity of existing wiring insulation:
1. Megger wiring phase to phase, phase to neutral, phase to ground, and neutral
to ground.
2. Record megger results. Provide typewritten record of results to A/E for review.
3. Repair defective insulation to a dielectric value equal to that of wire of the same
type and age.
C. Secure and label existing wiring which is to be disturbed.
D. Tighten existing wiring terminations and connections.
3.10 SHUTDOWNS OF ELECTRICAL SERVICES
A. Establish a schedule of shutdown(s) complete with starting time and duration.
010699 16020-3 C&B 98A062010
B. Present schedule to Owner for approval.
C. Revise schedule as necessary to coordinate with Owner.
D. Beyond any scheduled shutdowns, maintain continuity of electrical service to all
existing facilities.
END OF SECTION
I
010699 16020-4 C&B 98A062010
SECTION 16030
TESTING
PART 1 - GENERAL
1.1 SECTION INCLUDES
A. Test electrical systems and equipment
B. These tests are required to determine that the equipment involved may be safely
energized and operated.
C. Perform tests by and under the supervision of fully experienced and qualified
personnel. Advise each respective manufacturer's representative of tests on their
equipment.
D. Record all test data.
E. Each section of Division 16 - Electrical that has products or systems listed herein
incorporate this section by reference and is incomplete without the required tests
stated herein.
1.2 REPORTS
A. Submit test report forms for review a minimum of 90 days prior to requesting a final
review by A/E.
B. Furnish six individually bound copies of test data. Neatly type and arrange data.
Include with the data the date tested, personnel present, weather conditions,
nameplate record of test instrument and list all measurements taken, both prior to
and after any corrections are made to the system. Record all failures and corrective
action taken to remedy incorrect situation.
C. A/E will retain one copy. Remaining copies will be returned to Contractor for
inclusion in the operation and maintenance manuals.
PART 2 - PRODUCTS
Not used.
PART 3 - EXECUTION
3.1 PREPARATION
010698
16030-1 C&B 98A062010
A. Furnish proposed test procedures, recording forms, list of personnel and test
equipment for A/E review.
B. Follow recommended procedures for testing as published by test equipment
manufacturer.
3.2 WIRE AND CABLE
A. Test insulation resistance of each main feeder and service after the installation is
complete but before the connection is made to its source and point of termination.
B. Test insulation resistance using Biddle Megger or equivalent test instrument at a
voltage not less than 1,000 volts DC. Measure resistance from phase -to -phase and
phase -to -ground. In circuits where insulation test value is lower than 1 megohm,
remove and replace conductor and retest.
C. Visually inspect connections of every branch circuit for tightness.
D. Insure that grounding conductor is electrically continuous.
E. Test branch circuits against grounds, shorts or other faults.
F. Inspect grounding and bonding system conductors and connections for tightness
and proper installation.
G. Measure ground resistance from system neutral connection at service entrance to
convenient ground reference point using suitable ground testing equipment.
H. Test the system for stray currents, ground shorts, etc. If stray currents, shorts, etc.,
are detected, eliminate or correct as required.
3.3 WIRING DEVICES
A. Operate switches at least twice.
B. Demonstrate operation of lighting circuits and lighting control systems.
END OF SECTION
010698 16030-2 C&898A062010
SECTION 16111
CONDUIT
PART 1 -GENERAL
1.1 SECTION INCLUDES
A. Furnish and install raceway systems, including:
1. Rigid metal conduit and fittings.
2. Intermediate metal conduit and fittings.
3. Electrical metallic tubing and fittings.
4. Flexible metal conduit and fittings.
5. Liquidtight flexible metal conduit and fittings.
6. Nonmetallic conduit and fittings.
1.2 RELATED SECTIONS
A. Section 16120 - Wire and Cable.
B. Section 16130 - Boxes.
C. Section 16190 - Supporting Devices.
1.3 REFERENCES
A. ANSI C80.3 - Electrical Metallic Tubing, Zinc -Coated.
B. NEMA FB 1 - Fittings and Supports for Conduit and Cable Assemblies.
PART 2 - PRODUCTS
2.1 MANUFACTURERS
A. Rigid Metal Conduit, Intermediate Metal Conduit, Electrical Metallic Tubing and
Fittings
1. Allied Tube and Conduit Corporation.
2. Triangle PWC, Inc.
3. Wheatland Tube Co.
B. Flexible Conduit and Fittings
1. Electri-Flex Co.
2. Anamet, Inc.
3. Triangle PWC, Inc.
C. Nonmetallic Conduit and Fittings
1. Carlon.
010699
16111 - 1 C&B 98A062010
2. Can -Tex Industries.
3. Certain -Teed.
2.2 MATERIALS
A. Rigid Metal Conduit and Fittings
1. Rigid Steel Conduit: ANSI C80.1; hot -dip galvanized.
2. PVC Externally Coated Conduit: NEMA RN 1; rigid steel conduit with external
PVC coating and internal galvanized surface.
3. Fittings and Conduit Bodies: NEMA FB 1; threaded type, material to match
conduit.
B. Intermediate Metal Conduit (IMC) and Fittings
1. Conduit: Hot -dipped galvanized steel.
2. Fittings and Conduit Bodies: NEMA FB 1; use fittings and conduit bodies
specified above for rigid steel conduit.
C. Electrical Metallic Tubing (EMT) and Fittings
1. EMT: ANSI C80.3; hot -dipped galvanized tubing.
2. Fittings and Conduit Bodies: NEMA FB 1; steel compression type.
D. Flexible Metal Conduit and Fittings
1. Conduit: Galvanized steel strips, spirally wound.
2. Fittings and Conduit Bodies: NEMA FB 1.
E. Liquidtight Flexible Conduit and Fittings
1. Conduit: Flexible metal conduit with PVC jacket and integral grounding
conductor.
2. Fittings and Conduit Bodies: NEMA FB 1; liquidtight, zinc coated steel.
F. Nonmetallic Conduit and Fittings
1. Conduit: NEMA TC 2; Schedule 40 PVC.
2. Fittings and Conduit Bodies: NEMA TC 3.
PART 3 - EXECUTION
3.1 CONDUIT SIZING, ARRANGEMENT AND SUPPORT
A. Minimum size of conduit is 3/4 -inch.
Minimum size
of homerun and feeder conduits
is 3/4 inch.
Indicated sizes are minimum
based on
THW copper wire and larger
sizes may
be used for convenience
of wire pulling.
B. Arrange conduit to maintain headroom and present a neat appearance.
C. Conceal conduit in ceiling of all finished areas and in walls of all areas of the
building. In unfinished areas without ceilings, conduit may be run exposed
overhead. Install all conduit, including conduit above accessible ceiling, parallel or
010699 16111 -2 C&898A062010
perpendicular to walls and adjacent piping. Neatly route conduit in a common rack
where possible.
D. Maintain minimum 6 inch clearance between conduit and piping. Maintain 12 inch
clearance between conduit and heat sources such as flues, steam pipes, and
heating appliances.
E. Arrange conduit supports to prevent distortion of alignment by wire pulling
operations. Fasten conduit securely to building structure using clamps, hangers
and threaded rod.
F. Refer to Section 16190 for support of conduit.
3.2 GENERAL CONDUIT INSTALLATION
A. Cut conduit square using a saw or pipecutter; de -burr cut ends before joining.
B. Bring conduit to the shoulder of fittings and couplings and fasten securely.
C. Install no more than the equivalent of three 90 -degree bends between boxes.
D. Use conduit bodies to make sharp changes in direction, as around beams.
E. Avoid moisture traps where possible; where unavoidable, provide junction box with
drain fitting at conduit low point. Seal conduit which crosses a boundary between
areas of extreme temperature difference.
Use suitable conduit caps to protect installed conduit against entrance of dirt and
moisture.
G. Drawings indicate intended circuiting and are not intended to be scaled for exact
conduit location.
H. Install conduit such that it does not interfere with fire -proofing of steel.
Do not install conduit in floor slab of ground floor of building.
3.3 NONMETALLIC CONDUIT INSTALLATION
A. Wipe nonmetallic conduit clean and dry before joining. Apply full even coat of
cement to entire area that will be inserted into fitting. Let joint cure for 20 minutes
minimum.
3.4 METALLIC CONDUIT INSTALLATION
A. Make joints mechanically tight and all conduit electrically continuous.
010699 16111 - 3 C&B 98A062010
Use conduit hubs for fastening conduit to sheet metal boxes in damp or wet
locations. Use sealing locknuts and other approved techniques for moisture
proofing raceway in wet areas.
C. Use
hydraulic one-shot
conduit bender or factory elbows for
bends in conduit larger
than
2 inch size.
D. Install expansion joints where conduit crosses building expansion joints and at 150
foot intervals in straight runs.
E. Provide fire -stop compound
at
all
penetrations of floor slabs or fire walls such that
fire rating integrity of barrier
is
not
lessened.
3.5 CONDUIT INSTALLATION SCHEDULE
A. Exterior
1. Exposed
a. Rigid or Intermediate metal conduit.
b. PVC coated rigid metal conduit at all concrete slab penetrations
c. Liquidtight flexible metal conduit for connection to vibrating equipment
including motors, transformers and control devices.
2. Underground
a. Rigid nonmetallic or metal conduit for all branch circuits.
b. Rigid nonmetallic or metal conduit for all feeders.
c. PVC coated rigid metal factory elbows for all bends and for concrete slab
penetrations.
B. Interior
1. Exposed
a. Rigid or Intermediate metal conduit in areas subject to moisture, corrosive
agents, physical abuse or in unconditioned spaces.
b. Electrical metallic tubing in areas not subject to moisture, corrosive agents
or physical abuse.
2. Concealed
a. Rigid or Intermediate metal conduit in areas subject to moisture or
corrosive agents.
b. Electrical metallic tubing in areas not subject to moisture or corrosive
agents.
3. Cast -in -Concrete: Rigid nonmetallic conduit.
4. Connections to Equipment
a. Liquidtight flexible metal conduit in areas subject to moisture, high
humidity, or corrosive agents.
b. Flexible metal conduit in dry, noncorrosive areas.
C. Electrical nonmetallic tubing, flexible polyethylene or PVC tubing will not be
acceptable for use on this project.
D. BX and MC cable will not be acceptable for use on this project.
010699 16111-4 C&B 9BA062010
SECTION 16120
WIRE AND CABLE
PART 1 -GENERAL
1.1 SECTION INCLUDES
A. Furnish and install wire and cable, including:
1. Building wire.
2. Cable.
3. Wiring connections and terminations.
1.2 RELATED SECTIONS
A. Section 16030 - Testing.
B. Section 16111 - Conduit.
C. Section 16124 - Wire Connections and Devices.
D. Section 16130 - Boxes.
E. Section 16141 - Wiring Devices.
1.3 REFERENCES
A. NEMA WC 3 - Rubber -Insulated Wire and Cable for the Transmission and
Distribution of Electrical Energy.
B. NEMA WC 5 - Thermoplastic -Insulated Wire and Cable for the Transmission and
Distribution of Electrical Energy.
PART 2 - PRODUCTS
2.1 MANUFACTURERS
A. Wire and Cable
1. Okinite.
2. Carol.
3. Triangle PWC, Inc.
B. Connectors
1. T&B.
2. Burndy.
3. 3M.
010699 16120 - 1 C&B 98A062010
e
2.2 BUILDING WIRE
A. Thermoplastic -Insulated Building Wire: NEMA WC 5.
B. Rubber -Insulated Building Wire: NEMA WC 3.
C. Feeders and Branch Circuits Larger Than #6 AWG: Copper, stranded conductor,
600 volt insulation, THW, THHN/THWN, XHHW, RHW.
D. Feeders and Branch Circuits #6 AWG and Smaller: Copper conductor, 600 volt
insulation, THW, THHN/THWN; smaller than #8 AWG, solid conductor.
E. Control Circuits: Copper, stranded conductor 600 volt insulation, THW,
THHN/THWN.
F. Plenum Rated Cable: Provide plenum rated cable where cable is installed exposed
in plenums.
G. Wiring types BX and MC will not be acceptable for use on this project.
2.3 WIRING CONNECTIONS AND SPLICES
A. Connect and splice wire #8 AWG and smaller with self -insulating, wire nut
connectors.
B. Motor Connections: 3M Series 5300-5304.
C. Set screw type connectors are only acceptable on the load side lugs of Class I and
II switchboards, panelboards, circuit breakers, fusible switches and on individual
motor controllers.
PART 3- EXECUTION
3.1 GENERAL WIRING METHODS
A. Use no wire smaller than #12 AWG for power and lighting circuits, and no smaller
than #14 AWG for control wiring. Provide minimum of #12 AWG for all switch legs.
Provide neutral conductor of the same size as the phase conductors to which it is
associated.
B. Use
#10
AWG conductor
minimum for
20 ampere,
120 volt branch circuits
longer
than
100
feet, and for 20
ampere, 277
volt branch
circuits longer than 200
feet.
C. Provide homerun conductors of continuous length without joint or splice from
overcurrent device to first outlet.
D. Install wiring in conduit, unless indicated otherwise.
010699 16120-2 C&B 98A062010
Neatly train and lace wiring inside boxes, panelboards, switchgear, motor control
centers, wiring gutters, and other equipment using Thomas & Bells Ty -Wraps."
A common neutral may only be used for lighting branch circuits scheduled for
different phases.
G. Drawings indicate proposed circuiting only, and do not indicate every conductor
unless intent is unclear and further clarification is required. Provide the necessary
travellers for all three-way and four-way switches.
H. Tag each circuit in an
outlet box
where
two or more circuits
run to a single outlet as
a guide for the fixture
hanger in
making
connections.
3.2 WIRING INSTALLATION IN RACEWAYS
A. Pull all conductors into a raceway at the same time. Use UL listed wire pulling
lubricant. Do not exceed manufacturer's recommended tension.
B. Install wire in raceway after interior of building has been physically protected from
the weather and all mechanical work likely to injure conductors has been completed.
C. Completely and thoroughly swab raceway system before installing conductors.
D. Remove and discard conductors cut too short or installed in wrong raceway. Do not
install conductors which have been removed from a raceway.
E. Do not install conductors in conduit which contains wires already in place.
3.3 WIRING CONNECTIONS AND TERMINATIONS
A. Make taps and splices in accessible junction or outlet boxes only.
B. Thoroughly clean wires before installing lugs and connectors.
C. Make splices, taps and terminations to carry full ampacity of conductors without
perceptible temperature rise.
D. Provide joints in branch circuits only where such circuits divide. Where circuits
divide, provide one through circuit to which the branch is spliced from the circuit. Do
not leave joints in branch circuits for fixture hanger to make. Make all taps and
splices with approved type compression connector.
Terminate spare conductors with electrical tape.
Identify and label all conductor terminations as specified in electrical identification.
G. Properly terminate indicated conductors in equipment furnished and provide
properly sized lugs.
010699 16120-3 C&B 98A062010
3.4 COLOR CODING
A. For existing facilities with color coding conform to existing color coding system.
B Provide color coding throughout the full length of all wire No. 6 and smaller.
Identification by permanent paint bands or tags at the outlets will be acceptable for
wire sizes larger than No. 6. Provide the same color and shade of color throughout
the project.
3.5 FIELD QUALITY CONTROL
A. Inspect wire and cable for physical damage and proper connection.
Torque test conductor connections and terminations to manufacturer's
recommended values.
END OF SECTION
010699 1 16120-4 C&B 98A062010
SECTION 16130
BOXES
PART 1 - GENERAL
1.1 SECTION INCLUDES
A. Furnish and install wall and ceiling outlet boxes, floor boxes, and pull and junction
boxes.
1.2 RELATED SECTIONS
A. Section 16111 - Conduit.
B.
Section
16120 -
Wire and Cable.
C.
Section
16141 -
Wiring Devices.
D.
Section
16190 -
Supporting Devices.
E.
Section
16195 -
Electrical Identification.
1.3 REFERENCES
A. NEMA OS 1 - Sheet -Steel Outlet Boxes, Device Boxes, Covers and Box Supports.
B. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum).
PART 2 - PRODUCTS
2.1 OUTLET BOXES
A. Provide galvanized or cadmium -plated pressed steel outlet boxes suitable for the
conditions of each outlet. Provide multi -gang outlets of single box design; sectional
boxes will not be acceptable.
B. Provide deep type cast metal outlet boxes located in damp locations exposed to
weather or exposed areas subject to damage, complete with gasketed cover and
threaded hubs.
C. Provide outlet boxes of sufficient volume to accommodate the number of conductors
entering the box in accordance with the requirements of the National Electrical
Code, and not less than 1 1/2 inch deep unless shallower boxes are required by
structural conditions and are especially approved by A/E.
D. Provide 4 inch octagonal ceiling outlet boxes.
010699 16130-1 C&B 9BA062010
2.2 PULL AND JUNCTION BOXES
A. Provide galvanized sheet metal boxes conforming to NEMA OS 1. Provide hinged
enclosures for any box larger than 12 inches in any dimension.
B. Provide cast metal boxes for outdoor and wet locations conforming to NEMA 250;
Type 4 and Type 6, flat -flanged, surface -mounted junction box, UL listed as raintight
with cover and ground flange, neoprene gasket, and stainless steel cover screws.
C. Provide separate pull boxes and junction boxes for electric power, control, and
communication systems.
PART 3 - EXECUTION
3.1 COORDINATION OF BOX LOCATIONS
A. Provide electrical boxes as shown on drawings, and as required for splices, taps,
wire pulling, equipment connections, and code compliance.
B. Electrical box locations shown on contract drawings are approximate unless
dimensioned. Verify with A/E the location of floor boxes and outlets in offices and
work areas prior to rough -in.
C. Locate and install boxes to allow access. Provide access doors where installation is
inaccessible.
D. Locate and install to maintain headroom and to present a neat appearance.
3.2 OUTLET BOX INSTALLATION
A. Do not install boxes back-to-back in walls. Provide minimum 6 inch separation,
except provide minimum 24 inch separation in acoustic -rated walls.
B. Locate boxes in masonry walls to require cutting of masonry unit corner only.
Coordinate masonry cutting to achieve neat openings for boxes.
C. Provide knockout closures for unused openings. Provide blank plates for all
junction boxes.
D. Securely fasten boxes to the building structure, independent of the conduit, except
for splice boxes that are connected to two metal conduits, both supported within 12
inches of box.
E. Provide access to all boxes.
F. Use multiple -gang boxes where more than one device are mounted together; do not
use sectional boxes. Provide barriers to separate wiring of different voltage
systems.
I'
010699 16130-2 C&B 98A062010
G. Install boxes in walls without damaging wall insulation.
H. Set boxes installed in concealed locations flush with the finish surfaces, and provide
with the proper type extension rings and/or covers where required.
I. Position outlets to locate luminaires as shown on reflected ceiling plans.
J. In inaccessible ceiling areas, do not install junction boxes which are accessible only
through luminaire ceiling opening.
K. Provide recessed outlet boxes in finished areas; secure boxes to interior wall and
partition studs, accurately positioning to allow for surface finish thickness. Use
adjustable steel channel fasteners for flush ceiling outlet boxes.
L. Align wall -mounted outlet boxes for switches, thermostats, and similar devices.
Install all grouped device locations neat and symmetrical. Coordinate with A/E
before rough -in.
3.3 FLOOR BOX INSTALLATION
A. Set boxes level and flush with finish flooring material.
B. Seal as recommended by manufacturer.
3.4 PULL AND JUNCTION BOX INSTALLATION
A. Locate pull boxes and junction boxes above accessible ceilings or in unfinished
areas.
B. Support pull and junction boxes independent of conduit.
C. Provide pull boxes in feeder circuits as required but at least every 150 feet in
straight runs.
D. Identify all junction boxes by circuit number on cover with legible permanent ink
marker.
E. Provide weatherproof pull boxes or junction boxes where installed outdoors with
watertight gasketed covers fastened by means of corrosion resistant screws.
END OF SECTION
010699 16130-3 C&B 98A062010
0
SECTION 16141
WIRING DEVICES
PART 1 - GENERAL
1.1 SECTION INCLUDES
A. Furnish and install specification grade wiring devices, including:
1. Wall switches.
1.2 RELATED SECTIONS
A. Section 16130 - Boxes.
1.3 SUBMITTALS
A. Furnish samples upon request of A/E.
PART 2 - PRODUCTS
2.1 MANUFACTURERS
A. Switches
1. Arrow -Hart,
2. Hubbell.
3. Leviton.
4. Pass & Seymour.
B. Cover Plates: Match device manufacturer.
2.2 DEVICE COLOR
A. Provide ivory colored switches.
2.3 SWITCHES
A. 20A, 120-277V Single Pole: "1221", Hubbell.
B. 20A, 120-277V Three Way: "1223, Hubbell.
C. 20A, 120-277V Four Way: "1224", Hubbell.
2.4 COVER PLATES
A. Provide one piece cover plates for all group mounted devices.
010699 16141-1 C&B 98A062010
B. Provide nylon thermoplastic of the same manufacturer and color as the device.
C. Weatherproof Cover Plate: Gasketed cast metal with hinged gasketed device
covers.
D. Exposed Box Cover Plate:. Stamped steel handy box covers.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Install receptacles and switches only in electrical boxes which are clean and free
from excess building materials, debris, etc.
B. Install wall switches with OFF position down.
C. Where switches and other devices are mounted at one location, provide single
coverplate to cover all devices.
D. Align the tops of all group mounted devices. Install plumb and aligned in the plane
of the wall.
E. Install convenience receptacles in vertical position with grounding pole on bottom
unless otherwise noted.
F. Provide ground fault circuit interrupting type devices in all locations requiring
weatherproof devices.
G. Do not use feed through feature for ground fault interrupting devices. Install GFI
device at each location. GFI circuit breaker will not be acceptable.
H. Install plates on all devices and blank outlets in finished areas. Use jumbo size
plates for outlets installed in masonry walls.
Install galvanized steel plates on outlets in unfinished areas.
J. Install galvanized steel plates on outlet boxes and junction boxes above accessible
ceilings.
K. Mounting Heights
1. Refer to drawing cover sheet or contact A/E.
END OF SECTION
r,
010699 16141 -2 C&B 98A062010
SECTION 16170
GROUNDING AND BONDING
PART 1 -GENERAL
1.1 SECTION INCLUDES
A. Equipment grounding conductors.
B. Bonding.
1.2 REFERENCES
A. NETA ATS - Acceptance Testing Specifications for Electrical Power Distribution
Equipment and Systems (International Electrical Testing Association).
B. NFPA 70 - National Electrical Code.
1.3 GROUNDING SYSTEM DESCRIPTION
A. Existing Metal underground water pipe.
B. Metal frame of the building.
C. Concrete -encased electrode.
1.4 PERFORMANCE REQUIREMENTS
A. Grounding System Resistance: 25 ohms.
1.5 QUALIFICATIONS
A. Manufacturer: Company specializing in manufacturing the Products specified in this
section with minimum three years experience, and with service facilities within 100
miles of Project.
1.6 REGULATORY REQUIREMENTS
A. Conform to requirements of NFPA 70.
B. Products: Listed and classified by Underwriters Laboratories, Inc. or a testing firm
acceptable to the authority having jurisdiction as suitable for the purpose specified
and indicated.
010699 16170 - 1 C&B 98A062010
9
PART 2 - PRODUCTS
2.1 MECHANICAL CONNECTORS
A. Manufacturers:
1.
3M Electrical Products
2.
Amerace Corp.
3.
American Electric
4.
AMP Inc.
5.
Anderson Products
6.
Burndy Corp.
7.
Greenlee Textron Inc.
8.
Ideal Industries, Inc.
9.
ILSCO
10.
Thomas & Betts Corp.
B. Material:
Bronze.
2.2 EXOTHERMIC CONNECTIONS
A. Manufacturers:
1. Erico Products
2. MELTRIC Corp.
3. Sefcor, Inc.
B. Material: Stranded copper.
PART 3- EXECUTION
3.1 EXAMINATION
A. Verify existing conditions prior to beginning work.
3.2 INSTALLATION
A. Equipment Grounding Conductor: Provide separate, insulated conductor within
each feeder and branch circuit raceway. Terminate each end on suitable lug, bus,
or bushing.
B. Interface with existing grounding system.
END OF SECTION
010699 16170-2 C&B 98A062010
SECTION 16190
SUPPORTING DEVICES
PART 1 - GENERAL
1.1 SECTION INCLUDES
A. Furnish and install supporting devices, including:
1. Conduit and equipment supports.
2. Fastening hardware.
1.2 COORDINATION
A. Coordinate size, shape and location of concrete pads with section on cast -in -place
concrete.
B. Coordinate size, shape and requirements for utility company equipment with local
utility company.
1.3 QUALITY ASSURANCE
A. Provide support systems adequate for weight of equipment and conduit, including
wiring which they carry.
PART2-PRODUCTS
2.1 MANUFACTURERS
A. B -Line.
B. Kindort.
C. Unistrut.
2.2 MATERIAL
A. Support Channel: Galvanized or painted steel.
B. Hardware: Galvanized or painted steel.
C. Provide epoxy or PVC coated materials for corrosive environments.
PART 3 - EXECUTION
3.1 INSTALLATION
ti
010699 16190-1 C&B 98A062010
A. Fasten hanger
rods, conduit clamps, and
outlet and
junction boxes to building
structure using
expansion anchors, beam
clamps or
bolts.
B. Use toggle bolts or hollow wall fasteners in hollow masonry, plaster, or gypsum
board partitions and walls; expansion anchors or preset inserts in solid masonry
walls; sheet metal screws in sheet metal studs and wood screws in wood
construction.
C. Do not fasten supports to piping, ductwork, mechanical equipment, or conduit.
D. Do not use powder -actuated anchors on new concrete structure.
E. Do not drill structural steel members.
F. Fabricate supports from structural steel or steel channel, rigidly welded or bolted to
present a neat appearance. Use hexagon head bolts with spring lock washers
under all nuts.
G. Provide concrete pads and equipment bases for all outdoor equipment on grade,
floor mounted equipment, areas with floors below grade, penthouse equipment
rooms and where indicated on the plans.
H. Install surface -mounted cabinets and panelboards with minimum of four anchors.
I. Bridge studs top and bottom with channels to support flush -mounted cabinets and
panelboards in stud walls.
J. Do not support conduit from ceiling wire supports.
K. Do not use spring steel clips and clamps or support conduits by individual hanger
wires.
L. Where multiple runs of conduit can be run grouped together, run conduit in racks
supported from the building structure. Provide for future use of rack by properly
planning routing of conduits in and through restricted areas such as through walls
and around mechanical and electrical equipment.
END OF SECTION
010699 16190-2 C&B 9BA062010
V
SECTION 16195
ELECTRICAL IDENTIFICATION
PART 1 - GENERAL
1.1 SECTION INCLUDES
A. Furnish and install items for identification of electrical products installed under
Division 16.
1.2 SUBMITTALS
A. Submit product data.
PART 2 -PRODUCTS
2.1 MATERIALS
A. Nameplates: Provide engraved three -layer laminated plastic nameplates with white
letters on a black background.
B. Wire and Cable Markers: Provide vinyl cloth markers with split sleeve or tubing
type, except in manholes provide stainless steel with plastic ties.
C. Panelboard Directories: Revise circuit directory for each panelboard altered by this
work.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Degrease and clean surfaces to receive nameplates.
B. Install nameplates parallel to equipment lines.
C. Secure nameplates to equipment fronts using screws or rivets. Secure nameplate
to inside face of recessed panelboard doors in finished locations.
3.2 WIRE AND CABLE LABELING
A. Provide wire markers on each conductor in splice boxes, pull boxes, and at first load
connection on homerun. Identify with branch circuit or feeder number for power and
lighting circuits, and with control wire number as indicated on equipment
manufacturer's shop drawings for control wiring.
3.3 EQUIPMENT LABELING
021595 16195 - 1 C&B 950000000
A. Provide nameplates to identify all electrical distribution and control equipment.
Engraved, Laminated Plastic Nameplates: 1/4 -inch letters, equipment designation;
1/8 -inch letters, source circuit number. Provide for:
Enclosed switches, starters, circuit breakers and contactors. Provide neatly
typed label inside each motor starter enclosure door identifying motor served,
nameplate horsepower, full load amperes, code letter, service factor, and
voltage/phase rating. Provide phenolic nameplate on cover exterior to indicate
motor served.
END OF SECTION
021595 16195-2 C&B 950000000
SECTION 16440
DISCONNECT SWITCHES
PART 1 -GENERAL
1.1 SECTION INCLUDES
A. Furnish and install disconnect switches, including:
1. Enclosures.
1.2 RELATED SECTIONS
A.
Section
16190 -
Supporting Devices.
B.
Section
16195 -
Electrical Identification.
1.3 SUBMITTALS
A. Furnish dimensions and ratings for voltage, ampacity, horsepower and short circuit.
B. Indicate enclosure material finish and NEMA classification type.
PART2-PRODUCTS
2.1 MANUFACTURERS
A. Disconnect Switches
1. Siemens.
2. Square D.
3. Westinghouse.
2.2 DISCONNECT SWITCHES
A. Nonfusible Switch Assemblies: Heavy duty; quick -make, quick -break, load
interrupter enclosed switch with externally operable handle interlocked to prevent
opening front cover with switch in ON position. Handle lockable in OFF position.
B. Enclosures: Unless indicated otherwise, provide general purpose, NEMA 1 for
indoor locations; and weatherproof, NEMA 3R for outdoor locations.
C. General -Use Snap Switch: Motors of one HP or less as allowed by code.
D. Construct all current carrying parts of high conductivity copper with silver-plated
switch contacts.
E. Provide solid copper neutral bar where a neutral is present in the circuit.
S
021595 16440-1 C&B 950000000
2.2 GENERAL
A. Provide lighting fixtures of the size, type and rating indicated, complete with
lamps, lampholders, reflectors, ballasts, starters, wiring and accessories.
B. Where fixtures are recessed mounted in ceiling system, provide trim and
accessories required for installation in the ceiling system installed.
C. It is the intent of the drawings and specifications to indicate the type of fixture for
each intended use. It is generally intended that rooms of similar usage and
configuration will have similar fixture types. Where fixture type is not indicated, it
is the duty of the Contractor to request clarification prior to proceeding with the
work.
2.3 INTERIOR LUMINAIRES AND ACCESSORIES
A. Fluorescent Luminaires
1. Provide fixtures of code gauge steel, painted after fabrication. Fixtures
using pre -painted steel will not be acceptable. -
2. Provide lensed fixtures with a 0.125 inch minimum thick, 9 oz./SF, virgin
acrylic, KSH-12 lens unless otherwise indicated. Brightness not to exceed
600 foot lamberts at 75 degrees and 85 degrees.
3. Provide corrosion resistant fixtures as scheduled.
4. Provide end caps, corner, tee and sections with trim for suspended fixture
arrangement.
5. Provide fixtures in architectural furring to fit the space. Leave no more than
4 inches blank space at each end.
2.4 LAMPS
A. F32T8 Fluorescent Lamps
1. Warm white, 34 watts, nominally rated 2,700 lumens, 3000 K, energy
efficient type.
2.5 FLUORESCENT BALLASTS
A. Fluorescent Ballasts: High power factor type, Class P, electronic; energy saving,
'A' sound rating unless otherwise indicated.
B. 430 ma Lamp Ballasts: Rapid start, premium type.
C. Minus 20 degrees F rating when used in exterior or unheated areas.
PART 3 - EXECUTION
3.1 INSTALLATION
'V
010699 16505' 2 C&B 98A062010
I • V
A.
Support surface -mounted luminaires to ceiling using bolts, screws, or approved
clips.
B.
Install recessed luminaires with proper frames in accordance with manufacturers
recommendations.
C.
Locate recessed luminaires as indicated on reflected ceiling plan.
D.
Support pendant or bracket fixtures as indicated and as recommended by
manufacturer for job conditions encountered.
E.
Wall mount exit fixtures where shown above doors. Coordinate fixture location
with actual door arrangement as indicated. Connect exit fixtures to unswitched
power source as indicated.
F.
Install lamps in luminaires and lampholders.
3.2 FIELD QUALITY CONTROL
A.
Coordinate receipt and installation of all fixtures with regard to the overall
schedule of the project.
B.
Align luminaires and clean lenses and diffusers at completion of work. Clean
paint splatters, dirt and debris from installed luminaires.
C.
Demonstrate proper operation of all luminaires and controls.
D.
Refer to Section 16010 regarding lamp replacement prior to final acceptance.
END OF SECTION
010699 16505 - 3 C&B 9BA062010
FAYETTEVILLE
THE CITY OF FAYETTEVIttf. ARKANSAS
DEPARTMENTAL CORRESPONDE
To: Connie Edmonston, Parks and Recreation
From: Heather Woodruff, City Clerk
Date: March 11, 1999
Attached is a copy of the resolution bid no. 99-32 for Wilson Park Swimming Pool. The original
will be microfilmed and filed with the city clerk.
cc. Internal Auditor
file
c-5
Arkansas Statutory Performance and Payment Bond
HECKATHORN CONSTRUCTION COMPANY, INC.�(��®FI�1VfED
as Principal, hereinafter called Principal, and
NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
as Surety, hereinafter called Surety, are held and firmly bound unto
CITY OF FAYETTEVILLE, ARKANSAS- ct�
as Obligee, hereinafter called Owner, in the amount of r —
ONE HUNDRED TWENTY-THREE THOUSAND THIRTEEN AND NO/100 - C' m
($123,013.00) * * *
for the payment whereof Principal and Surety bind themselve iF,�thsAsr o
heirs, personal representatives, successors and assigns, jointly and='
severally, firmly by these presents. H ri
Principal has by written agreement dated MARCH 9, 1999 U'C' 3 ��
entered into a contract with the Owner for: O
BID #99-32 / WILSON PARK POOL DRESSING ROOM AND FILTRATIOBJoSYMSTEMJ
BUILDING IMPROVEMENTS; FAYETTEVILLE, ARKANSAS
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 Owner, unless it is brought in accordance with
A.C.A. Section 22-9-403(b) and A.C.A. Section 18-44-503(b) (Supp.1987)
as amended. No suit, action or proceeding shall 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
forbearance 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.
This bond given in compliance with Act 351 of 1953 as amended.
Executed MARCH 9, 1999
HECK
By.
By:
RE INSURANCE COMPANY OF HARTFORD
Attomcy-in-fact
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men By These Presents, That CONTINENTAL CASUALTY COMPANY, an Illinois corporation, NATIONAL FIRE INSURANCE
COMPANY OF HARTFORD, a Connecticut corporation, AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, a Pennsylvania
corporation (herein collectively caned the CCC Surety Companies'), are duly organized and existing corporations having their principal offices in
the City of Chicago, and State of Illinois, and that they do by virtue of the signature and seals herein affixed hereby make, constitute and appoint
Knight Cashion. Benson A. Cashion, Matthew Knight Cashion. Jr.. William R. Plegge, William H. Griffin, Judy Schoggen. Sheilla J. Smith,
Individually
of Little Rock. Arkansas
their true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds,
undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind them thereby as fully and to the same extent as it such instruments were signed by a duly authorized officer of their corporations and
all the acts of said Attorney. pursuant to the authority hereby given are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By -Laws and Resolutions, printed on the reverse hereof,
duly adopted, as indicated, by the Boards of Directors of the corporations.
In Witness Whereof, the CCC Surety Companies have caused these presents to be signed by their Group Vice President and their
corporate seals to be hereto affixed on this 29th day of September 1998
CONTINENTAL CASUALTY COMPANY
oe=%.
NATIONAL FIRE INSURANCE COMPANY OF HARTFORD <AMERICAN CASUALTYCOMPANY OF READING, PENNSYLVANIA
SEAL Y
Marvin J. Cashion Group Vice President
State of Illinois, County of Cook, ss
On this 29th day of September. 1998, before me personally came
Marvin J. Cashion, to me known, who. being by me duty sworn, did depose and say: that he resides in the City of Chicago. State of Illinois; that
he is a Group Vice President of CONTINENTAL CASUALTY COMPANY. NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and
AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA described in and which executed the above instrument; that he knows the
seals of said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority
given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to
be the act and deed of said corporations.
N°TAN'f ,
P11BUC ���
`ok OD
My Commission Expires March 6, 2000 Mary Jo Abel Notary Public
CERTIFICATE
I, Mary A. Ribikawskis, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF
HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby certify that the Power of Attorney herein
above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of each corporation printed on the
reverse hereof are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seats of the said corporations
this 9th day of March 1999
t, CONTINENTAL CASUALTY COMPANY
NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
I AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA
fe91
Mary A. Ribikawskis Assistant Secretary
(Rev.10/1/97)
" . .
Authorizing By -Laws and Resolutions
ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY:
This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of
the Company.
"Article IX —Execution of Documents
Section 3. Appointment of Attorney -in -fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group
Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of
policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations
set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such
instruments and to attach the seal of the Company Thereto. The Chairman of the Board of Directors, the President or any Executive, Senior
or Group Vice President or the Board of Directors, may, at any time, revoke all power and authority previously given to any attorney -in -fact."
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of
Directors of the Company at a meeting duly called and held on the 17th day of February, 1993.
"Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be
affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the Secretary or
an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or
certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and
certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and
binding on the Company."
ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA:
This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of
the Company.
"Article Vt—Execution of Obligations and Appointment of Attorney -in -Fact
Section 2. Appointment of Attorney -in -fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group
Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of
policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations
set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such
instruments and to attach the seal of the Company thereto. The President or any Executive, Senior or Group Vice President may at any time
revoke all power and authority previously given to any attorney -in -fact."
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of
Directors of the Company at a meeting duly called and held on the 17th day of February, 1993.
"Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be
affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By -Laws, and the signature of the Secretary or
an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or
certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and
certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and
binding on the Company."
ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD:
This Power of Attorney is made and executed pursuant to and by authority of the following Resolution duly adopted on February 17, 1993 by
the Board of Directors of the Company.
"RESOLVED: That the President, an Executive Vice President, or any Senior or Group Vice President of the Corporation may, from time
to time, appoint, by written certificates, Attorneys -in -Fact to act in behalf of the Corporation in the execution of policies of insurance, bonds,
undertakings and other obligatory instruments of like nature. Such Attorney -in -Fact, subject to the limitations set forth in their respective
certificates of authority, shall have full power to bind the Corporation by their signature and execution of any such instrument and to attach
the seal of the Corporation thereto. The President, an Executive Vice President, any Senior or Group Vice President or the Board of Directors
may at any time revoke all power and authority previously given to any Attorney -in -Fact."
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of
Directors of the Company at a meeting duly called and held on the 17th day of February, 1993.•
"RESOLVED: That the signature of the President, an Executive Vice President or any Senior or Group Vice President and the seal of
the Corporation may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors
on February 17, 1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Corporation may be affixed by facsimile
to any certificate of any such power, and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the
Corporation. Any such power so executed and sealed and certified by certificate so executed and sealed, shall with respect to any bond or
undertaking to which it is attached, continue to be valid and binding on the Corporation."
• CERTIFICATE OF
INSURANCE
I 03/ 10/99
PRODUCER 501376-0716
The Cashion Company, Inc.
THIS CERTIFICATE. IS ISSUED AS A MATTER 0 INF(MINEATION ONLY AND
CONFERS NO RIGHTS UPO% TIIF n:RTOICAn HOLDER. THIN CF.RTIf1CATF:
DOES NOT AMEND. EXTEND(IN ALTER TIO'. CO%ERAGE AFFORDED B1 THE.
P.O. Box 550
POLICIInEI,O.
Little Rock, AR 72203
COMPANIES AFFORDING COVERAGE
COMPANY
A General Accident
ISSUED
COMPANY
B The St. Paul Fire & Marine Ins
Heckathorn Construction
COMPANY
Company, Inc.
1880 Birch Avenue
COMPANY
Fayetteville AR 72703
D
COVERAGES
THIS IS TO CERTIFY THAT THE. POLICIES OF INSURANCE LISTED BELOW HAVE
BEEN ISSUED TO T)* INSIRED NANEED ABOVE i (A THE POLICYPERIOD
INDICATED. SOTWITHSTASDING ANY REQCIRF.MIE%T. TERM OR CONDITION
OF AY C(Y TRACT OR OTHER DOCUMENT 'Hill RESPECT TO Ml11CH THIS
CERTIFICATE MI AY BE ISSUED OR MAY PERTAIN, THE. INSURANCE AFFORDED
BY TIM POLICIES DESCRIBED ID:REIN IS SUBJECT TO ALL TIIF TERMS.
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAT RAVE BEEN REDUCED BY PAID CLAIMS.
CO
TYPE. OF INSURANCE
I.TR DATE
P(Hlfl'NIMBER
POLICY EFT,
OIM,DDfYYI
POLICY EXP.
DATE MWDDIII
LIMITS
GENERAL
LIABILITY
GENERAl. AG<;RFGAiE
2000000
A
COMM. GENERAL LIABILITY
CLAIMS %t MDE: O OCCUR
CGLSO115O3O2
3/19/98
3/19/99
PR(MFC(HIP:OP AGG.
2000000
PERM. B ADV. IV LRl
1000000
OMSER'S & CONTRACT'S PROT
EACH OCCURRENCE.
1 000000
FIRE DAMAGEI(lnr MI
�pppp
HIED EXPuny ar Pmmi
5000
AUTOMOBILE
LIABILITY
COMBINED SINGLE
X
A
ANY .M.TO
BA017767004
3/19/98
3/19/99
LIMIT
1000000
ALL OWNED ALTOS
BODIe' IVURY
SCHEDULED ALTOS
iNr penmI
HIRED AUTOS
X
BODILY IVLRI"
X
NO%{ %NED ALTOS
'Pry ixiaeNl
PROPERTY RAMPAGE
GARAGE. LIABILITY
ALTO ONI.I -LA ACCIDENT
ANY ALTO
OTHER THAN ALTO ONLY:
EACH ACCIDENT
AGGREGATE.
EXCESS LIABILITY
EACH OCCURRENCE
5000000
A
X t'MBRFLI.A FORM
XCO10130603
3119198
3/19/99
A(R]REGATE
5000000
(MItER THAN UMBRELLA FORM
A
N ORKERS COMPENSATION AN')
EMPLOYERS' 1.IABII.ITY
WC015227503
3119/98
3/19/99
S74TITORN LIMITS
EACH ACCIDENT
500000
THE PROPRIETOR/ INCL
PARTNERS.tXECUTIE
DISE A.SE-POLICY LIMIT
500000
OFTICERS ARE: EXCL
DISEASE.EACH EMPL,
500000
OTHER
B
IM09101983
3/19/98
3/19/99
BLANKET BUILDERS
RISK
ALL RISK COVERAGE
$9.000,000. LIMIT
DESCRIPTION Of OPERATIONS EOCATIONSALHICLLS.SPECIAL ITEMS
JOB: WILSON PARK POOL DRESSING ROOM & FILTRATION SYSTEM BUILDING
IMPROVEMENTS. FAYETTEVILLE, AR
CERTIFICATE HOLDER
CANCELLATFON
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Ti
CITY OF FAYETTEVILLE
EXPIRATION DATE THEREOF. THE ISSUING COAIPANY w11.1. ENDEAM OR TO
MAIL 10 DAIS w RITTEN NOTICE TO TIE CERTIFICATE HOLDER NAMED TO
flit:
PURCHASING OFFICE
tin, BLT F%ILURE. TOMAIL SLCII NOTICE SHALL IMPOSE NO OBLIGATION OR
113 WEST MOUNTAIN
LIABILITY OF ANY KINDUPOY% THE COMP TS GESTS OR REPRESENTATIVES.
FAYETTE VILLE, AR 72801
A(T
SEN TIV
ACORD 25-53193
STAFF REVIEW FORM
AGENDA REQUEST
XX _ CONTRACT REVIEW
__ GRANT REVIEW
For the Fayetteville City Council meeting of NA
FROM:
Eric Schuldt
Name
ACTION REQUIRED:
Approval of a change order with Heckathorn Construction for the Wilson pool filter room to change
the size of the FRP doors/frames, install fixed blade louvers, and replace rotten wood.
visor.
�E L�C.99i�U�t'nJ
CHniilo /
y/z'7199
Pd-JZ-
MICRO'"TERMED
Public Works
Department
COST TO CITY:
$s37
Cost of this Request
4470-9470-5806-00
77sn-o7sn-suns-nn
Account Number
9Nn11-1
Project Number
BUDGET REVIEW
Coordinator
Sl7n nnn
Category/Project 3udget
Fends Used To Dale
4► 2c '3S/
Rernain:aq Balance
XX Budgeted Item
CONTRACT/GRANT/LEASE REVIEW:
Accoun' ar c
City Attor-,e
n . . -
Purcnaslnq Otticer
STAFF RECOMMENDATION:
Approval of change order
GRANTING AGENCY:
Date P A Coordinat
V �
Date terna: Auditor
4 -a(0 -q9 IYn
Date
!/
Date
Date
e.
D, P.
1 y9
Date
Wilenn Pnnl Imprnvomantc
Catecory/Project. Name
Park Imprnvemenfe
Program Name
Spins Tay Fund
Fund
ustment Attached
r
Cross Reference
Date
$27-n
Date
New Item: Yes No
Prev Ord/Res #: 39 ,
Orig Contract Date:
Page 2
STAFF REVIEW FORM
Description
J
Comments:
Budget Coordinator
Accounting Manager
City Attorney
Purchasing Officer
ADA Coordinator
Internal Auditor
Reference Comments:
ing Date
FAYETTEVILLE
THE CITY OF FAYEUEVILLE. ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Charlie Venable, Public Works DirectorIn 7//'
Thru: Corh5ie 1'dmonston, Superintendent
From: Eric J. Schuldt, Parks Development Coordinator
Date: April 23, 1999
Re: Change Order request for the Wilson Pool Improvements
The Parks and Recreation Division requests the approval of a change order in the amount of
$3,637 with Heckathorn Construction for work at the Wilson pool filter room. The change order
will approve the enlargement of two new FRP doors/frames. The enlarged doors will enable
Parks and Recreation to replace filters in the future without having to remove permanent walls.
Heckathorn will also replace two deteriorating frame windows. The windows will be replaced
with two fixed blade louvers. The louvers will provide improved air circulation and security for
the building. Lastly, the change order will approve funding for the replacement of rotted wood
framing that was found when Park Staff removed shingles. The total contingency amount for this
project is $12,300.
Attachments: Change Order Request Information
-23-O9: 1:11='I: r._.. - .a •- - w li 6
Carter tt Burgess
Consultants in Planning, Enginoeri: y, Architecturo,
Construction Mancgement• and Related Services
April 23, 1999
M. Eric Schuldt
City of Fayetteville Parks and Recreation Department
1455 Happy Hollow Road
Fayetteville, Arkansas 72701
Via FAX (501) 52'.-7714
HE: Change Order No. 1 and Contractor Initiated Change Request Na I
Wilson Park Pool Bathhouse and Pool Filter Building Renovation Project
Fayetteville, Arkansas
C&B Project No. 9BA-062-010
Dear Eric:
We have received supporting information from Heckathom Construction for the two above referenced
change orders. After further review, we agree with the charges submitted by Heckathom to accomplish this
work. We have attached copies of Heckathom's submittal for your review as well.
Please feel free to contact us with any questions of comments you may have.
Sincerely.
CARTER & BURGESS, INC.
H. Wayne per, ASLA, ICP
Associate, PEA Unit Manager
Attachnents
C: Project F.Ie
Carter & &rears, Inc. Suite 20h 10309 F.ec.1'.e Ce:itor Di vs
1501 1223.0515 =c. '5011 22'.2170
tielo Rock. Arkonses •722111
+a -9a: I: •.cnl. -''1 :22_ ieee - 2' 5
HECXATHORN
CONSTRUCTION COMPANY, INC
1880 BIRCH AVE.
FAYETTEVILLE, AR 72703
--------------------------
o: City of Fayetteville
Parks Department
1455 Happy Hollow Road
Fayetteville, AR 72701
CHAN68 ORDER REQUEST #1
DATE: 4-14-99
JOB: Wilson Park Pcol Dressing Room
& Filtration Building
Project#: 99142
aa_"e-___c==_ccncc_ave¢_-____--_---=---c--==-__======--=aea==uaa•
This is our Change Order requesting the following revisions to the
above cited Contract. Included shall be all labor, equipment,
na=ariais and taxes to complete the following changes:
Change the size of the new pair of FRP doors and frames from 6'8" tall
to 9'0" tall.
Differance $1,807.00
Note: These doors will not ship for 4+ weeks after recipt of approval,
which is 2+ weeks after owner requested completion date.
---------------------------------------------------------------------
WE AGREE hereby to make change specified for $ 1,807.00
---------------------------------------------------------------------
Date: 4-14-99
-
Authorize y:
Don L. Heckat orn, President
J -23-B3: i'FV r.-- :223 2563 - v i� 6
HECKATHORH
CONSTRUCTION COMPANY, INC.
1880 BIRCH AVE.
FAYETTEVILLE* AR 72703
CONTRACTOR ENITIATED CHANGE
ORDER 4 1
DATE: 4-14-99
---------------------------------------------------------------------
To: City of Fayetteville JOB: Wilson Park Pool Dressing Room
Parks Department d. Filtration Building
1455 Happy Hollow Road
Fayetteville, AR 727C1 Project#: 99142
This is our Changc Order requesting the following revisions to the
above cited Contract. Included shall be all labor, equipment,
materials and taxes to complete the following changes as per Owners
request.
Install two each," 53 1/2 X 55 1/2" Prefinished Fixed Blade Louvers with
insect screens, Replace rotted wood franing on the Filtration Building.
As discussed during jobsite meeting with Owners Representatives
Total $ 1,830.00
-------------------------------------------------------------------
WE AGREE hereby to make change specified for a' 1,830.00
---------------------------------------------------------------------
Date: 4-14-99
---------------------------------------------------------------------
Authorize
Dor. L. H ck thorn, President
FAYETTEVILLE
THE CITY OF FAYETTEVILLE. ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Eric Schuldt, Parks and Recreation
From: Heather Woodruff, City Clerk
Date: May 12, 1999
Attached
is a
copy of the staff review form and change order
for
Wilson pool filter room for your
records.
The
original will be microfilmed and filed with the
city
clerk.
cc. Internal Auditor
file
CONSTRUCTION
CONTRACT CHANGE ORDER Il)'
THIS DOCUMENT SHALL BECOME AN AMENDMENT TO THE CONTRACT AND ALL PROVISIONS OF THE CON SHALL APPLFJL`R MED
OWNER: CITY OF FAYETTEVILLE PARKS AND RECREATION DEPT. CHANGE ORDER 18 Contractor Initialed Change Order (CI) 01
1455 HAPPY HOLLOW ROAD DATE: 5/25/99
FAYETTEVILLE, AR 72701 PROJECT: WILSON PARK POOL BATHHOUSE RENOVATION
ARCHJENGR.: CARTER & BURGESS. INC. C & B PROJECT!98A-062-010
98A-062-010
10809 EXECUTIVE CENTER DR.. SUITE 204
LITTLE ROCK, AR 72211
(501) 223-0515 FAX (501) 223-2470
CONTRACTOR: HECKATHORN CONST. CO., INC. CONTRACT DATE
1880 BIRCH AVE.
3/10/99
AR 72703 CONTRACT FOR: WILSON PARK POOL BATHHOUSE RENOVATION
THE CONTRACTOR IS DIRECTED TO MAKE THE FOLLOWING CHANGES IN THIS CONTRACT:
ITEM
NO.
DESCRIPTION OF CHANGE
OUAN-
TITY
UNIT
DECREASE
IN CONTRACT
INCREASE
IN CONTRACT
CO Il
REVISION TO FRP DOORS, FROM 6'8' TALL TO 90' TALL.
1
EA
$1,807.00
CI N1
REPLACE ROTTED WOOD & INSTALL LOUVERS ON POOL FILTER
1
LS
$1,830.00
BLDG.
SUB TOTAL
$3,637.00
TOTAL INCREASE
I
I $3,637.00
NOT VALID UNTIL SIGNED BY ARCHITECT / ENGINEER (IF APPLICABLE). AND APPROVED BY OWNER. SIGNATURE OF THE
CONTRACTOR INDICATES HIS AGREEMENT HEREWITH. INCLUDING ANY ADJUSTMENT IN THE CONTRACT SUM OR CONTRACT TIME.
THE ORIGINAL CONTRACT SUM WAS...
NET CHANGE BY PREVIOUSLY AUTHORIZED CHANGE ORDER...
THE CONTRACT SUM PRIOR TO THIS CHANGE ORDER WAS...
THE CONTRACT SUM WILL BE INCREASED BY THIS CHANGE ORDER.
THE NEW CONTRACT SUM INCLUDING THIS CHANGE ORDER WILL BE...
THE CONTRACT TIME WILL BE INCREASED BY 0 CALENDAR DAYS
DATE OF COMPLETION AS OF THE DATE OF THIS CHANGE ORDER IS...
AUTHORIZED:
ARCHITECT /
ENGINEER:
CONTRACTOR:
OWNER'S
REPRESENTATIVE:
I: UOD\98A06201 twntracvchango- 1.xls
$123,013.00
$123,013.00
$3,637.00
$126,650.00
DATE:
DATE: O( Q (( 9 l
DATE:
Cm' Carter -Burgess
FAYETTEVILLE
Tilt CITY Of FAYU1SVILLI. ARKANSAS
DEPARTMENTAL CORRESPONDEN
To: Eric Schuldt, Parks and Recreation
From: Theresa Johnson, Deputy City Clerk
Date: July 22, 1999
Re: Wilson Park Pool, Change Orders 1, 2, 3, 4
Attached please find two sets of originals for the above referenced change orders. One original
will be microfilmed and filed with the City Clerk.
Please thank Trade Evans for the extra effort she made to ensure that we got an original for our
files. Call me at x324 if you have any questions.
cc: Yolanda Fields, Internal Auditor
AGENDA REQUEST
XX _ CONTRACT REVIEW
GRANT REVIEW
STAFF REVIEW FORM
MICROFILMED
VU -c'
P
e.hw�t�a�J�
For the Fayetteville City Council meeting of NA - ? S. 3S75
FROM:
Eric J. Schuldt Parks and Recreation Public Works
Name Division Department
ACTION REQUIRED:
Approval of a change order with Heckathorn Construction to install 1 flowmeter, 2 butterfly valves
and replace various ball valves at the Wilson Pool filter room.
COST TO CITY:
Ss17
Cost of this Request
4470-9470-5806-00
,7sn_cfsn_cRns-nn
Account Number
gRn11 _1
Project Number
REVIEW:
Coordina
CONTRACT/GRANT/LEASE REVIEW:
$17n non
Category/Project Budget
14R Ran
Funds Used To Date
21110
Remaining Balance
Approval of the change order.
se ?
Date
Date
1, u C
Dqe
Date
Wilenn Pnnl Imprnvamantc
Category/Project Name
Budget Adjustment Attached
ve
GRANTING AGENCY:
Cross Reference
New
Item:
Yes
No
Prev
Ord/Res
#:
Orig Contract Date:
FAYETTEVILLE
THE CITY OF FAYETTEVILLE. ARKANSAS
DEPARTMENTAL CORRESPONDENCE
June 9, 1999
To: Eric Schuldts, Parks and Recreation
From: Heather Woodruff, City Clerk
Attached is a copy of the completed staff review form and change order with Heckathom
Construction for Wilson Park Filter room for your records. The original will be microfilmed and
filed with the city clerk.
cc. Internal Auditor
Page 2
STAFF REVIEW FORM
Description✓VI��'`�`//���lproe��n� Meeting Date
Comments: Reference Comments:
Budget Coordinator
Accounting Manager
City Attorney
Purchasing Officer
ADA Coordinator
Internal Auditor
FAYETTEVILLE
THE CITY OF FAYETTEVILLE. ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Charli�jeVenable
rlIt
Thru: Coro ib f dmonston, Superintendent
From: Eric rS�huldt, Parks Development Coordinator
Date: May 26, 1999.
Re: Change Order 2, 3, 4 for the Wilson Pool Improvements
The Parks and Recreation Division requests approval of a change order in the amount of $3517
with I leckathorn Construction for work at the Wilson Pool filter room.
The change order will approve the installation of a flowmeter for the 2" wading pool return line.
This change was requested by the State Health Department.
The change order will also approve the replacement of two dysfunctional 8" butterfly valves and
various ball valves (Three-l/2','lwo-3/4", Five -3/8", Three- 2", One -2/12" - see attached sheet).
The old valves have excessive wear and rust and are becoming inoperable.
The project contingency for this project is $12,300. To date we have spent $3,637, leaving ample
funding for these change orders.
MAY 21 1999
CITY OF FIVE lcViLLE
MAYOR'S OFFICE
4-23-O0: -.: 16r.V. _C'
Apr.2E '99 13:03
Y.•L7 r,l_
223 1582
TEL 501-442-7385
P. 2
. 2i
HEC[ATHORN
CONSTRUCTION COMPANY. INC
1680 BIRCH AVE.
PAYETTEVILLE, AR 72703
CHMNOL olDEA REQf1EGT #2
DATE: 4-26-99
-
--------------------------------------------------------------------
To: City of Fayetteville JOB: Wilson Park Pool Dressing Room
Parke Department & Filtration Building
1455 Happy Hollow Road
Payetteville, AR 72701 Project#: 99142
;his is our Change order requesting the following revisions to the
above cited Contract. Included shall be all labor, equipment,
materials and taxes to complete the following changes:
flawWSflC
-
1. Install Blue -white Model #F-30200PR in 2" Wading Pool Return Line.
Verify Line Size (use Model #F-30150PR if 1 1/2" Line). Adjust Flow
Rate To Maintain Min. 18 GPM.
2. Replace bad 8` Butterfly valve.
Item #1 $ 275.00
Item 42 488.00
Total $ 763.00
---------------------------------- ------------......---_..-
WE AGREE hereby to make change specified for $ 763.00
-------------------------------------------------......--------------
Date: 4-26-99
--------------------------------------- ----- --.------ ...........-----
Authorized By:
Don L. Heckathorn, President
Islay 19 '99 14:42 HECKRTI-CRN CONST
May -13-99 o3:18P FayettOV111a Mechanical
TEL 5e1-442-^385
1 501 521 6891
?. 2
P.01
Fayetteville
Mechanical
Contractors,
Inc -
PO Dog l ee l
717ensrlli, Al. 72702
Pews w1 •S21-42 u Pu Sat •Rl•S$91
f:onoarwn Lkemt Number 031310399
Geneml Contractors Heduthnrn
AttmDoug
I*tel May 19, Inc
Job Natna Wilson Park Pool
Cost Breakdown on Valves
2
1/20 sch. 80 ball valves
8
18.83
$
37.86
1
1/2" sch.80 unions
$
455
$
465
2
112sch. 80 90's
$
1.28
5
2.55
2
314 sch. 40. Ball valves
$
2.14
6
4.28
1
1R' sch. 40 ball valves
$
2.14
$
2.14
3
7' sch. 80 ball valves
$
58.20
$
174.50
1
2 112" Bch. 80 ball valves
$
140.40
$
140.40
2
2 117' sch. 80 flanges
$
17.70
$
35.40
22
112" flange kits
$
9.60
S
19.20
1
Guage
$
22.50
$
22.50
2
2" sch 80 90's
$
4.43
$
8.68
1
2" sch. 80 female adapters
$
18.13
$
16.13
5
318 pvc valves
$
18.83
$
94.15
Glue 8 Primer
$
29.00
Misc, nipples, pipe. etc.
S
125.00
$
716.53
Sales Tax
$
47.47
$
754.00
Labor
$
1,051 00
$
1.815.00
10% Markup
$
151.50
Total
$1,998.50
The abovr,pKlAed Poled N to bt comp4 d In min eenlarmaue with ql spKiaectons arc eondtl oar rSatlrp to this
uprronent. In eddllon, Inn prolst7 le to W psrbrmM in comphsnts Mtn OSKA rpJetlons end Ieeel. ebts end mticn&
budding tares.
19q(�.S49
_.
�aq(aoo
Ma9 21 99 13:31
HEckNTi-CRN COfiST
TEL 5@1-442-'.385
HHCKATHORN
CONSTRUCTION COMPANY, INC
1880 BIRCH AVE.
FAYETTEVILLE, AR 72703
REVISED
CHANGE ORDER REQUEST *4
DATE: 5-21-95
To City o'_ Fayetteville JOB Wilson Park Pool Dressing Room
Parks Department & Filtration Building
1455 Happy Hollow Road
Fayetteville, AR 72701 Project$: 99142
___ •la am avv av
aavvvLCOaataOcs 1¢ .- a aac��� ace-vacc=96Jc�
This is cur Change order requesting the fo'_iowirg revisions to the
above cited contract. included ehall be all labor. equipmeat,
materials and taxes to comclete the foilowirg change:
Furr--sh and install (1) 8', Butterfly valve as requested on other side
of pump es valve previously installed.
On Change Order Request #=
prices 7ucted fcr clanging
Sc::'.tldt the price would be $
$ 1,807.00. = agreed t -o cred
S 39.00.
from our
the size
1,768.00
it the Pa
Tc•tal $ 497.00
office, there were two different
of the FRP Doors. I tcld Eric
The Change Order was written for
rks Dept. the difference of
Subtotal $ 497.00
Credit _ 39.00
Total $ 458.00
....------------------------------------------------- ----------------
-0E AGREE hereby tc make change specified for $458.00
Darr 5-21-99
Aut::or1•
Dor. L. .Pckathorn, 1-residtnt
CONSTRUCTION
CONTRACT CHANGE ORDER
THIS DOCUMENT SHALL BECOME AN AMENDMENT TO THE CONTRACT AND ALL PROVISIONS OF THE CONTRACT SHALL APPLY THERETO:
OWNER: CITY OF FAYETTEVILLE PARKS AND RECREATION DEPT. CHANGE ORDER 2,3, & 4
1455 HAPPY HOLLOW ROAD DATE: 525/99
FAYETTEVILLE, AR 72701 PROJECT: WILSON PARK POOL BATHHOUSE RENOVATION
ARCHJENGR.: CARTER & BURGESS. INC. C & B PROJECT N 98A -062-O10
10809 EXECUTIVE CENTER DR., SUITE 204
LITTLE ROCK, AR 72211
(501)223.0515 FAX (501) 223-2470
CONTRACTOR: HECKATHORN CONST. CO.. INC. CONTRACT DATE 3/1O99
1880 BIRCH AVE.
FAYETTEVILLE, AR 72703 CONTRACT FOR: WILSON PARK POOL BATHHOUSE RENOVATION
THE CONTRACTOR IS DIRECTED TO MAKE THE FOLLOWING CHANGES IN THIS CONTRACT:
ITEM
NO.
DESCRIPTION OF CHANGE
OUAN-
TIT'
UNIT
DECREASE
IN CONTRACT
INCREASE
IN CONTRACT
CO N2
INSTALL FLOW METER AND REPLACE 8BUTTERFLY VALVE.
I
EA
$763.00
CO N3
REPLACE VARIOUS PVC VALVES: 3.12. 2-3/4, 5-3/8', 3.2,
1
LS
$2,296.00
1-2117
CO N4
FURNISH & INSTALL ADDITIONAL BUTERFLY VALVE
1
EA
$458.00
SUB TOTAL
$3,517.00
TOTAL INCREASE
I
I $3,517.00
NOT VALID UNTIL SIGNED BY ARCHITECT / ENGINEER (IF APPLICABLE). AND APPROVED BY OWNER. SIGNATURE OF THE
CONTRACTOR INDICATES HIS AGREEMENT HEREWITH, INCLUDING ANY ADJUSTMENT IN THE CONTRACT SUM OR CONTRACT TIME.
THE ORIGINAL CONTRACT SUM WAS...
NET CHANGE BY PREVIOUSLY AUTHORIZED CHANGE ORDER...
THE CONTRACT SUM PRIOR TO THIS CHANGE ORDER WAS...
THE CONTRACT SUM WILL BE INCREASED BY THIS CHANGE ORDER.
THE NEW CONTRACT SUM INCLUDING THIS CHANGE ORDER WILL BE...
THE CONTRACT TIME WILL BE INCREASED BY 0 CALENDAR DAYS
DATE OF COMPLETION AS OF THE DATE OF THIS CHANGE ORDER IS...
AUTHORIZED:
ARCHITECT/
ENGINEER:
CONTRACTOR:
OWNER'S
REPRESENTATIVE:
5123.013.00
$3,637.00
$126,650.00
$3,517.00
5130.167.00
DATE: p
DATE: DC,' (2
DATE:
Cm' Carter. Burgess
FAYETTEVILLE
THE CITY OF EAYETTEVILtE. ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Eric Schuldt, Parks and Recreation
From: Theresa Johnson, Deputy City Clerk
Date: July 22, 1999
Re: Wilson Park Pool, Change Orders 1, 2, 3, 4
Attached please find two sets of originals for the above referenced change orders. One original
will be microfilmed and filed with the City Clerk.
Please thank Tracie Evans for the extra effort she made to ensure that we got an original for our
files. Call me at x324 if you have any questions.
cc: Yolanda Fields, Internal Auditor
TEVILLE
?
fl
THE CITY OF FAYETTEVILLE. ARKANSAS
DEPARTMENTAL CORRESPONDEN
TO: Mayor Hanna and City Council
TI -RU: Charlie Venable, Public Works Director
FROM: CorMAdmonston, Parks & Recreation Superintendent
DATE: March 9. 1999
SUBJECT: Bid Award Wilson Park Swimming Pool Filters and Dressing Room Renovation
The Parks and Recreation Division requests approval of bid #99-32 to Heckathorn
Construction Company Inc. in the amount of $123,013 with a ten percent contingency of $12,300
for a total cost of $135,313.
The Wilson Park Swimming Pool was renovated sixteen years ago in 1983. The facilities
are in need of renovation. This is the first phase of renovation. Proposed improvements to the
bathhouse dressing rooms include: renovation of the toilet stalls with the addition of new doors
and partition pieces; epoxy paint on all toilet area surfaces; installation of aluminum ceiling grid
and overhead light fixtures; installation of new stainless steel shower heads; installation of two
shower exhaust fans; installation of stainless steel mirrors; installation of new window with frosted
glass; installation of dressing benches, towel hooks, and painted wall graphics; installation of a
poured -in -place epoxy floor system in the dressing rooms and office area; and pay -for -use
lockers.
Improvements to the pool filter building include the installation of two high capacity sand
filter tanks and renovation of the pool filter building to add exterior doors large enough to service
and remove the filters. New exterior siding is also designed for the filter building. Work is
scheduled to be completed by pool opening date on May 29, 1999.
Please contact me at 444-3473 if you have questions.
Attachments:
Tabulation of Bids
Dressing Room Plan
Contract
MT•'1'1 lr•! \517f)
STAFF REVIEW FORM
CNgivs 6 eelje•! S
V%
AGENDA REQUEST
XX CONTRACT REVIEW
_ GRANT REVIEW
CITY OF FAYETTEVILLE
CITY CLERK'S OFFICE
For the Fayetteville City Council meeting of NA
FROM:
RECEIVED
OCT 0 5 1999
Eric J. Schuldt Parks and Recreation Public Works
Name Division Department
ACTION REQUIRED:
Approval of a change order with Heckathorn Construction to install an additional 360 sq. ft of
resinous flooring at the Wilson Pool office and restroom facility.
COST TO CITY:
$1 Fen
Cost of this Request
4470-9470-5806-00
,nn-o,cn-SRns-nn
Account Number
ORn91-1
Project Number
$17n non
Category/Project Budget
IsIS12
Funds Used 't o Date
1 Osq OU
Renairtirtg Balance
Salop Tax Fund
Fund
BUDGET REVIEW: XX Budgeted Item ,.-� n Budget Au]ustment ALL
r
CONTRACT/GRANT/LEASE REVIEW:
Purchasing Officer
STAFF RECOMMENDATION:
Approval of the change order.
Director
GRANTING AGENCY:
Date A Coordinator
i-/#4E1
Date ryternal Auditor q
10 -IA7
Date
/a �y
Date
Date Cross Reference
�Daatt�e"`'� New Item: Yes No
Dam Prev Ord/Res i:38-99
/442
Date Orig Contract Date: 3-9-99
Ll
FAYETTEVI LLE
THE CITY OF FAYETTEVILLE. ARKANSAS
DEPARTMENTAL CORRESPONDE
To: Charlie Venable, Public Works Director
Thru: Connie EQnston, Parks and Recreation Superintendent
From: Eric J. Schuldt, Parks Development Coordinator
Date: September 29, 1999
Re: Change order request for the Wilson Pool
The Parks and Recreation Division requests the approval of a change order in the amount of
$1,640 with Fleckathom Construction for work at the Wilson Park Pool. The change order will
approve the installation of 360 ft. of resinous flooring to be placed in the foyer area between the
restrooms and office area.
The restrooms and office areas are already covered with the resinous flooring and the change
order for the foyer area will create a continuous flooring surfacing for the patrons and staff. The
total contingency amount for this project is $12,300. To date we have spent $7,154 of the project
contingency, leaving ample funding for the change order.
Page 2
STAFF REVIEW FORM
� 1 U pp
Description W�ISOn Wim.n,�u Pooh &XMhva_i-'On Meeting Date
Comments: Reference Comments:
Budget Coordinator
Accounting Manager
City Attorney
Purchasing Officer
ADA Coordinator
Internal Auditor
+ Carter m Burgess
Consultants in Planning, Engineering, Architecture,
Construction Management, and Related Services
September 24, 1999
Mr. Eric Schuldt
City of Fayetteville Parks and Recreation Department
1455 Happy Hollow Road
Fayetteville, Arkansas 72701
RE: Change Order No. 5 (revised)
Wilson Park Pool Bathhouse and Pool Filter Building Renovation Project
C&B Project No, 98A-062-010
Dear Eric:
We have reviewed the attached Change Order Request from Heckathom Construction, and agree with their
request for payment in the amount of $1,640.00. Please process the attached application forms and forward
an approved copy from the City to both Carter & Burgess, and Heckathorn Construction.
Please feel tree to contact us with any questions of comments you may have.
Sincerely,
CARTER & BURGESS, INC.
yneC op r
Associ�te,.RLA Unit Ma ger
Attachment
C: Project File
F:yob\98A062011conespd10924991t.doc
Carter & Burgess, Inc. Suite 204 10809 Executive Center Drive Little Rock, Arkansas 72211
(501) 2230515 Fax (501) 223-2470
HECKATHORN
CONSTRUCTION COMPANY, INC
1880 BIRCH AVE.
FAYETTEVILLE, AR 72703
CHANGE ORDER REQUEST #5
DATE: 9-16-99
---------------------------------------------------------------------
To: City of Fayetteville JOB: Wilson Park Pool Dressing Room
Parks Department & Filtration Building
1455 Happy Hollow Road
Fayetteville, AR 72701 Project#: 99142
This is our Change Order requesting the following revisions to the
above cited Contract. Included shall be all labor, equipment,
materials and taxes to complete the following change:
Furnish 360 sq. ft. Resinous Flooring to match existing.
Total $ 1,640.00
---------------------------------------------------------------------
WE AGREE hereby to make change specified for $ 1,640.00
---------------------------------------------------------------------
Date: 9-16-99
---------------------------------------------------------------------
Authorized By:
0.1 ..x.
----------------------------
David C. Hansen, Vice President
FAYETTEVILLE
THE CITY OF EAYETTEVIELE. ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Eric Schuldt, Parks and Recreation
From: Heather Woodruff, City Clerk
Date: October 14, 1999
Attached is a copy of the completed staff review form and change order with Heckathom
Construction for the flooring at the Wilson Pool Office. The original will be microfilmed and
filed with the City Clerk.
cc. Yolanda Fields, Internal Auditor
B::_;:939 0E:14 150157582c1 CITY CFr FAY ?U?CHCEE
4k* CHANGE ORDER ** 0
PURCHASE ORDER
FAYETTEVILLE
VILLE
VENDOR NO. 5450
Heckathorn Const Co
Attn Don L Heckathorn
1880 Birch Ave
Fayetteville AR 72703
Unl
Oty. of
O..ciptlon and
Account Numbw
Each PaabD. Mun Be Marked
dxtly A. Shown More
City ol F.ya 1f.. AAurwn
TERMS
Si
7/21/99
FOB Fw
NET 30 DAY
Emergency PO issued 3/10/99
i.00 JOB a) Bid #99-32 to replace Wilson ?ark
City Pool Filter Tanks and the
Renovation of the Dressing Rooms
Contract 8699
2250.9250.5806.00 98011 1 $3013.O0-
1.03 &R b) Change to Contract #699 1B07.0
C/O #1 to increase PO $1807.00
2250.9250.58066.00 98011 1 S-100T.eO
PALE 02/02
PURCHASE ORDER #
99-0001144-004
Unit P71.. TOTALS
2o,5IZ
s -3$x3 -e 0 2234•_9•r44
EA
/97 lei0.O
c) Additonal change to Contract #699
C/O #2 to increase PO $1,830.00
2250.9250.5806.00 98011 1
fiT. SJt4Jti ' 7-22 Sq
�s Jt21,6&G
SHIP TO: Paris & Rarleaion
CITY OF FA1ErTEVH LE
1433 Happy Hdlow Rd
Fayndttrvillc AR 72701
$1030k4. 0-0
144(q
Continued on Next Page
CONDMONS
1. 1st llw.l,sd Fnaw N duplad. to: i N. w,b.aWa.nawWlM pAa .ppwl. 0. P.O.a F.yah.viI..r11.. oAwwb. aan.d
a.aa.d. Pay..l. uoa,. Na .ato b PadtMg and St.., w9
clyd Pnf+ 1. !. Dl--?. ah.dM 201tM atalary mwa. b. mowed
113 Wr1 Mavd,M
Faydl..4 AR 77701 3. Qtr. mtst M ubl,,. In W unl.w 7. NO 60.0. CRDtaW.
a01awtw nc$5n .
i lydta. - wdh P.O.mr'be 0. Prfpay MIsM and adds Nwir. SMP
- San .b.... Al ..dw. .,.Mb. b 113W. Mamrin at. ii—; G1n acs
.a.m Ind a a PraiK .OP. ` ' unlr ahrM.. 1prM.1
Pvwty aNaO.dab P.O. ,.ub.. �/ U.�
I 'v/11\ PURolA61N6 AFiNT
\\y11�C1 VENDOR COPY
o
O
O
•,
C
G
C C
C.'
C
I
NC'
•
O
O.
L,
a
I
O
-
O
z.:.
•
O
z
1
-•
z
-
=
V
Z
_
C
Y
i
=
O
O
z
T
T
Oaw
41
E
O
O
O
N
C
a
cC
C
-1
— —
f
y
01
O
J
01
4
C
C
I-
0
r,
C
n
Y
O
4
C
ow
u N
G
T•
C N
C/1
QC)
d
U N
Y
u
or-.
F-.
4
C
C
v:
C
O
C)4
N
U
c+-1
E>
a
>G
W
U
u
I.-4
C
CJ
>
u
4&-J
0$40U
'-
u
4
u
U Q U
'.
nlN
C.T
U:
00
M
+-1
E
Q
=
•8
x
Q
31+..H.
-
L
a.
=
4
C
.
O
C..-1
-
4
x u
O
C
O M
v
<
J
LL.
-
>
WL
N,
I'-
O
O
G^
LL
•
C
T
• O
J
Ii
(to
Ca
cJ
••4
• u
W
ru
-1
ON-
C
N
C.,
E
-1i u
rl J
U
a
00
U
>'-i0
a
u N
Q
O
C•
-I<
C'-'
C
L
O
•I
CC)
0
E
O-
.1
>. U
Zu
j
u
O
O
u
C
Q
T
4
.1
(Zd.-1
CJ
>..-I
J
•
• ` 13
z.C.C.,-1
$40
4
Z
w
C
Q
U
C1
G C
O
a
u
_
G
u d
Co
L
>'j —,U
=
U
<
I-
u
41!)
T
LI
U
L
-
=
=
4
u
•
•
-
u
Z
_
r.
<
L. a
_
Y
O
J
Ux
x
u
Ia
rn
J < 3
- Z � y
W- Coo O m W 00 0 O 4g
•S SU) t O
>1._
c•l v n n CC) O N-
CrO r — -.104-i O -1 u•1 .O
0..., r" 1N. O O •d t') n rn"
/•r - - a• - N -
1.L M M M M O U M M - M O 1 Y
LL-- o r
2 'J U" E a_ "1 = vV r 3
O^ qQq. W u N i• M _I H
: N 1 I- - t` t\ Oq
Q 3 r « 0 m o O: 6 <;
LL (� 2:
w N 2
w_¢ x = = a y `_
a c a
O W
Q= N O Q N
≤ Q m O Orr. =
t; = _ n
H W •-. C J W- .�
UJ
< Cc L t` 0. y ` c _
_ -
W a Y '.ti Z % I 4p4pJJ
Q Q C Q 0_ Q = `� _ _' - W Q Z U o .. t_
f" C
U C. U• Z Q H
Zr - a to p W = O! W ._ Cr<1ZI H' J�°i7
R.
v
O
W
!-
—
I
CC
0'3'.
o -•
G
G
I
3.J
1,n
CO
i>
W
.t
—c
O
<
I
^
—
00
-JON.
-0-
£
O
^
--
V
O`
In
I
O
CO
--•
O
In
•—
00
00
N
N
N
--
-i
�r;;r,
-
V•
-
^
:
^J
VI
(i
:n
C7
>
0
=.
V:
'*;
:.
i
r
Vl
I
.'•.
:^� r
:�
_=
0
0
0
0
0
0
0
0
n
n
C
r
r
0
µ
0
O
Y•
Y•
µ
7
C
n
m
^i
p "J n
J
O
C
O
µ
n
3
r
r•
n
r
m
C;
C
O
Q
Y•
C
Q
:a
n
7
N
•O
J
>
nJn
m
0
µ
r
F7
Y.
7
3
r
d
N
•1
n
7
µ
m
3
0
C
N
I
•
o: n
n
7
m
n
n
n
CL
n
r
fD
µ
W
K
n
1"I
Y•
'Y
n
•'1
•1
o
m n •-
•1
3
'i.
rt
ry
H
µ
N
D
7
7
7
7
m
fl.
n
"ZJ
moo
cm
c
-nxIn
cam
OO
Coon
—
7
r
r
m
m
n
3
O
11 '1 n
R
n
n
p
n
6
C-
µ
p
3
<t•
3•
r•
-
GC--'
n
7
m
g
µ
7
r
CD
O-
0
n
S
4
V
fl
fl
-J.
n
n
7
y
0P1
n
--.re
C
"
-
o
n
0
m
O
n
n
Y•
z
z
C'
O>
Q•
0
-fl -
fi
m
Y
n
+
DO
7
(O
G
H
N
m
E
n
n
Q•
X
F
O
0
O
n-'
N
no
n
X
3
n
r
_•
m
S
n
o
n
(j
.}
r
µ
•
n
rt
r
0
m
m
Y•
n
3
r
n
n
7
n
7
n
m
•m
1
O
In
N
N
U
1�
♦O
W
^
W
W
.
.
.
•
•
.
•
ON
W
.•C'
i-
OJ
T
t
O
W
In
Ni
I--
W
J
W W
In
O•
L-
o'
i�
V
W
00
OJ
V1
V
In
'o
N
V
to
t-
V
COO
^
In
O
'o
WC'
'S
0
1.11
co
r-•
In
Ni
l.n
T
OO
W
I-
W
W
N
V
} n z
C
.
•
.
,.,.
,.1b
N
•-•
I--•
!b
N
V
O
W
In
N
^
i�
V1
- _ <
C+
O
N
'.0
O
a'
N
N
CD
CO
00
V1
V
V1
In
-' ^ -
OO
OO
W
N
OOP
In
OO
^
V1
ODD
W
O•
Z=
s
..
W
,-..
^
W•o
Ni
G
O
V
In
O
N
00
O
0
0
00
00
I
J^3
O
00
V V V 2
-=2=
. 2v-≥
Kr
>
W
In
.-.
'� •'
In
N
N
V1
T
'D
W
.-
W
W
N
00
—_ 1 ••
^
a' N
W
.-•
A
CO
T
i-
O
W
Lu
Ni...
£'
La
C'u
W
U',D
0'
C
T
V
CO
CO
co CO
In
V
In
•o
N
V
VI
A
V
W
O
^
111
0'3
W
O`
v S
-
F-•.-.
F-•
^
H•
O
00
O
O
coo
0
0
0
O
O
0
O
0
O
0
0
0
0
O
0
0
O
0
O
0
o 000
0
000
000
O.
O
00
00
I
.M1.
0
000
0
000
OOO
O
0
00
00
r-i
L
z z
CI-
i
CONSEN I LW 5UNt I T I v rltvuL. f ItJfv rt.
OR PARTIAL RELEASIfF RETAINAGE
A!A L•)oc,,,,c?l( G707A
(Instructions on reverse Sick)
ARLHI I ELI
CONTR•\CTOR
SL' RE'lY
OTHER
r
TOOw? ER ARCHITECTSPROILCI NO.:
t %amc ant mldrec./ .
City of Fayetteville, Arkansas
113 West Mountain CONTIU\CI'FOR: Bid #99-32 / Wilson Park Pool
Fayetteville, AR 72701 Dressing Room and Filtration System Building
Improvements; Fayetteville, Arkansas
PROJECT: CONTRACT DATED March 9, 1999
exoteric aout iejd v,
Bid #99-32 / Wilson Park Pool Dressing Room and Filtration System
Building Improvements; Fayetteville, Arkansas
In accuntince with the pruvi.i,,n: of the Contract between the Owner ,rid the Contractor a, indicated above. the
Oac+r ,m,nrmWnddrro'o/?w'h7 National Fire Insurance Company of Hartford
CNA Plaza
Chicago, IL 60685
on band of
ringn,u,n,r andra4ln,% of CAn(nn',,,, Hecka thorn Construction Company, Inc.
1880 Birch Avenue
Fayetteville, AR 72703
hereby approves the reduction In or partial release of Ietatnage to the Ccintr_aor ac follow
Reduce Retainage to $3,000.00
SURETY,
CONTRACTOR
The Surcty agrees chat such reduction in or partial release of retainagc to the Contractor .i ;.11 not relieve the Surety of toy of it..
obli6.7ti)n, CO
rlaa•nrta,n.' andraurnnrq r le nr0 City of Fayetteville, Arkansas
113 West Mountain
Fayetteville, AR 72701
OWNER.
a, set forth in .aid Surety's bond.
IN WCTI:NESS WHEREOF, the Surety has hereunto dot to hand on the, date:
July
9,
1999
(fawn ,n u.nu,yt dm mmnro foll,a<rr la i& na„rrrrt dale and ynr
AlUM
(Stal}
• ll',v✓cd ,lase and entr,
CAUTfeN: You should sign a original AIA document that has this caution printed in red. An
J III original assures that changes will not be obscured as may occur when documents are reproduced.
See Instruction Sheet for Limited License for Reproduction of this document.
^mA oocG►rrt tsG707A • rarest of SURETY IC) REaLCnoS I. OR r.utrw. RF,IL cIt OF
f�m �,1Pd(ie: • IW4 ox • 'AU • • n it &%l .wC&% LN5f f iTF. Qt .47CHn1C.TS. 7"
�ctv'tuwt A9mlr.. V. WMIl!NG70%. fl; 2.1x, 5292 • WARNING: Unlicensed photocopying G707A-1994
vrorMes U.S. copy,ignt lows and w01 aub4ct the vlogra to tegW prosecution
Jul. 9 '99 10:30 Received from
501 376 2103
li\r(1 V,- ♦,\• -...-V -.emu Y.- Y • Y ♦- -.. •. ` .
• •
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
• Know All Men By These Presents. The! CONTINENTAL CASUALTY COMPANY. an Illinois corporation, NATIONAL FIRE INSURANCE
COMPANY OF HARTFORD. a Connectcut corporation, AMERICAN CASUALTY COMPANY OF READING. PENNSYLVANIA, a Pennsylvania
corporation (herein collectvey called •the CCC Surety Companies'), are duly organized and existing corporations having their principal offices in
the City of Chicago. and State of Illinois, and that they de by vita of the signature and seats herein affixed hereby make, consli0.Re and appoint
Knight Cashion Benson A Cashion Matthew Krioht CasNonJr Witham R, Piegge, William H. Griffin. Judy Schoagen, Sheila J. 5m;ih.
indMdually
of Link Rock Arkansas
their true and lawful Attorney(s)-in-Fact with full power and aut tonty hereby conferred to sign, seal and execute for and on then beha1 bends,
undertakings and otter obligatory instruments of simile nature
• In Unlimited Amounts -
and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their corporations and
all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of vie By -Laws and Resolutions, printed on the reverse hereof,
duly adopted, as indicated, by the Beards of Directors of the corporations.
In Witness Whereof, the CCC Surety Companies have caused these presents to be signed by their Group Vice President and their
corporate seals to be hereto affixed or. this 29tn day of September 1998
.K�a31, a
hn s.
C f
1 pyRl r{ 7 g
3 MT 11,
4 xurt� e
tell
CONTINENTAL CASUALTY COMPANY
NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA
/1/Itfli
Marvin J. Cashion Group Vice President
State of Illinois, County of Cook, ss:
On this 29th day C September 1998 . before me personally Come
Marvin J. Cashion, to me known, who, being by me du'y sworn, did depose and say: Mat he resides in the City of Chicago, State of Illinois: that
he is a Group Vice President of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and
AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA described in and which executed the above instrument that he knows the
seals of said corporations; that the seals affixed to the said instiment are such corporate seals; that they were so affixed pursuant to authority
given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to
be the act and deed of said corporations.
My Cornniissnn Expires March 6, 2000 Mary Jo Abel Notary Pubiie
CERTIFICATE
I, Mary A. Rlbikawskis. Assistant Secretary cf CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF
HARTFORC, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby certify that the Power of Attorney herein
above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of each corporation printed on the
reverse hereof are still in force. In testimony whereof I have hereunto subscibed my name and effaced the seals of the said corporations
this 9th dayof _Thll;r 1ggQ.
CONTINENTAL CASUALTY COMPANY
`, w5t=1Vr .W �1e ar NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
r P n y AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA
ifn F�$9j _ 3 aa"etvtp z
Mary A. Rikawskis Assistant Sec-etary
(Rev.10I1197)
nn�ppl(�� J�/A� * CHANGE ORDER **
V W Q ORDER Each Package Must Be Marked
PURCHASE ORDER #
%
-..
AYETTEVILLE
VENDOR NO. 5450
JUN 21 1999
Heckathorn Const Co
Attn Don L Heckathorn
1880 Birch Ave
Fayetteville AR 72703
FINANCE DEPT',
Exactly As Shown Here
City of Fayetteville. Arkansas
7I-OGO
DATE
//y5�_ c'&3
TERMS /l'DT 3o D'
Unit llyy
O. of Reg lved Accccount Number Unit Price TOTALS
Issue
Emergency PO issued 3/10/99
1.00 JOB a) Bid #99-32 to replace Wilson Park
City Pool Filter Tanks and the
Renovation of the Dressing Rooms
Contract #699
2250.9250.5806.00 98011 1 $23013.00
1.00 EA b) Change to Contract #699 1807.00,
C/0 #1 to increase PO $1807.00
2250.9250.5806.00 98011 1 $3807-9.0
1.00 EA c) Additonal change to Contract #699
C/O #2 to increase PO $1,830.00
// 0, 55 -. ut
99,5-t/�
SHIP TO: Parks & Recreation
CITY OF FAYFITEVILLE
1455 Happy Hollow Rd
Fayetteville AR 72701
Edmonston
DEPARTMENT VERIFICATION
RECEr/ED
DEPT HEAD APPROVAL
MAOUNT TO PAY
MP VERIFlUT10N
ceLz" 1ti
ENTERED Jai; 25 iJ99
Vrtwble, C
BY DATE
S 6
$ 941I n i (e-1747
/4 G 5
:f rs
. e . .
Sales Tax Total:
Purchase Order Total:
DOES NOT MEET PURCHASING POLICY
CONTRACT PAYMENT
OTHER
PURCPASINO VERIFICATION
PRICE CHANGE VERIFlUTION � � THIS PAYMENT
Y
T1eS PAYMENTS
PREVIOUS PAYMENT(S) S
RETURN CHECK TO TOTAL PYMT(S) $
SEND 70 B4IANCE S
Z e DEPT COPY
3-"ii8.21
•
•
A Carter:: Burgess
Consultants in Planning, Engineering, Architecture,
Construction Management, and Related Services
June 14, 1999
Mr. Eric Schuldt
City of Fayetteville Parks and Recreation Department
1455 Happy Hollow Road
Fayetteville, Arkansas 72701
lKt6:C4 1 ,',
JUN 2 1 1999
FINANCE DEPT,
RE: Contractor's Application for Payment — No. 1
Wilson Park Pool Bathhouse and Pool Filter Building Renovation Project
Fayetteville, Arkansas
C&B Project No. 98A-062-010
Dear Eric:
We have reviewed the attached payment request from Heckathorn Construction, and agree with their
request for payment in the amount of $99,501.00. Please process the attached application forms and
forward an approved copy from the City to both Carter & Burgess, and Heckathorn Construction.
Please feel free to contact us with any questions of comments you may have.
Sincerely,
CARTER & BURGESS, INC.
H.Way
oper, ASLA, AICP
Associate, PLA Unit Manager
Attachments
c: Project File
Via FAX (501) 521-7714
F:\obl98Ao6201 tcorrespd¼06149gtt. aoc
Carter & Burgess, Inc. Suite 204 10809 Executive Center Drive Little Rock, Arkansas 72211
(501) 223-0515 Fox (501) 2232470
I
_
_
zi
kH
I -
_
_
z
I
1
z
z
ELQ
c> c m r O c n O p n O
z
n art = m - _ = > - n > >
; T + m 5> cO ^. O n to r
CZ m- '• r =__ - M n Ffl >
_
N -J= - �. P p -I
m_ r - -
ri -j F cn m 9 c
o
m =-n
m m 0 D
Zr-
-_ ` m
w m zz
.O .O r- - N
vl I O w • r.
O O O Ui O O —
• O — v w w
o it lo O O IO
o 0 0 -
I I -�
Z cc'- -
- cF ^
z r.
ca fl < C _ n Cl)O
o r n 7 M1 = O
n n <� n
n r• - r
•• C ,-'<c.,
,— n r n `<
Z
n < r C 3 r n
O cc r r. n
r n 7 >_t n v
n n p n <
C, n n C - n -1 <0 -
r•3 Nz m
O -t -JO n m
C, U OG
- n 7 —C-
2- --c
n - \ /
m.
'1
r -n> O
r• In cc I 1 CC
o n - ^, T
✓ n _ V
CD =
; X P _3r-.
or) ^ '<t )-r
n n rr - n h n r.
F= C n O O
- r71 n< G r m
n n n
><n <3 r•^ Z
,.. n ;n r• n p G
-C,
N n n J C
N J 0C ^ >
Nr7 LC
-n > n O J
n -1 r. r
3 V
• 7 w 1 V
•
••• U r• N r• -
C N F' N
C r
- H. r• 7 -
O OJT Z
r-
N O
O O C
O•
C, n Z n--' _ _ _
• r• n•
o C- p Z• v
z
z o % ' , z =
O Hz N -
.. O co
CD II —
I I 0 .D .D
o .�'0 .a
O 1" O -
O O N -
- N
o '�OCL�❑=.
o
.'
•�i
!
0
CCC
.:
as
a„
"cam`
.
=c -
_
_
=
i7
_
••III
<
I
<
I
x
—
C
v
lP
r
W
�:.
.t --o
� <
-
cc
vcN
-o-
>0
c-
-
_
_
-
C`
U'
I
O
x
—
O
N
—00
00
N
N
!�:
—
_
O
-__
Z
•
->
p
r
O
S
O
O
O
O
C
W
C
f.
c
r
r
0
r•
C
r.
r.
r.
.
C-
=-
•„
n
C
C
Y
r
9
r
Y_
r•
N
C
C
O
S
r.
C
C
V
_,
-_
=H!
n
J^
V.
L
r•
r•
r
F
Y
J
o
r
:.
N
•t
r
C
r•
n
3
cc
f.
r
_'
_
z
�•
n
n
n
n
n
.'_'
L
rt
r'
Y•
n
W
W
n
n
J
n
)-I.
r.
R
n
H
-
•-
—r
--
,
•t
3
Ir
n
n
"t
Y•
n
J
J
J
J
a
Q7
J
.�
<
J
�'
J=
_
:.
C
o
rn
i1
Y•
n
r
N
-
N
,7.
C
v
C
....••
:'✓
V:
Cl
Q:
c
C
r
r
O
n
C:
❑
j_0
o
•-
or_
N
n
3
r.
m
0
n
or.
z
-
Z
W
(:
n
rt
G
n
W
C
O
I-.
W
?
Q'2
Cr-
i-
-
-
_
-
_
-
r.
-
V,
r
n
J
S
O
n
n
r
Y
FI
C
_
-.O
I_
-
Z
:.
n
...]
N
N
£
L'
r
0'
X
F
c
O
r
- I
_'
-
C
' Z
U.
r
n
G
o
r
n
N
r�
C
(-j
rt
Y•
J
--.
v
-
�-
p
Cl)
Z
i
N
n
r
O
n
L
:,
c
n
PJ
L:
J
=
n
O
W
W
^
r
W.
_
n
>
'_
_.
2T
::
I
-
-
-
-
111
rn
C,
_ ._
y
C
_
r
P�
.
c
e
C
.-
N
,J�I
J
> -
sI
I
-
••-
•
_-
N
In
—
_
^
%'
._
o
. Y
U
.-.
U'N
N
U
A
V'
W
—
W
U
N
m
-
r
r>
CI,-
•
V
•
.
V
V
•
V
V
V
-.
O
N
U
.-•
C'
.t-
m
-
A
o
W
lA
IV
-L.)
_
--
^
VI
-
.-
W
In
'O
O•
.••
O,
m
a
m
In
t.',
t7
=
O
W
�I
N
V
lA
1-
V
0
•.•
lP
0't
W
C
1
=-
•-:
=
=
n
>95
2
i
o
Rz=_;
=
>
C.
0
0
0
000
000
0
0
00
00
x
c
2,
C,
a
<
S
Z -
x
O
N
. 1
0.
•
1
'r•1
c
3
.O
U'
_
Z
m
.-•
In
N
V.
T
m
w
.-�
W
W
N
_
_
.�•�
f.
0
3;
-
.
_
U
_
_
_
_
_
m
N
-
"'
m
N
V
O
W
U'
N
�--•
lA
to
-
J
=
O
Ni
.O
0
0`
N
N
m
m
m
ll.
V
In
ll.
3
W
N
O
T
1./1100
Y•
Li'
O'
W
D`
NI
VI
W
6 Z
r
�r
—3
--
=
H
c C
-
r-
•
n.'a
.Z^
�.
as-
2v.�
o>
�>
.O
O.O
o
N
O
^
O
£
r
C ^
p
O
r
U'N
r•
In
T
m
W
.-•
w
w
N
V
r - ..
——
r.
O
O
_
_
O
Z
Z
U'
.-'
t
r
m
N)
'JO
O
W
In
N
.•-
L-
In
r
x
I'
u
to
N
N
�O
O
S-
C`
N
N
m
m
m
In
N
In
l.n
_
— _ -
_
�%
_
C
N
n
I
W
N
O
t
T
Lr'
O
O
.-•
U'
O
LO
W
O`
,-
,.
%-
—>
j
,f.•.
C
c
v
v—
,m
?x
i-ipzz
_.
.-
.-
.-
.-
0
F-
-
.I. ?:
z
=
>
.O
.O
0
'0'00
'0'0O
0
0
00
O
0'0
=
j
O
0
0
0
O
N
O
U'
N
O
O'
O
0
0
0
0
C•:
0
O
2
: •
C
to
c.
-
O -II
_
S
nc-j
.-
- >
O
1
I.
N
-
0'
Z'O'O
'O
.O
_
2->
_
J
lA
N
r•^
Z
^
In
W
W
C'
'O
N
N
r
.: — .
r>
c
O`
V
C
O
V
C'
O
N
m
0
0
O
00
00
;..
N
I_
—
-
0
N
-
c
n
v
>-
z
_
o..
-
(t
c
z
;Z
>
<
;a
c
:n
C
N
Z
0
^
7I
_ _
_ f
ri
-
_
-
r
b.
J
J
V
z
0
z
C > C
Z m -
n z
m
TO >
Z m
N =
_ •i r'
a =-
z m
n
C
a
z :
C):
m
>
D
NC•)
wm
N
UI I
o O
O
O
N >
v _ r
m % a
a _. Z
0Em
C r Q
N "r
mcN
9 _ N
rn
T a
D >
m z
m >
N Q
m m
O
rn
z
z
I
m
m
z - -. I '- I
bfl
z
m
_ft i
}
ra
F
C)
Q
o
=y
C>
z
2r
>
O
-
3
Crn
r
c
vM
m
O0
p
o°
O
N
o
rn
m
r
m
Q
�
D
m
w
Z Q
m x
z
A n
Q O
z
S a
u >
J n
O �
rJ
O N
c
a 3
.-•
N
N
o
w•
In
O
00
\n
r
I
I^
V
U
O
O
O
O
O
0
y CO n
Cn G
C F r i
U Z
r Z z
n o
^. _ > w r w r
C) < C J rt
Q r. _ z n c
c n < n
-
r tin M'.<
G n
O > r.
coo o n o rn n
N n r O r. <
n O C L I
<0 I—
t
NJ
C) I o —Jo n
n r U O w
Y• fi r .-" G 1
rrG
V n_ it
V
r. -•n>
r O w v
rt aon -
n O n n
n n =
'r, — C
Z X a w 1-. r•
C rt i) `< t r r
nn - n n n w
cc C 0
- n n n< W 7
rT. n R n
x N N Y• N O N
V r J n
n r n
NJ
N O U. N= <C 0
NJrI
N > no
n n A r
F
e
O
G
0
I
—n
•
m
c
n
+•
w
N•
N
N
CM
-'0
c
G
w
N•
n
=
Oo
D
LO
A
N
0
O
0
P
nofl
x=
=
>
I-`
r
J
D
z
n
•U•
w
r
^•
>
o
_
Z
O
I
1
Z
Z
N
0
"
'O
O•
I
w
D
I
O
o
N
o
O
0-
-
N
O
❑
❑
❑
❑
❑
O
>
_
--
C
-
z
Z
7
=
>r
_
^
r
D
O
Z
Z
C
C)
rn
TI
m
0
x
O • y'll%
i5
ar
C a
c
O
z
y K Z
C
C,
O
C
c _o
n -
o
Q
to
-
-
R
C.
n
3
0
o
0•
is
0;
C"
N CI
J yn
a
o
bi
C
fl
o R�
a L {
a V '
r
7
Q
• N
'=
O
L
'}ly 3'y�v CC
+
IUi
D r<S
b Y
f y U-
-
0
O m —
P
0
am
0
N
3
0
IC
O
0
0
C
1
s
0
0.
O
O
3
n
0,
N
n
O
O
a.
C
n
N
Y.
Y•
I
O
0o-
V
V'
(p
—G
-a -.4 6
GC V V C
Y.
r- •, r, 1
V�
Lr
t-
I 00
V
C
N
—
O—
O
G`
.—
O`
U
I O W
'-'
o
U
-
C
O
C) O
O
N
N
N
-I
H0
•vm
to
C)a0
O
1--
G
=
O 0 0.0
O O O O
O
G
n
n
m
C
F-•
O
Y-
O
0rC
Y•
Y•
n
W
C
r
n
I
H
n
;.
C
C
C M- n 9
r
Y•
G
Y•
In
W
c
C
0
0'
r-•
C
o'
W
C
0
b
C
n
X
n't
C
c
�,
n
n_
nn
n n G
C-
n
F'
Y•
n
Y-
.
'
n
R
Y•
-
n
n
n
'1
'1
3
'T: n R '1
Y•
n
0
7
C
O
O'
0D
C
W<
W
I :^
I
fl
-
n
Y• 01 n
'C
C
MCC
Q.®
C
n;
VI
O0'
C
7
r•
F•
O
n
W
7
F- D'
f-
0D
41
n
B
•
.'d
n
n
n
C)
fl
'f.
2
n
rt
rt 1:
L
G
Y•
G
3
a'
3
n
Y-
=
~i
A
£
Y.
:.
r
n
O
V
O^
�T
�.
n n
n
J
-- n p
n
0:
E
n
P
X
T
O
O
R
•
Cr
t7
n n
o
.}
Cl
N
n
C
n
n
Y.
.
C
x
n
I"'
r
Y•
\
C
W
n
7
C
n
i
N
E
T
C
n
OD
L7
>
l
•
C
W
R
-
0.
\
•n
C
O n
n
F-
:A
•
N
R N
Y•
n
Y•
n
Cl
-
p
n
❑
I
00
GD
Cj
N
U
W
aO
Y•
U
N N U
T
a0
W
Y-
W
W
N
OD
(. R
1
V
V
V
V V V
V
V
V
V
V
V
V
O
N
W
'--
T C W
t
T
O
W
U
N
n-•
l�
W
W
ll1
V
00
W
0r
U1-4
U
j
W
V
a0
N
v In T
V
C7
O
'-•
In
0¼
W
C
J _ _
0
0
0
000
000
0
0
00
00
o
Z �
J
aO
U
J
OD
r-•
U
N U
i�
OD
W
'--•
W
W
N
v
—
V
V
V
V V
V
V
V
V
V
OD
N
'--•
— OD
NJ
.40
C
W
U
NJ-
- r
A
U
•`
O
N
aO
O
NJ
N)
OJ
OD
OD
U
V
Ulan
O
OD
W
N
O
In
0
0
r-•
In
0'C
C
Z_-_
n-•
Y•
V
Z
'C
o 'O
>
ao
0'O
It >f
< s
?O
—
U
,—.
r�V iJ
O
Y•
U
N Y• U
.t
OD
W
1--•
W
W
N
V
•— �: _
V
V
V
V r r
V
V
Y
V
V
Y
In
N
'-•
A S
V
4-
r
C) t O0%•
N
N
00
OD
CD
In
V
In
In
•..
W
N
cats—
In
0
0
n-•
In
0'O
W
0 0
C
C
r
Y•
r
Y-
Y•
I...
Y-
a0
a0
0
'C'CO O
'O'00
O
C
00
CD O
a0
.I'
O
00
O
O N O
l l I
N
O
O•
O
00
00
(^.
-
N
-
Z
r
w
I >
1`
N
Y•
N aO
N
V
O0
�, •r. Z
_
U
W
lJ
O4
NJ'-!'
... — '1
O'
v
0'
O
v 40'0 0
N
O�
O
O
O
00
00
—
7
n
x
r
Lam•
(_,
O
•
C•1
2
n
r.:
>
I
M
-
•
I
`I
-I
t
£
In
O�
I -•
O
YI
I
I
O
r
N
O
Stn
my
CII
W'
Z
'c'0
V'
-I
rvr
>
•-7
x
>
>0
0
z
C,,
"
Hto
H
3
G
Z
•
O
Z
2
m
rn
a
O
C
n
J
C
-li
I
1 =
7
I
I
-
_'
i
�
r
,
-
V
r
71
-
z
z
I
ii
j
-
cc _>
c
_ m
=
0
D
r N
Z
m
-t
-
r
m
-I"
in
rrfl
'
>
K
/t
-n
7 c
C
£2
ran
_
m
=
~
_
z
C
F
Ttfl
C
m
>
—
m
z
>
z
N
T
m
:
O
m
m
D
>
«
z
K
MCC))
rrn
wm
Z
1
N
0
C .
L1
I
•
0
0
v
-
o
•
o
~
0
0
0
•n
D
-
-
s
-
LC
t
Pt
I --
-.
v
F
0
C
m
n
0
z
-i
>
D
1
N
C
0
0
mm
n
Ir
I.
z 0
n O
z
to r
on
O
n 1
C, >
D
o n
C, ~
I-'
I- f-
n 3
«
«
«
«
I-•
o
w
w
•
I
`
UI
000
v
.-
I
w
w
Iv
•
0
O
C
O
O
o
- - - - > . - > r' = > r. - D Z - •r. fl r = .^. ^ - -_
F?rn. r r. is T - - r. E c -
I- r. - - o N n n =
n
r r .. r- r, r. •- - rt G r
_ V _
iii
-s>-.` .•' •..9 //i• = ��•
r ZT1 .< •.O'er- rP i
_H -
-C, =
\ _ f r'r rl I11r % \\\``\. ^C - • = 1.
- f•\ - .. rr
Z
l D n -
m Cr
= z r -
r
o - r C•)
n •1 = T n
o ? r
>C /. n i -%.-'<
n <C r. O
n n r C'
7 c; r G C -.
n C n c- n
•1 n
• c -'c
- p:, n - -1 '<
G n n r n n z
o n C rn v
r r. o >:-'z n
1 r. o n <
n On C -. 1 <0 V r ♦/
0 Y m
C) -t \In
r r 0 o;'
- n o -0-
o> ii
a N C. f
C) v n
•
- D O fT
O - - m
ii
r n o
K o r
n m I _
I- o R ^
n n =
- ^E
000 P•
n 0 -
nn- 0 n to = n R O
7r C C n o h O
• n R < U = m
4 r n n n
><a
r- < o r• - n Z :•. M, r- fJ o G
c; r o = •1
-an r n
N O O N N >
N R 010
-fl1 '1 no >
M M n r
JC J '-I
C G C C
n o =fl
• N CO
U V• N r
C n L K
n o n z
0 7
N C Fm
O 3 v
a n;
n n - - -
>_
YI' nZn2-Z
o a = �z _
O v _
�•f `� z -
D� z
z 0 _
o - Z N O -
. 0 fD :
'•
'0 'OLa �/� 'C r_
0 1C •C
o w 0 r
o N)0 I -
0 o r
•-• N r
r
o > - i
= Z =
F _ T. - NJ
C)
-
Y.
I c
0
'
'O
Or
a
2
�+
c'
N
�.
., -
,
c:I�
I <
<
I ate,
��
�,at
wc
.r --o
<
<!>
:
;,..
-
—
'00
V
o
N
-o
to
C'-
I -
_
-
O
-
1 O a
-
o
cr
-
c
o
co
N
N
N
-
_?_
O•
r
G
—=
O O O
O
O
G
r.
r
c-
f-•
O
W
C
r•
r•
R
r
J
c
r
I
r
"
'-
[
"•'I
H
r,
J
O
C
C r n
-
Y
G
Y
V
G
C
O
O'
r
C
C
G
V
C
I
.
c
>
n
V.
E
r.
Y• %
7
r
J-
N
R
r.
J
r
r
s
C
C
r.
r
I
_
-
-
z
n
O
r r
G
G
r"
-
r•
r
Y.
la
•a rt
n
J
R
R
R
R
R
=
-_
C
-rn
r
0.
V
n
•-
J
N
Oc
VO
C
V.
r1
C
•
b-
�
[
r•
-
M
r
_
_1
L
-,
-
G
,.c
J
V
c1-.:-
r
O-
CC
-
_
[
/>
s+
C
O
?
>
V
n
V
r•
n
7
O
rt
n)-
r•
1
C
❑
^.
---
O
n
r•
n
0
a
R
n
C
n
n
r•
z
--
Z0
-n
�-?
N
V
�
O•
x
-
O
O
r.
=
<
-
. .
_
1.
L
In
.,.,y
n
r
O
n
V
rl
G
r1
n
r•
r
r-
I
•-
�.
_
'^
m
r
O
G
G
R
r
µ
-
n
c
r
=
2
.TL
n
~
1!
T
r• -
V
R
V
!--
r
3
-.
';
�•
>
1' 1
rZ
^
r•
r
_r•
II
O
C
_
-
r
_
-
I11
.1
Zr
-
<-
,;_
fl
n
.O
t..
^'
U
U
N
I r�
r.
>
-t.
u
P
0
N
W
F-•
o'- ^^
co
t
t
O
W
In
N'
-•
t
W
-
^
m
-
�'-
U
lJI
.O
t
a`
t
V
c0
co
O7
In
V
In
V^
_=
W
V
N
V V1
-t'
-.4030
—
111
0D
W
O,
�
I--
y
.O
v
-
O
o
U
==3
J
ss
c
�_
.
Y>
O
O
O
000
000
O
O
00
00
C
£i
�. _
•<
2
j
_
G
<
r
s
N 1_
o
i
♦
Or
—
VI
N
L/1
t
00
W
—
W
W
N
V
..
-
:
—
•
�
n
_
o
Co
N
—
—
00
N
V
O
W
V1
N—
t
In
=
O
N
C
T
N
N
OD
OD
co
In
v
In
In
'J
(1
coW
N
O
t
lJ1
O
O
—
In
O
'O
W
C,
.,
—
N
y
1
J
Z
O
N
[
Z
7
c
N
_ >
_
_x~
`�
o ff
c =:
—
—
— .
23
V
W t
C Z C
rr.
�Zv--
> >
>
1D
0¼0
i
rN
n
<
>
n N
_
O
O -
='
o tn
°7
—
...�zo
�
—
O
—
v1
—
CO _
J
>
n
I,
O
—
In
N—
In
t
07
w
—
W
W
N
v
__
n
O
3
-.J_:_
C
Z
Z
In
N
—
-t--03
NJ'
-JO
W
V1
N—
t
U__>
N
Vf
N
0 t
Q`
N
N
OJ
co
cc
LP
-4
In
V1
-— = _
—
r1
C cn
V
W
N
O 10
t
V1
O
O
—
lJ1
0¼0
W
C,
7
.
^,
n
-
^-
y
o =
�m
'x
npz2C
•r
C,
_
O
Z
3
Y'
-
-
-
-
-
�n
o
'O 'O
0
%O
'0
O
0
0
00
CD
.
0
O
00
O
O N
O
N
N
O
O-
O
00
00
`r
O-
-^-
n
O
F
E
n
O
[
0 —II
I
E
O
r
N
o
3
W
C
I
O
t
N—
N 10
N
V
cc
.- '!'' Z
—
.-
C
a`
-a'
O
V C`
C
N
0G
0
O
O
00
00
—
—„
n
'-37;q
=
-30
N
^
__
-
O
n
I
_
O
> - >
a
(a
Z
I
n
N
'
•z
Z Z
31
—
l
v
J
Z
r
2
L • J
..
-
>
c
-' m
-0
D
r m
>
2
m
9
-r
-1
<
_
2
r °
_
Z
m
N
r
y
y
_
rm T
2
C
r T
f1
m
>
D
c
---4
i
Z
N
rn
C)
T
m
O
m
M
D
�
M
Z
-C
m
FJo
:
wm
2
F
I
-4
N_
M
-be
N
O
O
I
0o
0
s
m
D
-
_
=
=
z
m
_
1.
-
r.
J
-
-
n
F
00
='
D
Er
C
O
^_ 3
r
m
J r
-m
go
N
O
m
0
O
YL
IL
0
O
Z
-J
0
-i
N
C
0
a
-DI
m
I-
N)
La
_o
0
0
J
CC
r.
a
r. _
-
-
C
X
G
- -
n
Z
-
-.
r
- Z
_
o
-
r
r
,
.N..
f
<
O
C-,
6^.
n
o
n
r
r-
=
O
-
-
Cr
'1
n
n
r'
7
-.J
•T
•
^
-'<,
W
Y
-
n
Y
On
n
r
n
n
-03n
o
no
rn
n
n
r
>-
r
y
n
=O
n
<
n
n
fl
E
-.
'1
<0
-J
Y
+
N
z
Y
n
r•
'-Jo
n
r-
)-e)
O
W
.-
at
.--
G.
O
•
`G
>�
__
•/J
V•
n •
N
.
vrT
_
o
-
wG
_
r
n>
'
n
O
n ^
^
-Co
CD
n =
m
_
Y •
,
n0.
CD
n
^
'<t
Y
Y
n
n
-
n
n
n
y
X
CC
0
•
rt
n
n
K0�
n
n
n
>
<
n
<
N
;c
nfl
y
r•
n
O_
W
r
-Jo
Yn
X
Nn
r.
m
N
N.r
O
O
—Q
>
r.
O
n
•1
n
Y
J
O
W
C
n
7
G
n
•
C'
C
n
•.
W
F^
y
y
Y
y
C
C
-
h
7
n
to,
n
00
Na
O
O
S
C)
TI
m
a
m
m
Z
`I
.I
T
z:>
R
rt
Z
n-.:
•
O
•
•'i
Z
.z
v
7
J
n
Z
o?
2
O
_
Z
N-.
-
0
\O
O•
Imo...
I
0
\O
'O
O
w
.O
C
O
N
0
•-'
O
O
A
l-•
N
^.
l
-
o
uEuD_=
-
I
V
-
`I \�
> 1 ♦/�
0
is
c
O
- �t
O
C
E
c
n '
r, rc
Zt
Z;
IJ_
C.
O
n
c
O .2
n
o
-
F Z.
� C^
0' -
VP"
N a_
0 '
C D =
oo
R�
9 _ >
I, <_
O
— j 1 • A V V
0.
or
O
Ii
v >
O 3 >
N Z
a
c � 2
n 33)F
= m Hc
o 9 0>
O
O Cr,
�
£ y O
c rf o J
l7 �_
n O ZN
°c z z
n c E
� M C <
cm
J x
N
3
t3
D
n
n
C
S
C,
O
C
O
N
I,
o
o
o
v
I,
n
I cc coo
I
w
Lr
—L--J
1.11
'YC
T
w
V'
(�
—
O
C
I r. -t<
I >
.-'
—
ICC
v
0
r..
—C—
0
c'.
--j
I
L1
Ln
I
C)
O:
—
c
V
—
O
o
c 0
0
IJ
N
N
—I
I
^-:
✓1
C)
U
.^.
:/:
Ci
>
C
^--,
L
V:
m,
:.
3
r
:!.
C)
.:.
F-'
ca
.:.
Jl
Oo
o O
O
O O
c
•.
i\"
fli
r
V
I-
O
Y.
c
1.'.
1"s
1i
N.
❑
r
.-�
r
7
c
c
0
r••
O
-
r
G:
r•
N
c
O
c
r•
L
G
r
J
Wt
>
n
N
E
r--
F
F
-t
N
'S
r.
V
Y.
h
c
c
IJ
m
n
n
r
r
L
n
F-'
r•
n
r•
-
.1
n
7
n
Ir'
n
M
^I
1
_
_
n
n
V
3
r,
rt
it
J
°'t
1
Y•
r
�-.
N
n
c
N
Po
V)
o
0C
r.
-
o P C
n
—
J
3-
Co
N
O
n
r,
r.
C
D
r.
C
r,
n n
v.
n
-
U
n
G
7
v
9
E
'.
7-
r
o-
c
n
Nrt-
r•
c
-
n
c
L
N
n
n•
n
r•
Z
--i
—s
P
O%
n
c
r
n
.-,
n
n
r.
n
n
c
n
F
y
N
c—
E
Di
n
a'
X
F
O
c
C
O
to
9
O
n
N
c
C
ci
n
r•
7
r=
c
x
I r
,
'"
-
r
C
L•
0
7
C
G
^
r
V)
n)-'
0' O
n
E
')
C
_1D
G
N
D
O
G
G
r
.
n
C
O
r
rt
.5
1--�
1-I
W-
G
F
O
N
'l
in
r•
N
3
r•
n
n
r
D
1
N
'
—
>_
W
.•
In
N
N
1J1
W
—
w
W
N
00
_
O
N)
Li
—
C\
co
.t-
r
O
W
U
N—
T
W
-
—
w
v1
\o
c1
c
rn
"
w
Co
Co
v1
v
In
St
W
V
t
N
V
1J1
T
J
O
O
—
N
O
1J'
Li
C'
_
I
� J
O
O
O
000
000
0
0
00
00
C
>�
C
Co
zt
%
J
v
OC
—
to
N
Li'
T
W
W
—
W
W
N
V
=
-
-
p.
Oo
N
—
—
Co
NJ
-J0
W
In
N—
1-
In
O
N
%D
O
L^
N
N
0o
Co
Co
lJ1
V
Until
./
Co
W
N
O
t
'./100
—
Ln
050
W
O\
..
Ca
—
—
vz
-'-n
*
*
>fl
—
O
—
to
%)—to
.t
Co
W
—
W
•
Y
V
V
.
.
.
•
•
.
Y
•
In
N
—
D fl
Co
N)-40
W
N—
2-
In
l.n
N
O
T
N
N
Co
OD
Co
In
-a
v
Li
N
O
50
i�
to
O
CD
O
—
to
O
5
_,
3
—
—
—
—
—
—
—
—
1-
St
1D
0
't't
O
50500
0
0
00
050
O
00
0
O
N
O
to
N
O
O•
0
00
00
^.
C
C_
-
N
10
''Z _
D
CN
W
W
0`
10
N
to
t
- 1
C'
-J
0`
O
-J
C`
O
N
0o
O
0
O
00
00
-
3
n
I
:J
-
7
>
-t
fl..
z
-
>.
C1
Z
V
V
Z
I
I
c'
N
O
V
W
O
I
I..
Z
St
\D
Z
C)
V
m
m
N
S.
U, v 0 o
C v m v
m m 0 w m
lb
v v m
a 0 m n m It
CO 0
<
O' O' m p� m 0 c
m m 0
0 0 3 0
3 O
Cl j pip A
o a.
O JC
(--�I 0 Z m
'- m a o
z 3
^<o m
N
q N
O 00
r ; <
C)
• O
p1
o
OH:1
D
d'
N fA EA O J Tf D
03=
- -•
0 0 0 0
o O <
00
C
CD N N T >0 =
rn c �1
0 D O O a r ()
a N =
oww m
z8 N N p� ^ O
c c U V 0 C
3 3 — 3 m
m 0
C `v D
In R
0
(n m
O O H
0) m
C
R
CD 3
o O y^ C
m
CO cp
Oo - D CD m m m
0 a.
2 O O O Ol
J 0 nCD
O m U F
S F d O N
Z
c m
3
az ❑" ❑"
❑ ❑ ❑ 9 O
° do o=3v dLI
C' N�
.. y' p c OI OD
0
0
I
iI
L.
j
1
)
gy
) =8
i z
,
)
1
9
)
Z�
)
O
40
3
r
R
z
-t-4
fl
•R1 -I
or,
z
v
H
m
z0
�oJo
o
G
0
O
m
n
g
<
c
o
EOa
Er
2 5
>
^o
O
p
W
p
>
N
..
fn
bo
V
V
T
Q
•o
.o
F
to
F
F
o
F
O
z
C
z
N
CT "1 A W N • On C)
rD c rm p0 o a wm
nr ny n E.- ., O O S 5"Z
W z m O\ .r G rai c c 2 3
u m z O ?^n m G? 3 D J n nca r
>
to gz ° n O
"T 3 acn0 r'
�oy °n n(rn 3 n rn
�? m ^ ".r J5no Oor s ≥^�
Z fm om _nom^ m9 WO O >
n C v'I ..= v' 3 vc O C g3
o a
�o m r m 3
O op Dn
D - ' 1 . :
m.U.. ()
m ab E Z
Im . z
o - a J m
« « I « « « « O O O O
I J MZ f-• r^ .-- 1--• •...S
t" N W W W N fl
3 m N r �O •-'• 1--' w
3 z •
nro•� Fo rn 0 I S o r Em<
' C 0 o 0 00 O O Z
znl 0
a j
v d>oA�D �a≥n� D 3z og nvl d o 3n59-1
I
J C `c n 7. O �i o-<
^o` Q n--5- i 3 c Imo N 4 o Tm n o �5 n
ii a m E
•.Go -n 3x^a,vD_J• H '0. E �m•x o
saa m m --oor,. o r mx m 3oc nJ
s0 —pn
AEno
s o n n0 3 3 mo 1pE,'1 /IIp(I1j,,,� n. P S O EO n n O n
3 .J.. > 6 n n p ,'�� O O 7 n S nw n J
O n M
Ary •. �qG �. O n =+
Cn-
vo
n Sg8 !LC) lb
- n ^ 3 S^
�an °ate ?lone - i�•AS .m1 ''`o
o
Ct-
'Q ul(IIIIIIU))"%4``` S oo n
X09 �� a s a �3=3m
nv Jn
^ 3 n nZ \N35 in 1
Z
^p a
Aa do; m
U J
n o ao
° a w
O� o° �nnG n'��.
Z'I
>
orn
Z
(1
ton's
A
n
h O
i
O
nM
•I1 -•an
z
❑o
n
mFw
.
`C M
n,
m
m
c n
ev m
m
m M
H v v
ro
F..
•rl ()
)-' ry
o
m O
ism
n
7
n 7
aH�
m
n
Inon
En
C
W
Na
n
ry
"
mo m
n
rm
ow
o
0
• 'e
J
•
-JO
N•
V
O
W
A
1-o>
t
n 0OD " > m
n On n
m
x
z)/'m m e 1' F••
Orb C acv rH
n n m m n n (n
• n M n < ~w G
^� r•w m m n
ytl m m 1+ m O w
CA HJ J 11
n n 7C
N m m m O]
NJft m O
m rto
K n m r
x e
„o n W „-I
•m a' m
•• m W m
Cl) to r m
C p•1+
n O OQ
m o0
N 0
A 8
a
n n z N 0: 9
• W. r o s
O o S z O
Z O a" O o z
•
o m
'O 0
I
'.0� � '.01.3
I w O 10 'O
O N O .O
O 0,-. 7
o 05-
F'.)
F
>
o
❑❑❑❑❑9
o
n>o
z
•-
m
?xm
W
O
o
C)
a
n
z
z
a
C)
an
m
Jmz
O
(")
C
II
-3
O
)� �� \\a 0
§| # \/2 -
| / ;a,
F .| a
\}�\ k
2 ( O §00
);2(; z
;
o � ` :e 2
] ` / \/
) / ,§7� m
n0 -I
'§ (m
!
/ \ . /\ �\ ` \a
• |! ` f (
; 7 ;
S. -!| x
0 \- O+ !` c.a La )
i & `; /
O. |\ 9 _ o _ ( \ /
• o �; ; §
2
|f / / o / , \
| ] .
7
!o . q
0
§
; 2
-Q . _ §§ 5
!@ § =K 2 (
f]
!
| ) n
!§32
) z
//$/
--�
cnIPII
/BGE x ` k
A ° \$@
Vt
e ) _
or
§ `\
k § m` § \ §
1\ t* CHANGE ORDER *10
PURC�HAS ORDEREach Package Must Be Marked
jit Exactly As Shown Rats
FAYETTEVILL
E T T E V I L L City of Fayetteville, Arkansas
PURCHASE ORDER #
99-0001144-004
VENDOR NO.
5450
DATE
Heckathorn
Const Co
7/21/99
Attn Don L
Heckathorn K k t: G ►. r_
1880 Birch Ave
Fayetteville
AR 72703 ;i 1y99
FOB Fr
fNA' CE OEPT•.
TERMS
NET 30 DAY
Unit
of
DesMption and
Accoum Number
Unit Price TOTALS
Issue
Emergency PO issued 3/10/99
I�
, zl000
1.00
JOB
a) Bid #99-32 to replace Wilson Park 123^iC7w3 fl.D. 123013.00
City Pool Filter Tanks and
the
Renovation of the Dressing
Rooms
Contract #699
2250.9250.5806.00 98011
1 -2 13 00
1.00
EA
b) Change to Contract #699
iae76-0 1-BA�a0
C/0 #1 to increase PO $1807.00
2250.9250.5806.00 98011
1 $1Btr9--00
1.00 EA
c) Additonal change to Contract #699
C/0 #2 to increase PO $1,830.00
250.9250.5806.00 98011 1
.aa a ,a sna.aa a...
1455 Happy Hollow Rd
Fayetteville AR 72701
1. Sand hwnlz.d Invola. In duplio•t. to:
Account. Payable
City of Faya6.vlaa
113 WON Mountakl
Faystt.vm., AR 72701
2 Mark all peckagse with P.O. number
as shown about All Moore mual be
aamnpanl.d by a packing alp,
quantity slipped and P.O. number.
L sCJLuLAc
q-9 -Q9 2,000
coNDmoNs
3. No sub.til W ons wilheut prb approval.
4. Discount. wt.dM to 10th ot tdlo ving month.
5. Ordn must be .hipped In lull uN...
otherwise notified
-
c2Ysfr
Continued on Next
6. F.O.B. F.ywt.vlll. uNse. othanviea agr..d
upon. No it. for packing and d.Ovwy will
be .fond
7. NO C.O.D. ORDERS,
6. Pr.pay fvUghl and add to Invdo.. Ship
to 113 W. Mountain St. Rear Entrant
I \ ` ' otherwise tnIeeapecfled
w
VENDOR COPY
2trl.Th!3.3r.1 4 u
• a u m ^-1 n Z 0 3v 0 xm 0
6 9 6 > Drr C m O ° 0 0 O m s B Z A o Inc' ::'
G C Z ^ y S ^ N ^ D O C O O D c r •-1 7 u 0 "'' > w n 0 m r
O n
•< LL Z 9 m z o r? z A
mS O J A Z S n to -G 3 > f) D 7 > J
c c z o 3 oc O � m -4Cm
m �> 3>> o f o 0 Cl 0 ffl 0 r n n m .- •e c� O
c ^' n n MH A `" 3< 9 nN a` '^am O; 10 0 S3 O S:3 r' D
• m p O r 9 r z O 00 '^ N T n w x n .< Inn n
tO 3m cO° p° •o Jr c •� z �� >0� i min 7r •e
c E a• >• 9 A ^ i o c n p 3 p J rn + n m Cl m i f) -1 O c'� < o o n m a
o. - c z m ^ N '`r J 7 Cl o o n Jo :
C < C �- - •• m m -� m •,
N -z•1 .n m o N -.n 0o nna Ov n �O O > > > - m c n <v m
m ?ty P o m O� U: w m �.v m w2.
1�
o O S A -i S J A z m Cl + v o 0o. N C) N R 3 0 yl n 1-• M'< D
zo �C O ms < n m rt c a m c n D m n m xn m
2 9 O v ., C)'< r - c a n Z
C ., •- �^. D �Q �7 9 r m n o ma yNm rt
m O 4 n N a
m Z -o
F N O n 3 N n° 7. 0 n< v
> n
s o m o - oo0 •ni <o VE
c H O v V v > T : 9 A D n ,-'t
m O m
'�' .- - - « z > �' « m m :b . om Co0 0 m 4.G PC.
•< oO
.. In In to :.I 3 n
i i rr r m m : ^EZ H Z1
•n N « M M M 0 M M M M O O J
N N _ r �T%• O
..o
N N . W W
• O V �O ^ O O O• V
W
ZZ O
i 'O •- r O• Q, O, In O J J < p
O 0 O• O• O V V r W E W O m > O 0
0 rn o v V o ,: �+ > m 0
o S non
r- o 0 0 000 m
y (l O O `Y- O m -
1 - l
J 0omQ'm'<vrr
nnwl.... mMrtm
p.,::, n :C n .C7 n < nm 7
ep yrao mmn m
n t t.` mm wmow Z
m �8 al
.0.;-i w> nny D ��>n3 D 3z N3'c o G_ m n noJ n� Nm mm,•C .d a
^ U S`< A O `.. i n_ v '� O m n c c O J J u n Nr Nm WO
Cn G' non0 3_.��n n —
Cn' n?^ y '^an>> -> no a
• p i n x♦� C c: � 0 O 0 °'C H n m r
2 n 0 r? =. ^p = 3 •O a O m n p ^ F B a
a 5t� nJ m -1 p^HJy — 3 c c p^>O n. Jpa_ d m 0 Q
°on m °3,rC —4 K Ems^ O n�nSmJ ~
.. O Lio G E m .- C. 6 m m S � E_ ^p • m Fµ•'m C
a° �o_�� n �O `" Tmw• ac o-, n c ar•
m ppZ wno oyz m new•°? o In °oco n rt z
g U) n • p 00 ry 7C S n g a m a 2
j4C ° v. rt m n .n, 0
S O y, n A: -" v 3, 0 0 1111 '< ° 0
n n 0 E 0 F O N 0 u 0 n a n O J 3 11 4 II! O O T O
�O c <n C Win,_ ///r., R m o E p n r 9 �l
.� -cr. • r+ n0 0 ♦� i n H J .n^.
.. nJQ `oz uz ♦ p. ,, i�o ^San p, O
S n On C� •,.O .� H o n pn,^„ w r� xA m •o --
o m 0 u S ` A= OC n u n O .� : n L 7 O G �. O O' ..Sn n Z m ry
$� off:: ZE Jam r' ;9� m �c c�.,
a 03 ate. -tag,_. �i .• :`ni_ w ^ nao b w> m
m r nflJ ~. n
• Tiw n-0 �C: rnSnMw:� 1`�' 2. H n c�Hag O 0.� zQ0
v \ 3
m
m n Z'I o 4 T o (1 .O •C�\\� 1'6 z • > .'i .. Z 0
E i om. i m ≥ en C/ • • • , • JGJ \\ n —,J 1i� V m ° •
, z rv+
050
R '> n_i- a O —F'/ f11 jI11111111\\\\``♦\ G 0o 30 �^ a WO IO %DN
E G Oct O u G 3 S 0 n O N IO ID
n n m O n u b .< c �S 0
O. S O v. re a o « C rt O `G C J r~- N �.
R a --
a m v n^ >
3 0�' h= r rt n S r❑❑❑❑❑ o
'� • Y, C m n O n n v I O
-3n m n -� O
m a n_ 0 W I 0 rt. i•i R g C O n> O In
J m ' n z= Z c .,,
O n G H p r n^0.
m
p
N no
E. n ac p Il II(�l-<51771' 03
E c Q� t.
-. .. a- un
p^ IID
o 0tn 0 _^ 7. O IO
p N C J C •-.
L7
r
r100
0'D'0
.O
OD
CD
00v
v
C.N
r
m O
<
<
1
0DO
.-''0-.J.-•.o
v,
w
r
wOO
r.
o
e
C
CM c
>
..
r
1
00
'-JON)
O
rO
C.
n-•
V
H
T
WI
OO0
.-O
U'
000
00
N
N
N
—
i-7
C)m R1
w
m H7
H
r
n
w
HI w n w
O>
W
'*1
c.. w
.'j
'*f
Z H fn
C)
Y'
7r lu
O 'Om
N
13
H
m
r
m
13
O C m
m
0
00n
m
y
(D
m
m
w
d
nr
P
r
r
H
r
n C
H
r
H H H
H
mH
H
13 '+7
n
H
H
r m 0
0
C
P
00
m
w<
w
H
A
r
m r
m
•d
C
7 m 00 0.00
C
N
N
x
O
on
5
n
P'
U
13
i-•
00 m m
13
µ
m
m n mr
Z
H w
M.
n
n n
Cy
m
w
d
O
r
w
0
P•
m r
A
X
H
dr'
w
H
w
..
fl
m
.O
E
r
O
r'
m
O Y O
0
m
.S
m
d
)fl
fl
fl
C >
r
m
"
m
'J
-'
O
•0
Q
H
m
n
?,
m
r
w n
a
S
O
H
n
F-'
I
r m Y
C
C
n
m
H
2
P
O>
O'
n C
Ott)
n
mn
r n mH
Q
O
=
n
O
A
n
n 0
6
w
m
N
by
(En
"
C.
0
H-
E
m
n
r
o n
_
m
7
d
m
m
w
m
7
m
o w
w
H
r
r
.
n
x
0
CDnP1F+
0
m
m
m
m
H
rt
r
m
0
I
00
00
U,
N
n
> m
p
U'
UI
N
N0
T.D W
—
W
W
N OD
C C
woor
`
y y .
.
y
V.
. Y V
Y
Y
V
Y..
mr
C.N 4)
�'
C.
A
OD
A A O
W
Ut
N r
.D- W
m
wwu,
.o
a'rc'
x00
oD
w
v,v
Q,
0%
V V .0
N
J
In
r
OJ 0 O
�-y
U:
O .0
w0T%
W
A
r
Cr
w
O
W .C '
ut
U'
N
.-
N
Vi
S .D W
r•
W
W
N CD
• �j
p
.
. . Y
.
.
Y
V
. V V
.
y
>
<
Q
.+
o• N W
—
C.
r
W
S S0
W
OD
N—
F W
m1
a
ww.n
.o
C
r
rn
r v oD
w
oD
v+ v
u, .o
vZO
x
V
-P--J'0
N
V
ut
r
�! CO 0
•...
U'
- o b
w C.
C
H
n
0
r
+
m
m
0D000
O
000
000
0
0
00
00
oOdPH
pr`'
j f
>n
,_
pOOx
Li)
O
W..0 r•
ut
VI
N
.-
N
In
.P .D W
—
W
W
N OD
+ N S Q
mOOr>
•.
. .
.
Y
.
.
. . Y
.
.
.
. .
—
C• N W
—
O.
1�
OD
i� .t O
W
U:
N —
r W
0'
WWU:
.D
0.
t
C'
A V OD
w
0D
tom
U'.D
3mmmr
vv.o
N
to
r
CD 0
—
v,
O'0
w C'
pp
n
n
►
0 0
0
0
0
0 0 0
-
a 1-..
: T
.I
0000
0
000
0
0
000
CD 0
0
00
D
0 0
O
000
0
00O
000
0•
0
OO
00
x
O
000
O
000
000
0
0
00
00
N0OZ
OS
m
m P
m
P>7
_
—
m ^'
n
n
2.
a
C
C
U
N
E
n
u
n
S
C
0
on
3
0 ^.
c
a
N n
u n
N ^
U
n n
d
0p
IiN
.J »1
� G
� n
O
1
C)
O
C
z
m
I
0
I
C
T
N
•
STAFF REVIEW FORM
AGENDA REQUEST
RECEIVED
XX CONTRACT REVIEW OCT 0 5 1999
GRANT REVIEW
CITY OF FAYETfEVILI.E
CRY CLERK'S OFFICE
For the Fayetteville City Council meeting of NA
FROM:
Idt
Parks and Recreation
Division
ACTION REQUIRED:
Approval of a change order with Heckathorn Construction to install an additional 360 sq. ft of
resinous flooring at the Wilson Pool office and restroom facility.
TO CITY:
$1 p4n
Cost of this Request
4470-9470-5806-00
77Sfl-07Ffl-5RflA.nn
Account Number
RRAI l -I
Project Number
$die nnfl
Category/Project Budget
ISIS12
Funds Used To Date
"In
Remaining Balance
BUDGET REVIEW: XX Budgete
for
CONTRACT/GRANT/LEASE REVIEW:
STAFF RECOMMENDATION:
Approval of the change order.
Adjustment Atta
uLor
GRANTING AGENCY:
/0 -/-99
Date A Coordinator
Date ernal Auditor I ��
10 -x'49 IWr,
n -.-
Date
Date
Date Cross Reference
D/aatte�'�`'� New Item: Yes No
Da�te-'-� Prev Ord/Res 0:38-99
/4/a
Orig Contract Date: 3-9-99
if
THE CITY OF FAYITTEVILLI. ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Charlie Venable, Public Works Director
Thru: Connie Etlm2fiston, Parks and Recreation Superintendent
From: Eric J. Schuldt, Parks Development Coordinator
Date: September 29, 1999
Re: Change order request for the Wilson Pool
The Parks and Recreation Division requests the approval of a change order in the amount of
$1,640 with Heckathom Construction for work at the Wilson Park Pool. The change order will
approve the installation of 360 ft. of resinous flooring to be placed in the foyer area between the
restrooms and office area.
The restrooms and office areas are already covered with the resinous flooring and the change
order for the foyer area will create a continuous flooring surfacing for the patrons and staff. The
total contingency amount for this project is $12,300. To date we have spent $7,154 of the project
contingency, leaving ample funding for the change order.
• •
Page 2
STAFF REVIEW FORM
Description WYISOPool ecnnnvcrFmr Meeting Date
Commnents: Reference Comments:
Budget Coordinator
Accounting Manager
City Attorney
Purchasing Officer
ADA Coordinator
Internal Auditor
CC Carter rl: Burgess
Consultants in Planning, Engineering, Architecture,
Construction Management, and Related Services
September 24, 1999
Mr. Eric Schuldt
City of Fayetteville Parks and Recreation Department
1455 Happy Hollow Road
Fayetteville, Arkansas 72701
RE: Change Order No. 5 (revised)
Wilson Park Pool Bathhouse and Pool Filter Building Renovation Project
C&B Project No. 98A-062-010
Dear Eric:
We have reviewed the attached Change Order Request from Heckathorn Construction, and agree with their
request for payment in the amount of $1,640.00. Please process the attached application forms and forward
an approved copy from the City to both Carter & Burgess, and Heckathorn Construction.
Please feel tree to contact us with any questions of comments you may have.
Sincerely,
CARTER & BURGESS, INC.
tyne C r
Associ Unit Ma ger
Attachment
c: Project File
Carter & Burgess, Inc.
Suite 204
10809 Executive
Center Drive
Little Rock, Arkansas 72211
(501)
223-0515 Fax
(501) 223-2470
HECRATHORN
CONSTRUCTION COMPANY, INC.
1880 BIRCH AVE.
FAYETTEVILLE, AR 72703
CHANGE ORDER REQUEST #5
DATE: 9-16-99
---------------------------------------------------------------------
To: City of Fayetteville JOB: Wilson Park Pool Dressing Room
Parks Department & Filtration Building
1455 Happy Hollow Road
Fayetteville, AR 72701 Project#: 99142
----------------------------------------------------------------------
----------------------------------------------------------------------
This is our Change Order requesting the following revisions to the
above cited Contract. Included shall be all labor, equipment,
materials and taxes to complete the following change:
Furnish 360 sq. ft. Resinous Flooring to match existing.
Total $ 1,640.00
---------------------------------------------------------------------
WE AGREE hereby to make change specified for $ 1,640.00
---------------------------------------------------------------------
Date: 9-16-99
---------------------------------------------------------------------
Authorized By:
----------------------------
I)avid C. Hansen, Vice President
0
• CONSTRUCTION
CONTRACT CHANGE ORDER
TH:S DOCLMfNT SH4L_ 5(CM! At1 AA!E N'O'. EuT TO THE COCTR4CT AND ALL PROVISIONS OF THE CONTRACT SHALL APHLY I-EGE10'
OwuE n. CITY OF FAYE'TEVILLE T4RK5 ANO RECRE4TI0N DEPT, CHANGE ORDER 16 Cotelectol INWIK CIMrwj4 O'3v IClt 'I
145.3 HAPPY HOLLOW ROAC DATE5.ZSW
FA'E7TEvILLE. AR '2701 PROJECT: WILSON PARK P0CA BA7.HOJSE RENOVATION
ARCH!EYOR.: CARTER 6 SURGE SS. INC. C £8 PROJECT I "AO62.C10
10809 EXEC tTIVE CENTER DR.. SUITE 204
LITTLE ROCK AA 722II
(5011 Z23C$IS FAX 19011 223.2470
CONTRACTOR. IIECKATH0n' C0NST. C0.. INC. CON7RACT DA'L 11699
FAYETTEVILLE, AR 777C3 CONTRACT FOR: WILSON PARK POOL 3ATHHOUSE RENOVATION
INC CONTRACTOR IS OIRECTLO TO MAKE IHE FO.Oww3 CHANGES ,N IHIS COMRACT:
17EM
AO.
DESCRI'TION CF CHANGE
CNJAN-
TITV
UNIT
DECREASE
IN CONTRACT
INCREA E
IN CONT PACT
CO III
HEVI5iON IC FP DOORS, ?ROM 61' TALL 10 90 TALL
I
EA
51.8)7,00
CI 41
REPLACE RCTTEOwOOO A INSTALL L 0CVERS ON P00L FILTER
1LS
£1,830.0)
SLOG.
SUB 1OIAL
I
5].617.70
ToT*. INCREASE
I I
$3.63700
NOT VAUD U 41IL SIGNED BY ARCHITECT I ENGINEER; IF APPLICABLE ), AN0 APPROVED 9Y OWNER. SIGNATURE OF THE
CO.`ITRACTOR INDICATES H•S AGREEMENT HEREW' TH, INCLUDING :*IY ADJSTMENT IN THE CONTRACT SUM On CONTRACT TIME.
TAE ORIGINAL :ONTRACT SUM WAS...
NET t.ANGE Et 'REVICUSLY AUTHORIZEDCHANGE ORDER...
THE :ON7PACT SUM PR,OR TO T•115 CHANGE ORDER WAS..
T:IC CONTPAJT SUM WILL EE INCREASED 6Y THIS CHANGE ORCER,
TIE VFW CCN7RACT SUM INCLLDIVG THIS CHANGE ORDER WILL 6E...
I.E CCMTPAC7 T,ME WILL E II1CRFASEO 5V Q CAL --:.'DAR DAYS
[1AlE OF C0V:?L61'I0N AS •".F THE CATE OP ;NI' CHAIJOE OEDCR IS.
AJIHnnpfC:
A :CI IIt'ECT:
F•.31".E ER:
C JS I PACTGP.
OWUL H
F-PP_SCH IAI•V
I LI..LC 3AO."1
5123.013.00
50.00
1123.0' 100
S3.83703
$126 .6 SO, CD
DATE
DATE
DATE. �/ 7
C: c-... Bury�u
• STAFF REVIEW FORM •
_ AGENDA REQUEST
XX _ CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City Council meeting of NA
FROM:
Eric J. Schuldt Parks and Recreation
Name Division
ACTION REQUIRED:
Approval of a change order with Heckathorn Construction to install 1 flowmeter, 2 butterfly valves
and replace various ball valves at the Wilson Pool filter room.
cmenc
LUST '1U CITY:
S1c17
Cost of this Request
4470-9470-5806-00
,7c0-g75n_SRne_nn
Account Number
gan11.1
Project Number
17n nnn
Category/Project Budget
S14R RAn
Funds Used To Date
S71.11n
Remaining Balance
Wilcnn Pnnl Imnrnvemnntc
Category/Project Name
Saloc Tar Fund
Fund
BUDGET REVIEW: XX Budgeted tern Budget Adjustment Attached
Budget' Coordinator A inistr Live Services Direct r
CONTRACT/GRANT/LEASE REVIEW: GRANTING AGENCY:
�C.2ti� ltr✓N-1i�t2�7tC�'✓
Acco tir{El ager
ity Attor
A.
Purchasing Otticer
STAFF RECOMMENDATION:
Approval of the change order.
G-/-�
Date
3-n
Date
Date
(0-9-99
Date
Date
Date
1U,
Date
A Coordinat
iibL
I ernal Auditor
Date
�
Date
Cross Reference
New Item: Yes No
Prev Ord/Res is
Orig Contract Date:
r-
F
0
Co
tO
N
OO
000
00
000
(fl
r
t
o
o
'o
'o
'o
m
m
ao
-+
V
o'
N
r
N o r
<
<
I
00
U
.-
'O
V
l.r'
CD
F
w
'O
F
t-
o
<
n M <
>
r-
.-
I
O
O
v
0
N
r-
O
0
F
O
a'
_
-j v
H
O'
I
0
.-O
t/'
r-
00
00
N
NN
'--
C
nm
'•7
N
m
t7
H
r
n
v1
'V
In
n
w
n
9
C l
'+7
L.
cn
'=1
'+7
3
r
to
n
'5'1-'
m
S.O
O
O
O
O
O
m
m
ID
C
r
r
O
r
o
r
r
M
r
7
C
m
tloq
O
7n
m£
r
r
N
7C'O
r
a
r'0
N
9
M
m
O
r
m
19
O
C
m
m
n
m
-V
m
m
m
O.
n
N
r
m
r
r
M
n
O
M
r
M
M
M
M
C
m
m M
M
E
'+1
n
M
M
r
m<
m
"'
r
r
m
r
m
n
7
O
m
00
0.00
C
r
pn
S
-J
r
Q'
a
00
m
m
g
N.
m
m
m
m
n
m
S
C
n
ni
."
cr
a
m
m
A
m°
0
o
M
-+
M
m
d
m
n
fl
fl
M
m
7
0?-"
m
O.7
n
M
O
M
m
O
n
n•
r
2
o
°
°rt
Cn
on
n
a
o
a
p�
H
N
W
A
P
x
7nt'
o
0
m0
91
m
m
o
..7
ft
7
I•
\
m
a
0 -CD
O
.-
7
m
n
r
o
n
E
'tl
G
M
Do
m
7
0
M
m
m
S
m
0
m
m
M
r
r
n
A
N
n
I-'µ
m
d
M
m
r
N
B
M
n
r
C
m
p
I
o.
00
•
00
m
,.
n
x
w
w
"
ro
p
'--
U'N
N
N
F
'D
W
�-'
W
W
N
DD
CC
n
V I
. .
V
.
.
V
.
.
V
.
mr
.-
ON
w
r-
a'
t-
oD
F
F
O
w
tr
N
.-
FL.)
O'
W W
to
'O
O'
F
O
-c---'
CD
OD
OD
,.r-
.4
V V
'0
N
V
V'
F
J
W
O
—
to
O
'O
W
0'
0A
0
.-
off;
W
O
O
oUnO
'--
v'
In
N
.-
N
W
' fl
U)
W
r-
W
W
N
OD
.
g
C
y I
. V.
V
V
V
V
y
V
V
V
.•
.
.
V
m
~
r
natu
W
O'
F
00
F
F
0
W
In
N
r
F
w
0
0
A
C%
-U)L.)
to
'0 'O
O'
F
O'
F
V
W
0D
0D
In
'0
U''O
0
2
V
V V
'O
N
V
In
F
V
Do
O
'--
l.r'
O
'O
W
O'
N
n
.I
=
H
i
m
m
_
O
O
D000
O
000
000
0
0
00
00
0
T
A OAZ?
T
�ZO�>
>n
-1 0
co�i'-I
U)
v'
.-
O
W'O
r-'
In
N
N
In
F
'O
W
r-'
W
W
N
0D
m 0 -NI rT"
'a'.
.
'.
.
.
.
.
.
y
.
.
.
.
y
y>pm>
r
narata
r-
O'
F
CD
F
F
O
0'
w W
In
'0
0'
F
0'
F
v
CD
CO
OD
In
V
In
'0
O O
C)
N
v
In
F
V
CD
0
r-'
Ui
0'0
WC'
C)
— C
a
r-
0
0
0
r-
—''
0
r-.
0
a
0
I'
DCCC
0
0
000
000
0
O
00
00
de
000
0
000
000
0-
O
00
00
C
nNpZ
O
D000
0
000
000
o
O
00
00
x
nx n
m
TA
1
A z
y
_
00
rm
r a
-t >
o c p O
Z
3
Q C
O J
o D
V
3 N a
n_ C O
N J Z
E c
n - N n n^ O
u G Z
�a Z m
m
A -
1 n
�
G z
—
.Jn In
o n -a
o m
Cl MO
n
3
N
m a
a
O
C
ni
z
'.j
0
C
C
I-,
_
O
> a
O
n
mCl
(>
-i Tv v Cl
cA r v
fCl
n� a
O m >
m 0 z O
O O z
O O m O
5i2 --5'-
01-4 O 0 1
on u-i
3 n N N H
0 00'Z
1O 'o
'apt 't'0
r
r
H
ry n
-o
or
z e7
y 70
.! M
(flu) 0
H y C
z n
n
• Page 2
STAFF REVIEW FORM
Description fl/ ' I Meeting Date
Comments:
Budget Coordinator
Accounting Manager
City Attorney
Purchasing Officer
ADA Coordinator
Internal Auditor
Reference Comments:
FAYETTEV?LLE •
TNt CITY Ot FAYITTIVItlt. ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Charlie Venable
rrrlpf19
Thru: CoiYhib`Edmonston, Superintendent
From: Eric JTtEhuldt, Parks Development Coordinator
Date: May 26, 1999.
Re: Change Order 2, 3, 4 for the Wilson Pool Improvements
The Parks and Recreation Division requests approval of a change order in the amount of $3517
with 1-leckathom Construction for work at the Wilson Pool filter room.
The change order will approve the installation of a flowmeter for the 2" wading pool return line.
This change was requested by the State Health Department.
The change order will also approve the replacement of two dysfunctional 8" butterfly valves and
various ball valves (Three -1/2", Two -3/4", Five -3/8", Three- 2", One -2/12" - see attached sheet).
The old valves have excessive wear and rust and are becoming inoperable.
The project contingency for this project is $12,300. To date we have spent $3,637, leaving ample
funding for these change orders.
MAY 2'7 1999
CITY OF
MAYOR'S OFFI..
-.,.. - .... _
a
Ape.26 '93 13 03 wCKR nC1RN CD ET TEL 501-442e P. 2
HZCKATHOR1J
COYHTRRCTION COMPANY. INC. CHANO= DYDER RRQUEST 82
1880 BIRCH AVE.
?AYSTTEVILLS, AR 72703 DATE: 4-26-99
....................._-_-------- ...---------------------------------
To: City of Fayetteville JOB: Wilson Park Pool Dressing Room
Parks Department & Filtration Building
1455 Happy Hollow Road
Fayetteville, AR 72701 Project#: 99142
This is our Change Order requesting the following revisions to the
above cited Contract. Included shall be all labor, equipment,
materials and taxes to complete the following changes:
Rovfn► -
1. Install Blue -White Model fl-30200PR"V in 20 'Wading Pool Return Line.
Verity Line Size (tact Model #F-30150PR if 1 1/2" Line). Adjust Flow
Rate To Maintain Min. 18 GPM.
2. Replace bad 8` Butterfly valve.
Item #1 $ 275.00
Item #2 488.00
Total $ 763.00
------------------------------------------- ----------------........
WE AGREE hereby to make change specified for $ 763.00
Date: 4-26-99
------------------------------------------............---------------
Authorized By:
4. 2a
Don L. Heckatiturn, President
itIai :9 '99 1142 HECkATHDRnn C0NST TEL 5C1-442- 115
May -13-99 O3:18P Faya0eville Mechanical 1 SOS21
'. 2
6891 P.O]
J
Fayettevillc
IVicchanIcal
Contractors, Inc_
Central Cnrrb.rtnrl Heduthanl
AttniDoug
Dwtcr May 1s, 1999
Job N'amrl Wilson Park Pool
Cost Breakdown on Valves
►O so, 1041
ralernvil%, AR. 12107
)Ma Sol.121.42 is rM 11.421.3121
Connn.n . Lkrhsr Number 033310399
2
It? sch. 80 ball valves
S
18.83
$
37.88
1
112' sch.80 unions
$
4.65
$
4.65
2
112' sch. 80 90's
$
1.2E
5
2.56
2
3/4 sch. 40. Ball valves
$
2.14
$
4.28
1
1.sch. 40 ball valves
$
2.14
$
2.14
3
2" sch. 80 bell valves
$
58.20
$
174.60
1
21/2' scrl. 80 ball valves
$
140.40
$
140.40
2
2 112" sch. 80 flanges
S
17.70
$
35.40
2
2 112' flange kits
$
9.90
5
19.20
1
Gunge
$
2250
$
22.50
2
2" sch. 80 90's
$
4.43
$
8.86
1
2" sch. 80 female adapters
$
18.13
$
16.13
5
318 pvc valves
$
18.83
$
94.15
Glue a Primer
$
29.00
Misc. nipples, pipe. etc.
$
125
000
$
716.53
Sales Tax
$
47,47
$
784.00
Labor
51051
00
$1,815.00
10% Markup
$
181.50
Total
$ 1,998.50
In, obov#qpsclfi,d prolsct Is to be conrptelsd In rid cm tomAnct W1th all spsdrlcsflon, 4120 condtlons fWatirg to this
,gr„nwnl. In sddtia,. Iht Prolsct Is to b psrrormte In compll,u, Mm OSHA rsgdstons And loch. tire. ,nd Mticn&
buadng cedes.
1990.50
X4(4T ,4 f7o 9q !gyp
J
ne, 21 3? i3:3
HE•_'.ATr,GRN •.UIJsT
•
TEL SC1-C»_-73c5
•
HECKATHORN
CONSTRUCTION COMPANY, INC,
1880 BIRCH AVE.
FAYETTEVILLE, AR 72703
REVISED
CHANGE ORDER REQUEST #4
DATE: 5-21-99
--- ------------------- -------
TO: City of Fayetteville JOB: Wilson Park Pool Dressing Room
Parks Department S Filtration Building
1455 Happy Hollow Road
Fayetteville, AR 72101 Project: 99142
This is cur Change Order requesting the fo_iowirg revisions to t'ne
above cited Contract. included mall be all labor, equipment,
materials and taxes to comelete the foilowirg change:
Furnish and install (1) 8" Butterfly valve as requested on other side
of pump as valve previously installed.
on Change
prices ouct
Sch•.ildt the
$ 1,80?.00.
S 39.00.
Order Request #1
ed fcr changing
price would be $
agreed to cred
Total $ 497.00
from our office, there were two different
the size of the FRP Doors. I tc1d Eric
1,768.00. The Charge Order was written for
it the Parks Dept. the difference of
Subtotal $ 497.00
Credit 39fr0_
Total $ 458.00
WE A3REE hereby to make change specified for $458.00
-
------------------------------------------------------------
--------
Date: 5-21-99
a/a
Dor. L. nt
• CONSTRUCTION ,
CONTRACT CHANGE ORDER
'N:S DOCL WENT SHALT OC CCMC AN AAICNDVC:IT TO THE COtCRACt AND ALL PPOVIS IONS OF TN_ CONYAAC7 SNAIL APPLY 1-EP_IO:
OWNEn. CITY Or r&Y4"'TCVILLC rAnK5 AND PCCRCAT'ON DEPT. CHANGE ORDER 16 C041160or InWtec CIMNj. On' iCh 11
1413 HAPPY HOLLOW ROAD DATESa2S.V6
F A'ET'TEvILLE. AR 92701 PROJECT: W1L30N PARK POOL OATNHOJSE ACNOVAnON
ARCH ICNORCARTER LBUPGESS. INC. CL B PROJECT I 98A.062M0
10809 EXEC''=TINE CENTER OR., SUITE 204
LITTLE ROCK AP 7:211
(701) fl3 31S FAX (Sol) 223.2470
CONTRACTOR. IIECKATHORW cONST. CO.. INC. CONTRACT DA'L y1099
1660 BIRCH AVE.
FAYETTEVILLE. AA 727C3 CONTRACT FOR: WILSON PARK POOL 3ATHHOUSE RENOVATION
THE CONTRACTOR IS OI ECTLC TO MAKE 1 HE FO.OWWG CHANCES 'N IHq CONTRACT:
flu
1.0.
O(SCRI2TION CF CHANGE
OUAN.
TIT'
UNIT
DECREASE
IN CONTRACT
INCREASE
IN CONTRACT
COX1
REVI^_ION TCFriP DOORS. FROM O'S' TALL TO 90'TA_L
IEA
St.8D7.DO
CI 41
REPLACE RCTTED WOOD A INSTALL LOCVE:+S ON POOL FIL T ER
I
LS
SI.63G.00
6LOG.
1
I
3U8IOTAL
I
S]637.70
TOTAL INCREASE
$3.537.0O
NOT V=L'D UNTIL S GNED EY ARCHITECT! EtGINEER a IF APPLICABLE ), AND APPROVED BY OWNER, SIGNATURE OF THE
CO.`ITRAC T DR INDICATES H S AGREEMEUT NEREWTH, INLLUOING nit ADJCSTAIENT IN THE CONTRACT SUM OR CONTRACT TINE_
TN(E ORIGINAL COMRAC I SUM WAS...
NET v?ANGE EY SREY!CUSLV AUTHORIZEDCNAVGE ORDER...
THE .ONTPAZT SUM PRO R TO T!OS CHANG_ ORDER WAS.,
Tic CONTACT SUM WILL EE :NCREASED BY THIS CHANGE ORCER.
TiE NFW CCN7 PACT SW.I INCLLUING THIS CHANGE ORDER WILL 6E...
f.E CCNTPAG AME?IL. =F. I/b;RFASED:T 7a CALE N'DOR DAYS
�A1E OF COL:?LC PION AS 'F THE CATE JF THIT, CHANGE ORDER IS.
5123.013.00
50.30
5123.03 DJ
53637.03
S126.650,0)
A 2I IIn.4n F' _
A.1C1 itELT;
F:. 3INEER' I i 11//7!yy��`` DATE
I .Idea
OATE pC ca
DATE. �J 7
CA: Carter BVP9�44
c
S STAFF REVIEW FORM •
/
� AGENDA REQUEST
xx CONTRACT REVIEW
_ GRANT REVIEW
For the Fayetteville City Council meeting March 16, 1999
FROM:
Connie Edmonston
Parks & Recreation
Division
Works
Approval of bid award #99-32 for the replacement of the filter tanks and
renovation of the dressing rooms at Wilson Park Swimming Pool to Heckathorn
Construction Company, Incorporated in the amount of $123,013 with a
contingency of $12,300. Total cost is $135,313.
COST TO CITY:
$135,313
Cost of this Request
2250-9250-5806-00
ee7n_oain_Sane_nn
Account Number
98011-1
Project Number
Category/Project Budget
$20,100
Funds Used To Date
$149,900
Remaining Balance
ViICnn Pr -al Imprnvementc
Category/Project Name
Park Improvements
Program Name
Sales Tax Fund
Fund
BUDGET REVIEW: _xx Budgeted Item _Budget Adjustment Attached
t
CONTRACT/GRANT/LEASE REVIEW:
strative Services Di
r
l GRANTING AGENCY:
3-q99
Date Coordin or Date
Date 3 Cerna uditor Date
s -9-q9
Date
STAFF RECOMMENDATION:
Approval of bid award.
AJ WIA ,
lv ion Read Date Cross Reference
3 -ter -fir
apartment Director Date New Item: Yes No
Adnunl tra ive ervices Director Oat
'Y /� �at
Prev Ord/Res
S.
Orig Contract
Date:
:I
Descr i
Co cents:
Budget coordinator
A`u ring Manager
ril. A. t,'u.>rv. '120-(
City Attorney
Purchasing Officer
ADA Coordinator
Internal Auditor
Meeting
Page 2
0
H
R
U
N
W
O
w
J
5J
O1a>
u
4i
QORrz
U
8 8
in
47
47
s
(V
y
O
S
O
O
O
N_
N
N
N
S
8
8
O
O
O
O
s
r)
y
y
N
(n
O
O
o
S
S
C,,
0
j
U
Q
0
2
0
o
�
Q
U
w
This contract executed this 9th day of March , 1999,
between the City of Fayetteville, Arkansas, hereinafter called the
City, and Nacko#kk•rn (onstrdc+;on ornpj. rN(
hereinafter called the Contracto , and having an address at
I R80 ;.c AJcwic � o Q Ficv'I I , MR 721D3
In consideration of the mutual covenants contained herein, the
parties agree as follows:
1. The Contractor at his own cost and expense shall furnish all
labor, materials, supplies, machinery, equipment, tools,
supervision, bonds, insurance, tax permits, and all other
accessories and services necessary to complete items bid per
bid 99-32 as stated in CONTRACTOR'S PROPOSAL, and in
accordance with specifications attached hereto and made a part
hereof under Bid #99-32, all included herein as if spelled out
word for word.
2. The City shall pay the Contractor based on prices indicated in
Contractor's Proposal. Progress payments will be made 30 days
after approval and acceptance of work and submission of
invoice. Amount of contract not to exceed S 123,013.00
3. The Contract documents which comprise the contract between the
City and the Contractor consist of this Contract and the
following documents attached hereto, and made a part hereof:
A. Bid form identified as Invitation to Bid 99-32 with the
specifications and conditions typed thereon.
B. The Contractor's proposal.
C. The Notice to Prospective Bidders and the Bid Tabulation.
4. These Contract documents constitute the entire agreement
between the City and the Contractor and may be modified only
by a duly executed written instrument signed by the City and
the Contractor.
5. Contractor shall not assign his duties under the terms of this
agreement.
6. Contractor agrees to hold the City harmless and indemnify the
City, against any and all claims for property damage, personal
injury or death, arising from Contractor's performance of this
contract. This clause shall not in any form or manner be
construed to waive that tort immunity set forth under Arkansas
Law.
-.1
7. The Contractor shall furnish a certificate of insurance
addressed to the Owner, showing that he carries the following
insurance which shall be maintained throughout the term of the
Contract. Any work sublet, the contractor shall require the
subcontractor similarly to provide worker's compensation
insurance. In case any employee engaged in work on the
project under this contract is not protected under Worker's
Compensation Insurance, the Contractor shall provide and shall
cause each Subcontractor to provide adequate employer's
liability insurance for the protection of such of his
employees as are not otherwise protected.
Comprehensive General Public Liability, $1,000,000
Comprehensive Automobile Liability (owned, hired
and non -owned Vehicles) with bodily injury limits
of $100,000 and $300,000 and property damage limit
of $50,000 for each accident;
Standard Workmen's Compensation and Employer's
Liability covering with statutory limits;
Contractual Liability Insurance with bodily injury
limits and property damage limits of $1,000,000.
The premiums for all insurance and the bond required herein
shall be paid by the Contractor.
8. If contract exceeds $20,000, Contractor agrees to furnish a
Performance Bond, approved by the City, guaranteeing the
performance of this contract, for not less than one hundred
percent of the amount of this contract. Said performance bond
shall be conditioned on full and complete performance of this
contract and acceptance by the City of Fayetteville for the
payment of all labor and materials entering into or incident
to the proposed improvements. The Contractor agrees to
furnish proof of licensure as required under the terms of Act
150 of the 1965 Acts of the Arkansas Legislature.
9. Contractor agrees to begin work
to proceed and complete the
outlined in the bid document.
day shall be assessed at the
penalty, beginning on the firs
time to cover additional costs
within ten (10) days of notice
work within the time frame
Liquidated damages of $100 per
option of the City, not as a
t day following the completion
10. All work called for herein shall be coordinated directly with
the Project Manager or their designee, at 444-3471.
' • •
11. This contract may be terminated by the City with 10 days
written notice.
12. Contractor shall be responsible for meeting compliance with
ADA regulations.
WITNESS OUR HANDS THIS DAY OF , 1999.
CITY OF FAYETTEVILLE,
FAYETTEVILLE, ARKANSAS
BY
MAYOR
ATTEST: CITY CLERK
ATTEST: SECRETARY
Janet S. Heckathorn
Heckathorn Construction Co., Inc.
IRM NAME
B_ Y / dent
N TITLE
Don L. Heckathorn
1880 Birch Avenue
Fayetteville, AR 72703
BUSINESS ADDRESS