Loading...
HomeMy WebLinkAbout49-99 RESOLUTION• RESOLUTION NO. 49- 9 9 • A RESOLUTION AWARDING BID NO. 99-36 IN THE AMOUNT OF $32,187 TO HECICATHORN CONSTRUCTION COMPANY, PLUS A PROJECT CONTINGENCY OF $1,600 FOR THE WILSON PARK CASTLE RENOVATION PHASE III; AND APPROVAL OF A BUDGET ADJUSTMENT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS* Section 1. That the City Council hereby awards Bid No. 99-36 in the amount of $32,187 to Heckathom Construction Company, plus a project contingency of $1,600 for the Wilson Park Castle Renovation Phase III; and authorizes the Mayor and City Clerk to execute an agreement in for said amount. A copy of the agreement is attached hereto marked Exhibit "A" and made a part hereof. Section 2. The City Council hereby approves a budget adjustment in the amount of $37,181 increasing Park Improvements, Acct. No. 2250 9250 5806 00, Project No. 96094 1 by decreasing Park Improvements, Acct. 2250 9250 5806 00, Project No. 98010 1 in the amount of $33,408 and Park Improvements, Acct. 2250 920 4999 00 in the amount of $3,773. A copy of the budget adjustment is attached hereto marked Exhibit "B" and made a part hereof. PASSED AND APPROVED this 6th day of _AptiL, 1999. y 1. t APPROVE r- 4 • • • • “1 • 41.* 1‘ 4.1 2\c:1 et 14, • k • CI \ 1•4.1 • k • d • #‘• • Art E;ST Heather Woodruff, City Cler By - ed Hanna, Mayor • • • • EXHIBIT A Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AIA Document A101 - Electronic Format THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITI1 RESPECT TO ITS COMPLETION OR• MODIFICATION AUTHENTICATION OF THIS ELECTRONICALLY DRAY1ED Alt DOCUMENT MAY BE MADE BY USING :U.\ DOCUMENT D401, The 1987 Edition of AIA Document A201. General Conditions of the Contract for Construction is adopted in this document by reference. Do not use %Yin] other general conditions unless this document is modified. This document has been approved and endorsed by The Associated Cie:octal Contractors of America. Copyright 1915, 1918. 1925. 1937. 1951. 1958. 1961. 1962. 1967. 1974. 1977. copyright 1987 the American Institute of Architects. 1735 New York Avenue. NAV.. Washington. D.C.. 20006-5292. Repmduction of the material herein or substantial quotation of its provisions without written permission of the AAA violates the copyright lawt of the United States and will be subject to legal prosecution. AGREEMENT made as of the Twenty Third day of March in the vcar of Nineteen Hundred and Ninerv-Nine BETWEEN the Owner: (Name and address) CITY OF FAYETTEVILLE 113 WEST MOUNTAIN FAYETTEVILLE, ARKANSAS 72701 and the Contractor (Name and address) HECKATHORN CONSTRUCTION CONIPANY, INC. 1880 BIRCH AVENUE FAYETTEVILLE, ARKANSAS 72703 The Project is: (Nurne and Incation) WILSON PARK CASTLE RENOVATIONS PHASE 111 FAYETTEVILLE, ARKANSAS The Architect is: (Name and address) WI 11 DELONY & DAVIDSON INC 100 WEST CENTER, SUITE 102 FAYETTEVILLE, ARKANSAS 72701 The Owner and Contractor Tree as set forth below. AIA DOCUMENT A101 • OWNER-CONTRAcToR AGREENIENT ARCHITECTS. 1735 NEW YORK AVENUE. N W . WASHINGTON. subject to legal prosecution. This document was electronically produced noted below. User Document: F-CAST.DOC -- 3/24/1999. • TWELVE!! EINTION • MA - COPYRIGHT 19%7 • THE .ANIERIC.LN: NsTre..trrE DC . 20006-5292. WARNING, Unlicensed photocopying violates I; S. copsright In.id with permission of the MA and can be reproduced without violation until :he datc of cxpiration Electronic Format A101-1987 AIA License Number 131378, which expires on 6/30/1999-- Page #1 • • • ARTICLE 1 THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement, Conditions of the Contract (General. Supplementary and other Conditions), Drawings. Specifications, addenda issued prior to execution of this Agreement. other documents listed in this Agreement and Modifications issued after execution of this Agreement, these form the Contract. and are as fully a part of the Contract as if attached to this Agreement or repeated hcrcin. The Contract represents the entire and integrated agreetnent between the parties hereto and supersedes prior negotiations. representations or agreements. either written or oral. An enumeration of the Contract Documents, other than Modifications, appears in Article 9. ARTICLE 2 THE WORK OF THIS CONTRACT The Contractor shall execute thc entire Work described in the Contract Documents. except to the extent specifically indicated in the Contract Documents to be the responsibility of others. or ARTICLE 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION 3.1 The date of commencement is thc date from which thc Contract Time of Paragraph 3.2 is measured. and shall be the date of this Agreement. as first written above. unless a different date is stated below or provision is made for the date to be fixed in a notice to proceed issued by the Owner. ilnsert the date of commencemenc slit differs from the dare of this Agreement. or. if apphcable. state that the date will be fixed tn a nonce to proceed.) The date of commencement will be established in a written "Notice to Proceed" issued by the Architect. Unless the date of commencement is established by a notice to proceed issued by the Owner. thc Contractor shall notify the Owner in writing not less than five clays before commencing the Work to permit the timely filing of mortgages. mechanic's liens and other securit!: interests. 3.2 Thc Contractor shall achieve Substantial Completion of the entire Work not later than (Insert the calendar date or number of calendar days after the date of commencement. Also insert any requtrements for earlier Substantial Cornpienon of certain portions of the Work not slated elsewhere in the Contract Documents.) Sixty (60) consecutive calendar days from thc date of the written "Notice to Proceed". . subject to adjustments of this Contract Time as provided in thc Contract Documents. rinser( provisions if any. for liquidated damages relating tolailure to complete on time., Liquidated Damages of One hundred dollars (S l00.001 per calendar dav not including acccptable delay davs.ner the terms of Article 1.10 of Section 01100 of thc Project Manual, ARTICLE 4 CONTRACT SUM 4.1 The Owner shall pay the Contractor in current funds for the Contractor's performance of the Contract the Contract Sum of Phase III: Thirty Two Thousand One Hundred Eighty Seven and no/IOl}s Dollars ($ 32.187.00 Phase III ). subject to additions and deductions as provided in the Contract Documents. • 4.2 The Contract Sum is based upon the following alternates. if an. which arc described in the Contract Documents and arc hereby accepted by the Owner: :Stole the numbers or other identification of accepted alternates, lf decisions on other alternates are to be inade b,v the Owner subsequent to the execution of this Agreement, attach a schedule of such other alternates showing the amount for each and the date limit whtch that amount is valid) None 4.3 Unit prices. if any. are as follows: None AIA DOCUMENT A101 • OWNER -CONTRACTOR AGREEMENT ARCHITECTS. 1735 NEW l'ORK AVENUE. N.W.. WASHINGTON. subject Lu legal prosecution. This document was electronically procluccd noted below. User Document: F-CAST.DOC -- 3/24/1999. • TWELFTH EDITION • :VA • COPYRIGHT 19%7 • TIIE AMERICAN INSTITUTE OF D.C.. 20006-5292 WARNING. Unlicensed photocopying violates U.S copyright laws and is with permission of the Al A and can he reproduced %tithing violation until ;Ile date oremnration as Electronic Formai A 01 -t987 AIA License Number 131378, which expires on 6/30/1999-- Page #2 • • : . . ARTICLE 5 PROGRESS PAYMENTS • 5.1 Based upon Applications for Payment submitted to the Architect by the Contractor and Cenificates for Payment issued by the Architect, the Owner shall make -progress a lump sum payments per Phase on account of the Contract Sum to the Contractor as provided below and elsewhere in the Contract Documents. 5.2 The period covered by each Application for Payment shall be ette-eitiendarattentli-ending-en-theiast-day-of-the-moathi-er as follows: Single lump sum payment for Phase 111, per Article 9.3 Item 1 as modified in the Supplementary Conditions. 5.3 Po:wined-an At the completion of Phase III Application for Payment is received by the Architect not later than the Twenty Fifth day of a that month. the Owner shall make payment to the Contractor not later than the Owner's next tegularly scheduled purchase order processing period. day -of -the 1110114/1. If an Application for Payment is received by thc Architect after thc application date fixed above, payment shall be made by the Owner not later than the Owner's next regularlv scheduled purchase order processing period dem after thc Architect receives the Application for Payment. Unless a problem with the Payment Request is identified bv the Architect, the Architect will have five (5) working davs to review and process the Payment Request. 5.4 Each Application for Paytnent shall be based upon the Schedule of Values submitted by the Contractor in accordance with the Contract Documents, Thc Schedule of Values shall allocate the entire Contract Sum among the various portions of the Work and be prepared in such form and supported by such data to substantiate its accuracy as the Architect may require. This schedule. unless objected to by thc Architect. shall be used as a bask for reviewing the Contractor's Applications for Payment. 5.5 Applications for -Payment -shelf -indicate -the -percentage -ef eempletion -of -each -pertion -ef -the -Work -as -of -the mad -of the- • 1 : : • 5.6 &finest -le -0 ientsi-themmount of zaeh-progress-payment-shail-be-comptiled-as-follows- 5.6.1. Take -Mot -pectien-ef-the-C-ernmet4mm-properry-alreeabre-m-emnftleted-Worroas-determined-by-multrphong-thepereentate, - heckle- ef-VaktesAess-retainage-ef-pereern-f • • mourns-ner-m- dispute-may -be included-as--proWded -Subparagraph --7-7-ef-the -fronton -Gernritiens -even -thout4444re-Cootraet -Sum-has-rim -yet- beemachusted-brage-Orde 5.6.3 bv thc 5.6.4 Sabi -met *mourns; -if -11T137 for -1411C-11 4Ire Arc -Weer -has-withheld -era -a -certificate -fer -Payment -as -pressiled in- Paraemph-9r5-ef-the-Genera4-C-mnhttons-'' 5.7 The -progress final lump sum payment amount demnainedin-accerdance-mith-Paragraph-54 shall be -fufther modified under thc following circumstances: 5.7.1 Add. upon Substantial Completion of thc Work. a stun sufficient to increase the total payments w one hundred percent ( 10(1 "4) of the Contract Sum, less such amounts as the Architect shall determine for incomplete Work and unsettled claims: and 5.7.2 Add. if final coinpletion of the Work is thereafter materially delayed through 110 fault of the Contractor, any additional amounts payable in accordance with Subparagraph 9.10.3 of the General Conditions, 5.8 Rent* t Rciainanc shall be as follcms: AIA DOCUMENT A101 • OWNER -CONTRACTOR AGREENIENT • TWELFTH EDITION • AEA • COPYRIGHT 1987 • THE ANIERICAN INSTITUTE OE ARCHITECTS. 1735 NEW YORK AVENUE. NAV.. WASHINGTON. D.C. 20006-5292. WARNING: Unlicensed photocopying violates US copyright laws and is athject in legal prosecution. This document was electronically produced tsith permission of the AIA and can be reproduced without violation until ilie date iilexpiration noted below. Electronic Format A101 -19X7 User Document: F-CAST.DOC --3/24/1999. AIA License Number 131378, which expires on 6/30/1999-- Page #3 fif it is intended pnor to Substantial Completion of the enure Work. to.reduce or limit the retainage resulting from the percentages inserted tn Subparagraphs 5.6./ and 5.62 above. and this Is not explained elsewhere tis the Contract DOCIMICI713. tnsert here provisions for such reduction or limitation.) Retainage of 10% of thc Contract Sum shall be held from the lump sum payment made at the end of thc phase until all applicable close out documentation and as -built drawings have been submitted to the Architect and approved by the CImner. ARTICLE 6 FINAL PAYMENT Final payment. constituting the entire unpaid balance of the Contract Sum. shall be made by the Owner to the Contractor when (I) the Contract has bcen fully performcd by the Contractor except for the Contractor's responsibility to correct nonconforming Work as provided in Subparagraph 12.2.2 of the General Conditions and to satisfy other requirements. if any. which necessarily survive final payment: and (2) a final Certificate for Payment has been issued by the Architect: such final payment shall be made by the Owner not more than 30 days after the issuance of the Architect's final Certificate for Payment. or as follows: Before issuance of the lump sum final certificate the Contractor shall obtain in writing from the Bonding comp:Inv approval of such payment. No certificate issued nor paYment made to the Contractor, nor partial or entire use or occupancy of the contract work by the Owner, shall be acceptance of any work or materials not in accordance with thc contract or contact documents. ARTICLE 7 MISCELLANEOUS PROVISIONS 7.1 Where reference is made in this Agreement to a provision of the General Conditions or another Contract Document. thc reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. 7.2 Payments due and unpaid under the Contract shall bear interest from the date payment is due at the rate stated below. or in the absence thereof. at the legal rate prevailing from time to time at the place where the Project is located. (Insert rate ofinterest agreed upon. 'Tony) None it.11y taws and requirements under the Federal Truth :n Lending Actyonder state and focal constoner credo four and other regulations at the Owner's and Contractor's principal places of business. the fixation of the Project and elsewhere may affect the valtday of this prOVISI011. Legal advice should be obtained with respect to deletions or modifications. and also regarding requirements such as written disclosures or waivers.) 7.3 Other provisions: None ARTICLE 8 TERMINATION OR SUSPENSION 8.1 The Contract may be terminated by the Owner or thc Contractor as provided in Article 14 of the General Conditions. 8.2 The Work may be suspended by the Owner as provided in Article 14 of the General Conditions, ARTICLE 9 ENUMERATION OF CONTRACT DOCUMENTS 9.1 The Contract Documents. except for Modifications issued after execution of this Agreement. are enumerated as follows: 9.1.1 The Agreement is this executed Standard Form of Agreement Between Owner and Contractor. AIA Document A101. I9X7 Edition 9.1.2 The General Conditions are the General Conditions of the Contract for Construction. AIA Document A201. 1987 Edition. 9.1.3 The Supplementary and other Conditions of the Contract are those contained in the Project Manual dated March 8 1999. ALA DOCUMENT A101 • O‘A'NER-CONTRACTOR AGREEMENT • TWELFTH EDITION • AIA • COPYRIGHT 19R7 • THE AMERICAN INSTITUTE OF .ARCHITECTS. 1735 NEW YORK AVENUE. N.W.. WASHINGTON, D C., 20006-5292, W.A.RN1NG. Unlicensed photocopying violates U S. “opyright laws and is subject to legal prosecution. This document %Va.% electronically produced with permission of the .11A and can be reproduced without violation until the dale of expiration as noted hclow. Electronic Format A10 I -1987 User Document: F -CAST DOC -- 3/24/1999. AIA License Number 131378, which expires on 6/30/1999-- Page #4 and are as follows: Document 00100 00200 00370 00330 00400 00600 00700 • • ts Bid Solicitation Title Instructions to Bidders Geotechnical Data Existing Conditions Bid Form Bonds 3 1 2 1 Pages General and Supplementan Conditions 5 with attachment of AIA document A201 by reference 9.1.4 Thc Specifications are those contained in the Project Manual dated as in Subparagraph 9.1.3. and are as follows: (Either list the Specifications here or refer to on exhibit attached w this Agreement) Document Title Pages Divisions 1 through 4 as listed in the Table of Contents and Sections 01500 and 02932 in the Project Manual dated March S. 1999 9.1.5 The Drawings are as follows. and are dated March 8 1999 unless a different date is shown below: (Either La the Droning, here or ref:sr to an exhibit attached to this Agreement Number Date C1 1 Stints, Al I A21 Phase Three Site Plan Phase Three Details • Pages 9.1.6 The addenda. if any. are as follows: Number Date Pages None Portions of addenda relating to bidding requirements are not pan of the Contract Documents unless the bidding requirements are also enumerated in this Article 9, 9.1.7 Other documents. if any. forming part of the Contract Documents are as follows: (List here any additional documents which are intended to form port of the Contract Documents The General Conditions provide that bidding requirements such as advertisement or invitation to bid. Instructions w Bidders sample ;arms and the Contractor's hid are not part of she Contract Documents unlesi enumerated in an Agreement They should be listed here only if intensled to be part of :he Contract Documents i This Agreement is entered into as of the day and year first written above and is executed in at least three original copies of which one is to be delivered to the Contractor. one to the Architcct for use in the administmtion of the Contract. and the remainder to the Owner. OWNER/ (SiglIUM ') (Printed name and (Wei CONTRA (Signa(ure 00rinnsi flankMid rale) • ALA DOCUMENT A101 • OWNER -CONTRACTOR AUREENIENT ARCHITECTS. 1735 NEW YORK AVENUE. N.W.. WASHINGTON. subject to legal prosecution. This document was electronically produced noted below, User Document: F-CAST.DOC -- 3/24/1999. • TWELFTH EDITION • AI. • COPYRICIIIT 1987 • THE AMERIC.AN INSTITI7TE OF C . 20006-5292. WARNING. Unlicensed photocopying violates U.S. copyrip,ht la••• and is with permission of the .A1A .tnd can be reproduced ‘vithout violation until the date of expiration as Electronic Format A101-1987 AIA License Number 131378, which expires on 6/30/1999-- Page #5 AGENDA REQUEST CONTRACT REVIEW GRANT REVIEW STAFF REVIEW FORM For the Fayetteville City Council meeting Apri16, 1999 FROM: Connie Edmonston Name ACTION REQUIRED: Award of bid #99-36 to Heckathorn Construction Company in the amount of $32,187, plus a project contingency of $1,600 and budget adjustment for Wilson Park castle renovation phase III. Parks & Recreation Public Works Division Department COST TO CITY: Sil 7R7 Cost of this Request lisn-tnr,n-ssnAnn Account Number 9A1MA Project Number BU9GEJ RTEW: $ 57,815 WilentwPorkirocfleRenneminn Category/Project Budget Category/Project Name 52,509 Funds Used To Date 5,306 Remaining Balance _xx__ Budgeted Item • uded Atanneer A Program Name Park Development Fund Fund xx udget Adjustment Attached ministrat's Serv cts Director CONTRACT/GRANT/LEASE REVIEW: Accounting Ma. ager /4 .10c— y: CA ttiii-iley -R) L•e_q Purchasing Officer STAFF RECOMMENDATION: Approval of bid award and budget /492 Bien •d r •arc/take D eccor 44 A . A mint a-lv) Zcvices Director ALIJA( May Date Date 3 -1a5 -q9 Date GRANTING AGENCY: ADA Coordinator Internal Auditor Date Dace adjustment. Date 3 -Z.C.-C9 Date 2ahn Dttel Date Cross Reterencq New Item: Yes No Prey Ord/Res 1: Orig Contract Date: Or Contract II: _ a as m I O>a Towu .. la D O N O O 2 0' 4A C Z - r r m m T m 0 « D' m m n + a a A -4 o o r r N z ` a I A n oyDf D N N r mlj o m 2 o c m z O It + O_ fit, V UV 4' • VAR 11713 POI Page 2 Description MIS0,7 arif 72We 0/2/99)/a1/0-7 kettingodwityy/ 4/777 <e Coe:Rents: Budget Coordinator tete:era Conezts: Accounting Manager 0 Sik5"..2 411/4l.r././.4C 414 k b.rmbr 17414 fiferiLturia, 44ic, 4. 4.3 674.--t zu`text-ALL ) rot-Aletnitic-hv (0/ City Attorney Aitibir1 4t --t.44, ? Iu 0 Purchasing Officer ADA CO3rdinator Internal Auditor • v m B Z 3 c u' D Z Z n i^ a Si J -U m m p . - d p A w O (A La I W 5 N• I z a = N. • Q - Z ' • I n 1(01 • O •I N h i, I , I < - • I ^ I 1 • J "• I! ` J I p G .C '. • III • •II = d m J I I n . 3 ! ...----- _ _-. — __—,_._ _ -: —_,I --- 13 ' -' I• • j O m , J W R•:• I ; ;. I a I' �� I to I I r — I liiI I I In SJ - r n I V IS all I' 1 I O all I •.-- �t ... T 1' II II a II I N OI of I � 3 I' _ILL _I_H ___Ui II! - li ' Z _ _ _ _ _ ._f1I 1 jl; I i _I Ha 4 i 2 m O � I'- D • City of Fayetteville, Arkansas Budget Adjustmeht Form EXHIBIT B Budget Year 1999 Department: Public Works Division: Park & Recreation Program: Parks Development Date Requested 03/24/99 Adjustment # Project or Item Requested: Additional funding is requested for the Wilson Park Castle Renovation Project. Project or Item Deleted: Funding proposed for this adju tment is from the Wilson Park Renovation Project and Use of Fund Balance. Justification of this Increase: Thc scope of work required for this project has expanded. Justification of this Decrease: The Wilson Park Renovation project was planned for a general upgrade of the park facilities. Sufficient funds exist in cash & investments to fund this request and comply with City policy. Account Name Park improvements Account Name Park Improvements Park Improvements Increase Expense (Decrease Revenue) Amount 37,181 Account Number Project Number 2250 9250 Decrease Expense (Increase Revenue) Amount 5806 00 96094 1 Account Number 33,408 2250 9250 5806 00 3,773 2250 0925 4999 99 Project Number 98010 1 Approval Signatures Depanment Director Admin. S•rvices D Date 3 Date 3-ec.-95 Date Blue Con: Budget & Research / Yellow Con: Requester Type: A Date of Approval Budget Office Use Only Posted to General Ledger Posted to Project Accounting Entered in Category Log CAAPP99BUDGEINBUDGTADJ\WILSON_ citAt FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Connie Edmonston From: Heather Woodruff Date: April 9, 1999 Attached is a copy of the resolution awarding Bid 99-36 for your files. I am also returning two copies for you to distribute. The original will be microfilmed and filed with the city clerk. cc. Yoland Fields, Internal Auditor Steve Davis, Budget and Research File XX I AGENDA REQUEST CONTRACT REVIEW GRANT REVIEW STAFF REVIEW FORM For the Fayetteville City Council meeting of NA FROM: Connie Edmonston Name Parks and Recreation Division Pe5119-q9 , cocas/1 Poi -g '7 OM RECEIVED JUL 1 4 1999 CITY OF FAYETTEVILLE CITY CLERICS OFFICE MICRCRILMED Public Works Oepartrner.t ACTION REQUIRED: Install submersible fountain with concrete base and clear lens cover to the pond in front of the Wilson Park castle. COST TO CITY: SSRI Cost of this Request 77snAnn-cnns nn Account Number ORRRES 1 Project Number cite, 124 Category/Project Budget $ 10ig042- Funds Used To Date gs.;25 Remaining Balance Park Imprnwarmlntet Category/Project Name Program Name HMR Fund BUDGE EVIEW: udg t Coordinator vr Budgeted Item Budget Adjustment Attached Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: Acc City ttorne \J Ctiz Purchasing Officer 1-13-99 Date Date 1 -ta -CICI Date GRANTING AGENCY: ADA Coordinato Ala 4111/..a4 / / Ij ernal Auditor Date Date STAFF RECOMMENDATION: Approval of change order #1 -ALS 97 Date /4-11 Date Da.te Date Cross Reference New Item: Yes No Prey Ord/Res: #49-99 Orig Contract Date: FAYETTEVILLE THE CITY OF FAYETTEVILLE. ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Connie Edmonston, Parks & Recreation From: Theresa L. Johnson, Deputy City Clerk Date: July 21, 1999 Re: Change Order #1, Wilson Park Castle Attached please find a copy of the staff review form and two originals for you to distribute. The original will be microfilmed and filed with the City Clerk's office. cc 4. Vola. -Jo... Rcld s Description Comments: Budget Coordinator STAFF REVIEW FORM 21,/140,7 45-ikaole ark -Meeting Date Accounting Manager City Attorney Purchasing Officer ADA Coordinator Internal Auditor Reference Comments: Page2 FAYE'TTEVILLE THE CITY OF FAYETTEVILLE. ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Charlie Venable, Public Works Director From. CWinie Edmonston, Parks and Recreation Superintendent Date: July 12, 1999 Re: Change order request for the Wilson Park Castle The Parks and Recreation Division requests the approval of a change order in the amount of $561 with Heckathorn Construction for work at the Wilson Park Castle. The change order will approve the installation of a submersible fountain with concrete base and clear lens cover. The fountain will improve the aesthetics of the pond by improving the water circulation and adding a new feature to the area. The water circulation will assist with decreasing the amount of algae and stagnant growth in the pond. The total contingency amount for this project is $1,600. • WUTENBERG. DELONY & DAVIDSON ARCHTFECTS TRANSMITTAL Noceronntst flK,A4A5 000 100 W. a tel TR. SLR 102 FArf. riFVul. AR 72701-6063 501/443-6665 501/443.9515 FAX VVDSID •••• RCH PECS To: Connie Edmondston Parks and Recreation 113 W. Mountain Fayetteville, AR 72703 DATE: June 29, 1999 ATTENTION. RE: Wilson Park PROJECT NUMBER: 99015 WE ARE SENDING YOU: o SHOP DRAWINGS O COPY OF LETTER 0 SPECIFICATIONS El PLANS O PRINTS O SAMPLES O FLOPPY DISK 1:81 ATTACHED O CHANGE ORDER O 0 UNDER SEPARATE COVER VIA COPIES DATE NO, DESCRIPTION 3 Change Order # 1 PLEASE CHECK AND ADVISE IF ENCLOSURES ARE NOT AS LJSTED. THESE ARE TRANSMITTED (AS CHECKED BELOw) O FOR APPROVAL • FOR YOUR USE El FOR YOUR INFORMATION 0 O AS REQUESTED 0 REVIEWED FOR GENERAL COMPLIANCE O FOR REVIEW AND COMMENT 0 REVIEWED FOR NOTED COMMENTS O RETURNED FOR CORRECTIONS O RESUBMIT COPIES FOR APPROVAL O SUBMIT COPIES FOR DISTRIBUTION - O RETURN CCRRECTED PRINTS REMARKS. Connie, please sign all three copies and return 2 (two) copies to our office for distribution. COPY TO: file BY Lori Top By Sara dIt'V,ITtENBERG, DELONY & DAVIDSON, Northwest Arkansas Office 100 West Center, Suite 102 Fayetteville, AR 72701 Tel: 501-443-6666 Fax: 501-443-9515 PROJECT: TO: City of Fayetteville Wilson Park Castle Phase 3 Renovation Fayetteville, Arkansas Heckathorn Construction Co. 1880 Birch Ave. Fayetteville, Arkansas 72701 CHANGE ORDER s) 8667 (144 ( CHANGE ORDER NO 1 <9 /1/ */9/% N704 PROJECT NO: 99015 DATE- June 21, 1999 CONTRACT DATE March 23, 1999 CONTRACT FOR: General Construction You are directed to make the following change(s) in this Contract: Add submersible fountain per the manufacturers recommendations with concrete base for attachment. Provide clear lens color for light. Add $561.00 Total amount of change order: Add $561.00 CONTRACT RECAP The original Contract Sum was: Net change by previously authorized Change Orders: The Contract Sum prior to this Change Order: 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 changed by (0) days. $32,187.00 0 $32,187.00 $561.00 $32,748.00 Not valid until signed by both [he Owner and Architect. Signature of the Contractor indicates his agreememt herewith, including any adjustment in the Contract Sum or Centrtict Time. WITTENBERG, DELONY & DAVIDSON, INC. 100 West Center, Suite 102 Fayetteville, AR 72701 BY: DATE cp - 2-1 —9 ci HECKATHORN CONSTRUCTION CO. 1880 BIRCH AVE FAYETTEVILLE, ARKANSAS 72703 BY: '414A1 0 -14\00.1 --\JP By DATE: Die 2811 CITY OF FAYETTEVILLE 113 WEST MOUNTAIN FAYETTEVILLE, ARKANSAS 72701 WITTENBERG, DELONY & DAVIDSON, INC. PROPOSAL REQUEST Northwest Arkansas Office 100 West Center, Suite 102 Fayetteville, AR 72701 Tel: 501-443-6666 Fax: 501-443-9515 PROJECT: WILSON PARK CASTLE RENOVATIONS PHASE III FAYETTEVILLE, ARKANSAS OWNER CITY OF FAYETTEVILLE 113 W MOUNTAIN STREET FAYETTEVILLE, ARKANSAS 72701 PROPOSAL REQUEST NO: 01 DATE: 5-24-99 TO: PROJECT NO: HECKATHORN CONSTRUCTION CO. 99015 1880 BIRCH AVE. FAYETTEVILLE, ARKANSAS CONTRACT FOR: 72703 GENERAL CONSTRUCTION Please submit an itemized quotation for changes in the Contract Sum and/or Time incidental to proposed modifications to the Contract Documents described herein. Quotation must be received by the Architect within fourteen calendar days from date of Proposal Request. THIS IS NOT A CHANGE ORDER NOR A D1RECf ION TO PROCEED WITH THE WORK DESCRIBED HEREIN. DESCRIPTION: Provide submersible fountain lighting per the manufactures recommendation for size, location and number for the j-21 Castle Jet by Hall Fountains. Color will be selected by Architect. Provide concrctc base similar to detail at fountain base for each fountain light to mount to. Provide any and all electrical conduit and wiring and/or any other components needed to insure proper and complete installation. ATTACHMENTS: none WITTENBERG, DELONY 8c DAVIDSON, INC. By: • HECKATHORN CONSTRUCTION COMPANY, INC, 1880 BIRCH AVE, FAYETTEVILLE, AR 72703 CHANGE ORDER REQUEST # 1 DATE: 5-26-99 To:Wittenberg, Delony & Davidson JOB: Wilson Park Castle Renovations 100 W. Center, Suite 102 Phase III Fayetteville, AR 72701 Attn: Lori Top Job# 99143 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: Provide and install submersible fountain lighting per the manufactures recommendation for size, location and number for the J-21 Castle Jet by Hall Fountains. To include concrete base to mount to. Fixture, shipping, taxes $ 341.00 Installation 135.00 Concrete work 25.00 Subtotal $ 501.00 OH&P 12% 60.00 Total $ 561.00 WE AGREE hereby to make change specified for $ 561.00 Date:05/26/99 Authorized By: Q thy4,_ David C. Hansen, Vice President /Zes. STAFF REVIEW FORM xx AGENDA REQUEST XX _ CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting April6,1999 FROM: Connie Edmonston Parks & Recreation Public Works Name Division Department ACTION REQUIRED: Award of bid #99-36 to Heckathorn Construction Company in the amount of $32,187, plus a project contingency of $1,600 and budget adjustment for Wilson Park castle renovation phase III. COST TO CITY: tini.7R7 Cost of this Request 77cn-g7cn-cRnM no Account Number onoe Project Number BU S 57,815 Category/Project Budget 52,509 Funds Used To Date Remaining Balance _xx_ Budgeted Item CONTRACT/GRANT/LEASE REVIEW: Accounting Manager ate C'ty At or4e Date Purchasing Officer Date STAFF RECOMMENDATION: Approval of bid award and budget adjustment. Date 3S±1 Date L In D toe 3/1/n Date Wilson Park Cacho Rrnnvalinn Category/Project Name Program Name Park Development Fund Fund Adjustment Attached GRANTING AGENCY: ADA Coordinator Internal Auditor Date 3-x5-99 Date Cross Reference New Item: Yes No Prev Ord/Res 0: Orig Contract Date: Orig. Contract q: FAYETTEVILLE tilt CITY OF FAY(TTIVIttf. ARKANSAS DEPARTMENTAL CORRESPONDEN TO: Mayor Hanna and City Council THRU: Charlie Venable, Public Works Director FROM: CbcinieEdmonston, Parks & Recreation Superintendent DATE: March 24. 1999 SUBJECT: Bid Award #99-36 - Wilson Park Castle Renovation Phase III The Parks and Recreation Division requests award of the Wilson Park castle renovation phase III bid #99-36 to Heckathom Construction Company in the amount of $32,187, plus a 5 percent continency of $1,600 for a total cost of $33,787. Phase III will include the following renovations: • Stone walls at new planter bed near street edge. • Stone walls at expanded planter bed on south edge of site. • Retaining stone wall in drainage culvert along the street (east side of culvert) from existing drainage structure to existing bridge • Retaining stone wall along south west side of drainage culvert from dam to the existing bridge. • Fountain in castle pond. This phase will complete the renovation of Wilson Park castle with the exception of the castle structure in which the original artists will draft the plans and complete the work to retain the original character of the castle. Attachments: Site Plan Bid Tabulation Contract _ ...., n :1 O m_ (TI >O Qtb mmu „ Op m D O o u u a a �I O Z N r m rn m A 71 -Ti m o m o m N N ml A Jo a DI o I o G y I r - S r z I o m, C. n N rl r N o ;o m o z c D m O as D z iv V 1 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AIA Document A101 - Electronic Format Tills DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. AUTHENTICATION OF THIS ELECTRONICALLY DRAFTED AIA DOCUNIENT MAY BE MADE BY USING AM DOCUMENT 0401. The 1937 Edition of AJA Document A201. General Conditions or the Contract for Construction , is adopted in this document by reference. Do nut use with other general conditions unless this document is modified. This document has been approved and endorsed by The Associated Gcncral Conuacton of America. Cop)nght 1913. 1713. 1923. 1977. 1951. 1958. 1961. 1962. 1967. 1974. 1977. copyright 1937 the Antcncan Institute or Architects. 1735 New York :\venue. N. W \Caluniintt. DC.. 20006.3292. Reprodualou of the material herein or substantial quotation of its provisions without written pemtission of the AfA violates the copyright tans of the Unitcd Slab and will be subject to legal prosecution. AGREEMENT made as of the Twenty Third day of March in the year of Nineteen Hundred and Ninet\-Nine BETWEEN the Owner: \'mAne and address) CITY OF FAYE I iEVLLLE II) WEST MOUNTAIN FAYETTEVTL-LE ARKANSAS 72701 and the Contractor: \'ame and :Jdrenl HECKATHORN CONSTRUCTION COMPANY. INC ISJt1 BIRCH AVENUE FAYE1TEVILLE ARKANSAS 72703 The Project is: I \'unie and locnnonl WILSON PARK CASTLE RENOVATIONS PHASE III FAYF.TTEVILLE, ARKANSAS The .architect is: t Vane and addreul \VITTE`BF..RG DELONY & DAVIDSON, INC 100 WEST CENTER SUITE 107 FAYETTEVILLE ARKANSAS 7771)1 The Owner and Contractor agree as set forth below. ALA u )CI\TENT :All) I • OWNIilLCONTRAC'1'OR AGItFPJIIiNT • TWELFrlf EDITION • AI:\ - COPY'RIG II T 19x7 • TIIE .\.\lli Rlc.\.N IN rin-rt: t1F \RCI II Ir.CfS. 1735 NEW YORK \\'I:NCI.. N.W. \\':\1111\41'ON. DC -. 20UVG.5292. \\':\RNING. I:uli.aiw.l phouw.gwing v{alate. I'.S. epn:!:: tau. .net .ubjeal :o IcS.11 pnuccuhon. 7TIe documan wit clectnmically pn>,luccl wah pen:us.lon of the :V:\ and can Iw rcpruJuced sellout aolallon until the date ••. a\Ih(alrvll.1. noted halo.. Electronic Format :\IllI-I')XT User Document: F-CAST.DOC -- 3/24/1999. AIA License Number 131379. which expires on 6/30/1999 -- Page zt ARTICLE I THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement, Conditions of the Contract (General, Supplementary and other Conditions). Drawings. Specifications. addenda issued prior to execution of this Agrcemcnt, other documents listed in this Agreement and Modifications issued after execution of this Agreement, these form the Contract, and arc as fully a part of the Contract as if attached to this Agrcemcnt or repeated herein. The Contract represents the entire and integrated agreement between the panics hereto and supersedes prior negotiations, representations or agreements, either written or oral. An enumeration of the Contract Documents, other than Modifications. appears in Article 9, ARTICLE 2 THE WORK OF THIS CONTRACT The Contractor shall execute the entire Work described in (lie Contract Documents. except to the extent specifically indicated in the Contract Documents to be the responsibility of others, or -es -follow : ARTICLE 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION 3.1 The date of commencement is the date from which the Contract Time of Paragraph 3.2 is measured, and shall be the date of this Agrcemcnt. as first written above, unless a different date is stated below or provision is made for the date to be fixed in a notice to proceed issued by the Owner. tinsert the Jute ofconntencmnenc. if a Jgfers from the date o% th,s.4gree,nent. or, if applicable, state that the dam will be fixed 'no notice to proceed,) The date of commencement will be established in a written "Notice to Proceed" issued by the Architect. Unless the date of commencement is established by a notice to proceed issued by the Owner. the Contractor shall notify the Owner in writing not less than five days before commencing the Work to permit the timely filing of mortgages, mechanic's liens and other security interests. 3.2 The Contractor shall achieve Substantial Completion of the entire Work not later than !Insert :he calendar Jam or number a%ca!endar doss a,/ter the date of comnenceenent. Also insert any regtaren:enn for earlier Substantial Completion of certain porno/:f oi' he Wort'. :f not sated thetvhere in the Contract Documents.) Sixty (60) consecutive calendar days from the date of the written "Notice to Proceed' . subject to adjusuncnts of this Contract Time as provided in the Contract Documents. ,Insert provisions, it any. for liquidated damages relating to!astute to complete on time.) Liquidated Damages of One hundred dollars (S 100th)) calendar day, not including acceptable delay days.per the terms of Article L IO of Section 01100 of the Protect Manual, ARTICLE 4 CONTRACT SUM 4.1 The O\\ner shall paY the Contractor in current funds for the Contractor's performance of the Contract the Contract Sum of Phase Ill: Thirty Two Thousand One Hundred Eighty Seven and no/IO0sDollars (S 32.IS7 UO Phase Ill ). subject to additions and deductions as provided to the Contract Documents, 4.2 The Contract Sum is based upon the following alternates, if any, which are described to the Contract Documents and are hereby accepted by the Owner: date the ,u,mhers or other identification of accepted alternates. !% Jeouions on other alternates tree to he ,nude by the Owner soh,equent to the crenmon of this I .rcc,nenl. /Mach is schedule oJ'soch other uhernwei dtmang the ornon'if /or each and the Juice want ,finch that amount n valid. I Nolte 4.3 Unit prices, if any, are as follows: None . \I.\ Df)C't'\I(iNl' .\I0I • OWYER.Ct)Vril:\CTUK AGRIEI:\IEVr • TO'Ii1.1.1'!1 E I)I'I':ON • .\L\ • COI'1'ItIG1fl 1937 • TIIE ANIERIC\, INS'I'llt-I'f. 01' .\RC I I IIT.C'I'i. I7)y NEW \'UItK .\VENUE, N. \V., wA.x I Itx'ta'ON, U.C. ]UUuu.t]q 7. WARNING-. Unhce,ncd ptwlotopf, violate, US coptriirlit IatiI and n w,lijevt to I:gal pro.ccunon. This Jtwuocnl 'vu elcarani:aIly pnduecd with pcninmion ,it die .\IA „d:.m tic rcpnkuceJ without cioUtimt unlit life fine at :\pi(ii imt o nuleJ wlo" Electronic Format A101-Ir)S7 User Document: F-CAST.DOC -- 3/24/1999. AIA License Number 131378. which expires on 6/30/1999 -- Page #2 ARTICLE 5 PROGRESS PAYMENTS 5.1 Based upon Applications for Payment submitted to the Architect by the Contractor and Certificates for Payment issued by the Architect, the Owner shall make -tore -s:1 lump sum payments per Phase on account of the Contract Sum to the Contractor as provided below and elsewhere in the Contract Documcnts. 5.2 The period covered by each Application for Payment shall be one tvllandar t!ronthendn; Jn fhe lint n4fih2-nfolIf t, -or as follo\\s: Single Imm�, sum navntent for Phase III per Art icl • 9 1 Item I as modified in the Stipple[lienran onditions. 5.3 Provided- ut At the completion of Phase III Application for Payment is received by the Architect not later than the Twenty Firth day of a that month. the Owner shall make payment to the Contractor not later than the Owner's next regularly scheduled purchaie order processing period dny-o fhtt month. If an Application for Payment is received by the Architect ,tier the application date filed abotc. payment shall be made by the Owner not hater than the Owner's next regularly scheduled purchase order processing period days after the Architect receives the Application for Payment. Unless a probtecit witlf the Payment Request is identifitA b\• the Architect the Architect will have five (5) workin g days to review and process the P 1\ meat Request 5.4 Each Application for Payulent shall be based upoll the Schedule of Values submitted by the Contractor in accordance with the Contract Documents. The Schedule of Values shall allocate the entire Contract Sum among the various potions of the Work and be prepared in such form and supported by such data to substantiate its accuracy as the Architect may require This schedule. unless objected to by the Architect, shall be used as a basis for reviewing the Contractor's Applications for Payment. 5.5 AN)hettfeIts-far-Pa}nxtu-shall-itnlicate-fix-percentage-of{-0ftmpleffom-Of-cltiif-peeoll-0f-f{tt-VJfkzts.1-{he lfU-ofiltr perio loered-b -fhr hpplk tfietr for R wftznF 5.6 &lbjr t t rNx-pfa4isiotf; Jf�Ix 6alraet-0oetmxuts. thrattrottnt-0fxaca rJ�fass pa ftxtft ;ha{I be-onfpntrd-,1S of JKY 5.6.1. Take-Nla-paftionrof :l% -cJff4f1el-bafft-propefl+ allae Waaoiofnpkfa(f�4af} �;-drfrfnfifxd byit fflEipl+ ff� fix- xfarnlx� eefupktten-o-r;telf-paftiou.af-tltr-LVork b -+h, hafrJFHx-fetal-faulfac-Snftf-aNaaatev#t04lhft-paaeouaf-f4 e Vafk�ff-f;t<'-Sal!r(lulr eft;fhfes--less-rrtana;. of -pxreem-f'S:,}—Pendif-ffaa4leirf+uivaeollrof-aostfe-the-Owner of =Ifaf ifrthe-LVark-:ffnt}fts--fla--ifr dispux-tntc-w-nehILied-ts-pfe%ided4*%{aiHllfots-eeeii4kJtth-4he-Qe(,r,ei-&t1fti-hl;-taf-.-e- bref 1-adjtf;te(I-b��h;tfwa-9r�ier 5.6.2-k(I-iifi!f-Qdf}fJI1�FFi1e-CJflff4fit�llflF-pfa))Zf�t-alidial)ieLEO-tifdxfiaf3-Rmd2fttftpflxftfzieiftiefc`d-an({-jaMifbl+-ihafed-tliix5lfe- lar�llbseq!xltt-ttteerpofaliJfl-alt-tlxEOlttpleteflcOllsfftte-Ifa}i-�eFff-ilppf042Ei-Mlz'f(}F:tttit��-fix-0w712r—;tf Ikabl\-5faf efl-JI IticaFloftif�fectil-tipaft-iflig ius4f•�)ess-feEa H,iteef percent-{ 5.6.3 Sttbffact tl a few ffe apfet J fi pwfFe,usi11fHiebN lhe-O f efraf d 5.6.4 &lbffitca-fuaeeuts- -if zfny, -faf -which -Nx-4ehlfee+ -has -withheld -e-nullified -ii -GerIft&:iie -for -Pave fell! -as -pfeyide(I 4iwH Parit`faph 9S-of-fheneri11FJeHflffells- 5.7 TILL progress ( licit IIIn10 tilllll plyllletut :1111011II[ ileleftitff el-Ill-ae€ordilf!ie-with-befit"faph ?:: shall be-itlfiiler :Ilodllied under the following circuns[:utccs: 5.7.1 Add. upon Substantial Completion of the Work. a stun sufficient to increase the total payments to One hundred percent Ins "S,) of the Contract Sian, less such ,moons as the Architect shall deler:uinc for l ncomplute Work and uusettkd claims. :tit] 5.7.2 Add, if llll:ll colllpletioll of the Work is tllere:iller materially delayed through Ito 111111 01 the COlltrlletor. :Illy : Iddltloll:11 aluouns payable in :Iccordauee situ Subparagrph 9. In.) of the General Conditions. 5.8 Reducliomor-liulitllional=f eulina p�il=any; Retaln:lg_ shill be as follows: U.\ Unit -\11 -.\I' \tut \\\I:ILCC) I-it.\cm CC Ii(I I.\1i\!- t\\I:Il-al 1:!)I I:ox . .\L\ • Cnl1- 'Igtal'f 19x7 Iiii[.UII:G Ie.\\ 1>s 111111 OF .\ill(tI-I'C'IS, I,J N \v\l)h\ .\\'ENI I:.\.\\' \l.\\I I1.\li it l\. D.l:_:IAlgo-S /: \y.\C\I\(;, r'uh:u1S�d Ii.I. tIp\urr• vi,I.,c 1:\ %l1%rnf:t J' nets vJq I :u Ia.t ''u' a 1111 .I,nuin.Ir.,in JIc Ir11 11 11 1 )tm111.1Oo (tic \I.\.0 ! C m IC rg•nr ter. al t. Il I, na cn I,0 LIu until ih. J II: ,a :e 2rt. I I I.. I, .L u.II I. L,.. Electronic Purnat A 101-19S- User Document: F-CAST.DOC -- 3/24)1999 ALA License Number 131378. which expires on 6/30/1999 -- Page #3 Ilfst is sntendeJ, prior to Substantial Completion of the entire Work, to reduce or brit the retainage resulting from the percentages inserted in Subparagraphs £6.1 anJ 7.65 above, and this is nor ezplasned elsewhcre an the Contract Documents, insert here promstons for tech reduction or limitation.) etaina' Qf 10% of the Contract Sum shall be held front the lunip sum payment made at the end of the phase until all applicable close out documentation and as -built drawings have been submitted to the Architect and approved by the Owner ARTICLE 6 FINAL PAYMENT Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor when (1) the Contract has been fully performed by the Contractor except for the Contractor's responsibility to correct nonconforming Work as provided in Subparagraph 12.2.2 of the General Conditions and to satisfy other requirements, if any, which necessarily survive final payment; and (2) a final Certificate for Payment has been issued by the Architect; such final payment shall be made by the Owner not more than 30 days allcr the issuance of the Architect's final Certificate for Payment, or as follows: Before issuance ofd lump um- final ccnificatc. the Contractor shall obtain in \vriline from the Bonding comuanv, approval of such payment. No ccnificatc issued nor payment made to the Contractor, nor partial or entire use or occupancy of the contract work by the Owvner, shall be acceptance of any work or materials not in accordance with the contact or contact documents ARTICLE 7 MISCELLANEOUS PROVISIONS 7.1 Where reference is made in this Agreement to a provision of the General Conditions or another Contract Document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents, 7.2 Payments due and unpaid under the Contract shall bear interest from the date paynient is due at the rate stated below, or in the absence thereof, at the legal rate prevailing from time to time at the place where the Project is located. tinier: rate of interest agreed upon. Many.) None l C'nrr, :al.t and requirements under the Federal Truth in Lending .Act, similar state and local consumer credit imvt and other regulations at :he Owner's and Contractors principal placer of business, the location of the Project and elsewhere may affect the vaGJrry of this provision. Legal advice should re ohmareJ ,nth respect m deletions or modgicanons. and also regarding regnvements such at written disclosures or wooers.) 7.3 Other provisions: None ARTICLE 8 TERMINATION OR SUSPENSION 8.1 The Contract may be terminated by the Owner or the Contractor as provided in Article 14 of the General Conditions. 8.2 The Work may be suspended by the Owner as provided in Article 11 of the General Conditions, ARTICLE 9 ENUMERATION OF CONTRACT DOCUMENTS 9.1 The Contract Documents, except for Modifications issued after execution or this Agreement. are enumerated as follows: 9.1.1 The Agreement is this executed Standard Form of Agrcetnent Between Owner and Contractor. AIA Document .A11)1. 195% Edition. 9.1.2 The General Conditions :ire the General Conditions of the Contract for Construction. AIA Document A201, 1737 Edition. 9.1.3 The Supplenwntan' and other Conditions of the Contract are those contained in the Project Manila/ dated March 3 1'P)9, .\I.\ D()ct'SIEN7 :\IMI • UwNCILCON'Tlt:\C1'Ult :\Ult!il:\IEENI' - 'I'\\'Iit.FI'll CDIIIUN - .U.\ • Ct)I'vlt!UIIT 19S7 • 'rlir \.\IERIC.\N INSTII'i -'I'P. O)F .\ItCIIII LCTS. 1777 NEW YORK .\CLNt:I:. N.\\'. W:\51!INt1 t'UN. D.C.. ]uuuG 3"/1, w;\RNING. Cnl,car.ad Phut"011% beg dolor.'. U.S :,•P.nghl 4w. .Ind .uh)ca to I. sl Prv.ccu6ou. 'flit. J„cuntcnl ws. cicnronically ProJuaol with pcnnin.rart lute . U.\ and un Sc rcpnduccd wah,wl arol.ah,n unlit Iltc boa ot.np,r.no,n y n.nkd ''Ia.. Electronic Forman AI )I -17X% User Document: F-CAST.DOC -- 3/26/1999. AIA License Number 131378. which expires on 6/30/1999-. Page »a arid are as follows: Document Title ....•.... _.. _ ... Pages 00320 Geotechnieal Data I 00330 E.xictinc Conditions I and with attachn)crt of AIA 9.1.4 The Specifications arc those contained in the Project Manual dated as in Subparagraph 9.1.3, and arc as follows: (Either hit the Spectflcartons here or re/:r roan exhibit attached ro thu Agreelnenr. Document Title P:IgVes Divisions I through 4 as listed in the Table of Conicuts and Sections 01 501) and 02937 in the Project Manual dated March S. 1999 9.1.5 The Drawings arc as follows, and arc dated Mardi S. 1999 unless a different date is shown below (Elrher fur the Drawings here or refer to an exhibit attached to this Agrelinenr.) Number Date Pa;;gs 9.1.6 The addenda, if any, are as follows: Number Date Pages None Portions of addenda relating to bidding requirements are not part of the Contract Documents unless the bidding requirements arc also enumerated in this Article 9, 9.1.7 Other documents. if amp. forming part of the Contract Documents arc as follows: (!:a here an.' add:nonat doeurnenrs tench are intended ro form parr of the Contract Doc:nllent, The Central Conditions provide that bidding requtrc•rnentr ruch :is advernse•rienr or invitation to hid. /•r rrr;Ic::onI CO :lidders. follicle /brim and the Contractor's hid are not part of the Contract Docmnenu unless en intera:e;l in this .; greemenr. They tholdd he listed here only if intended to be par: o/tire Contract Documen(s.) This Agreement is entered into as of the day and pear first written above and is executed in at least three original copies of which one is to be delivered to the Contractor, one to die Architect for use in the administration of the Contract, and the remainder to cite Owner. OWNER ,.ti,nanirei CONTRA R (.Signarve) i niched ga•ne and (itle) (Printed name and fillet u.\ DI)cr:\n:\'r Alin • OWNLLR.CONTR.\CTOR u:REE\n:\r • rwrt.rrrt r.0rrws • AlA • currRuarr r),; • 1.114:. \uiR:C. \ I\Srrn"rli \!: C•I (I'I'I!C'rs, I )5 NEW 1'1 IR.l' .\\ t:\tai, NW,, \\'.\SI11\'G1'U\'. DC. :u0o6.S:•):. W,\RNI\'G; t'nliccit.d photoe.ihv ins tl,d.ttcr 1:.1 euptri SIi Llur .ini , .ulijt Cu legal pr.ceuti,m. hut J,um;m cur dearomeally prt4uecd ailh pentiiuian .d11w -U \ and tin be rc rtdu:ed aitLaut viul.ni.m until Uia,.n: tried Lc,n.. r I i epiraiul ... Electronic Format .AIii l•ti)s7 User Document: F-CAST.DOC -- 3/24/1999. AIA License Number 131378. which expires on 6/30/1999 •- Page :5 - - - - - - - - - - - - - - - - - - I • r - Ir• �� lip n bri� pZ�.l� a.%n' -- _� •- l.n_-_ I rw�'•g Jn ♦f��rr nP m'R ien� - _ I = t ! r 'Z F - nr IA Y n VI a> g {Lt� CS �i1Qyy' C ; II] yr'"3j; ` �n �fl g>ti'� ≥ IZ A .ewse. 4 fN`IInrII >� �oy9!11' . 9a n'ni ?s „I� »�t iJCtZ v.V ZY�1� �� j..Q iT Intl (� 9G 'e;i i i O �lP —1 j/ "f -fl i -" _ r ! pd j C o. Fin r' afa fl s r ry r E] VN ird[ t1LLj/ NC.. RRit — . _ '3 1. _ p :A. /. ' 6 - si \ Y \ /1 l I I I I / I I / , 1 VVYI 77 I l� - I I , aU!rfiEtiRSLL®sY!? &DAV!SOi i. NC. UIJ! J!1 COWTIIITI 1101 1(7 TI 711 I 3/FIQ o,Asc 3 WILSON PARK A-li E $Ii =PLAN CASTLflENOYATION I 1'015 I ,•R...,..vs to PROJECT MANUAL FOR WILSON PARK CASTLE RENOVATIONS PHASE III CITY OF FAYETTEVILLE FAYETTEVILLE,ARKANSAS PROJECT NO. 99015 DEL0NY 3 DAVIDSON, INC. C-10 / I HEREBY CERTIFY THAT THESE PLANS AND SPECIFICATIONS HAVE BEEN PREPARED BY ME, OR UNDER MY SUPERVISION. I FURTHER CERITY THAT TO THE BEST OF MY KNOWLEDGE. THAER PLANS AND SPECIFICATIONS ARE AS REQUIRED BY LAW AND IN COMPLIANCE WITH THE ARKANSAS FIRE PREVENTION CODE FOR THE STATE OF ARKANSAS. (AFPC VII -303) SIGNATURE WITTENBERG, DELONY AND DAVIDSON, INC. ARCHITECTURE & INTERIOR DESIGN 100 W. CENTER STREET, SUITE 102 FAYETTEVILLE, ARKANSAS 72701 (501)443-6666 >- ^ 1. Z // C N\ ^ Y •II •> J 4 I � qi / / � / � tom` * / > -- 1� � r � 1. �v/,� /i it iT. r " / ' - '. /� ` - �.I // / \ I. / , 1I 4� I / _ V VA t // z/'K> / / U\..] M _ DTI S \n\\. F \��/ � // t �I % •.I ( � ��` 1 i;: -�.� • --.wg w 1T t, !� _ _ te1 � �. / •��� ! \ Lam._ / . 2 � _ I Yi WILSON PARK -�. LL� ''� �'S'J" CASTLE RENOVATION � T^ -( �'� '� � v ` -ice `� ;r . Y �• ZZ C'ct ` (= l `. •1> -•fir. - U. -'.I �� \M1W> i.1 - V 4 „i 'll -may 1~ ��.JJZ•\ f.C'"�'. - D� ) . = I rVr`.Y TNTj" V - r = r .-- R ≥ ^j FT r't ,' - . _ j / / 1 J �" �` Z\� _ : i Tyr- . : �11�-t-ter/"` '. _ � � rJ l:%� � ) Thy -�-� • \ '1 � -\ ` � -r & � � /j \pit � \.\ t,�\�� : i> f�j �, ♦x' / 1 � r I ill/; z - L Imo\ Vi k/1 1 U n J is f.. __ _— --______— _���__�__\y _ __�— —ry—___—_ L�ti---_— f 1 C: ' I N -y/CC AC',� WILSON PARK a `�=I. =� ''� cl-- -\ CASTLE RENOVATION I I T �> iy > m4ds _ / Y —'I / —r.♦l ? `� �j a{�—'> .��p`� _ S•�i'• y..^DDD y i _'/ J/ .. T^^• I J IInn -♦L$>> pp 5 z v /1/ / f r t }- _ z {7I �J b�� } z / / _ � ,-5xy PAZ � I� 1 I e✓• tr < . _O %; '>3� _ J;;Zxfxo i __ -ice o.ai' `r —- i o •//'• x? I F . s _ -_ % /',/ ' '3 C / 1/ a T •' ,az NTTy rS�. 1I _ 111 r^" —j I Z2~L�- — 11 — V ' • / I 1 I 1 xhTh Al —•1 • _- :-- '_r--' I.( I/r ^teI Y c -\ / bra-- C \ =_ r Y T` 7 , HH'J ItIICJI`�\.� `y1.. J 1� `✓:: ....t iI 1P\'. 11 `J `\ jN4 �C o_tcc; WILSON PARK CASTLE RENOVATION U I C C C [] I TABLE OF CONTENTS FOR WILSON PARK CASTLE: RENOVATIONS PHASE III FAYETTEVILLE, ARKANSAS PROJECT NO. 99015 Mu .N DOCUMENT NO. TITLE 00100 BID SOLICITATION 00200 INSTRUCTIONS TO BIDDERS 00320 GEOTECHNICAL DATA 00330 EXISTING CONDITIONS 00400 BID FORM 00600 BONDS 00700 GENERAL AND SUPPLEMENTARY CONDITIONS DIVISION 1 - GENERAL REQUIREMENTS SECTION NO. TITLE 01100 SUMMARY OF WORK ' 01230 ALTERNATES 01450 TESTING AND LABORATORY SERVICES DIVISION 2 - SITE CONSTRUCTION SECTION NO. TITLE 02200 DEMOLITION AND SITE PREPARATION 02300 EARTHWORK 02375 TEMPORARY EROSION CONTROL 02770 CONCRETE SIDEWALKS '• DIVISION 3 - CONCRETE SECTION NO. TITLE 03100 CONCRETE FORM WORK U 03200 CONCRETE REINFORCEMENT 03300 CAST -IN -PLACE CONCRETE DIVISION 4- MASONRY SECTION NO. TITLE 04100 MORTAR 04150 MASONRY ACCESSORIES 04200 UNIT MASONRY H I END OF 7'ABI,E OF CONTENTS ' 99015- Wilson Park Castle Renovations 'fable of Contents - 1 I I I I C] LJ I I I 1 I 1 H H I I L BIDDING AND CONTRACT. DOCUMENTS I DOCUMENIMUM BID NO. 99-36 BID SOLICI'T'ATION 1.01 Scaled bids for construction/addition & remodeling of Wilson Park Castle Renovation Phase 1• III, in Fayetteville, Arkansas will be received until 4:oo p.m.,Tuesday, March 23rd in the City Purchasing Office, City of Fayetteville Administration Building at 113 West Mountain Street, Fayetteville, Arkansas 72701, and then will be publicly opened and read aloud. 1.02 The work includes Site Preparation and Improvements, General Construction, all to be let ' under one prime contract. 1.03 A cashier's check, certified check, or acceptable bidder's bond payable to the Owner in an amount not less than 5% of the base bid submitted must accompany each bid over $20,000 as a guarantee that, if awarded the contract, the bidder will promptly enter into a contract and execute such bonds as may be required. 1.04 Copies of drawings, specification and other proposed contract documents are on file and are open to inspection at the following places: City Purchasing Office City of Fayetteville, Administration Building 113 West Mountain Street, Fayetteville, Arkansas 72701 1 1.05 Invited contractors may obtain up to three (3) sets of contract documents from City Purchasing Office, City of Fayetteville. 1.06 The Owner reserves the right to waive any formalities in, or to reject any or all bids. 1.07 All bidders over $20,000 shall conform to the requirements of the Arkansas State Licensing Law for Contractors set forth in Act 150 of the 1965 General Assembly. No bidder may withdraw his bid within 60 days after the date of the opening thereof. By: Ms. Peggy Vice Director of Purchasing ' City of Fayetteville END OF DOCUMENT 00100 I I I 1 99015- Wilson Park Castle Renovation 00100-I DOCUMENT 1)12110 INSTRUCTIONS TO BIDDERS PART 1 . GENERAL I.01 DESCRIP'T'ION OF BID A. BASE BID Phase 3: Work includes Site Preparation and Improvements, General Construction and electrical work as shown on the Drawings and described herein, all to be let under one prime contract. Scope includes building of rock planter and retaining ' walls. 1.02 EXAMINATION OF PREMISES A. Before submitting his quotation, Contractor will be held to have examined the premises and satisfied himself as to existing conditions under which he will be obligated to operate, or that will in any manner affect Work under this contract. B. Bidder must inform himself fully of conditions relating to construction of project and employment of labor. Failure to do so does not relieve successful bidder of his obligation to furnish material and labor necessary to carry out provisions of his ' contract. Insofar as possible Contractor, in carrying out his Work, must employ such methods or means to avoid any interruption of or interference with Work of any other ' Contract. 1.03 CONTRACTOR'S LICENSE ' A. Parties quoting $20,000 or over on this Work must comply with all requirements and regulations of Contractor's License Law of the State of Arkansas, as set forth in Act ' 150 of the 1965 General Assembly, as amended. 1.04 BID FORMS A. Bids must be submitted on forms included in Document 00400 of Project Manual. Submit one copy. B. Place Bid Documents, scaled in envelope, and clearly labeled with words "Bid Documents". Show job name and number, name of bidder, Arkansas Contractor's License Number, date and time of opening. ' C. In case of discrepancy between written amounts shown by bidder and amounts in numerical figures on bid form, the amount written out rather than amount in numerical figures shall govern. 1.05 INTERPRETATIONS IA. No interpretation of plans, specifications or other hid documents will be made to any bidder orally. Requests for such interpretation should be in writing addressed to ' 99015- Wilson Park Castle Renovation 00200-I Wittenberg, Delony & Davidson, 100 West Center St., Suite 102, Fayetteville, Arkansas 72701. TO BE GIVEN CONSIDERATION, REQUESTS FOR INTERPRETATION MUST BE RECEIVED AT LEAST FIVE (5) WORKING DAYS PRIOR TO DATE FIXED FOR OPENING OF BIDS. B. Interpretation and supplemental information is issued in the form of written addenda mailed to prospective prime contract bidders. ADDENDA WILL NOT BE ISSUED WITHIN THREE (3) WORKING DAYS PRIOR TO DATE FIXED FOR OPENING OF BIDS. Failure of bidder to receive any addendum or interpretation shall not relieve bidder from obligation under his bid as submitted. All addenda so issued shall become part of contract documents. C. Should an error, inconsistency or omission be found in the Bid Documents after the Bid Opening, the Contractor will be deemed to have prepared his bid based upon the more costly way of performing the Work. D. Anything mentioned in the Specifications and not shown on the Drawings or shown on the Drawings and not mentioned in the Specifications is to have the same effect as if shown or mentioned in both. , 1.06 BID GUARANTY A. Any bids over $20,000 must be accompanied by bid guaranty of not less than five percent (5 %) of the amount of bid, and at option of bidder may be certified check, bank draft, or bid bond secured by surety company. Certified check or bank draft must be make payable to order of Owner. Bid guaranty shall insure execution of contract and furnishing of performance and payment bond or bonds by successful bidder. 1.07 OPENING OF BIDS A. At time and place fixed for opening of bids, every bid received within time fixed for receiving bids will be opened and publicly reak aloud, unless the bid contains irregularities in statutory requirements. Failure of bidder to respond to statutory requirements listed on the bid form may result in the bid being declared nonresponsive and the bid will not be considered for the purposes of awarding a Contract. , 1.08 WITHDRAWAL OF BIDS PRIOR TO BID OPENING A. Bids may be withdrawn on written or telegraphic request dispatched by bidder in time for delivery in normal course of business prior to time fixed for opening; provided, that written confirmation of any telegraphic withdrawal over signature of bidder is placed in the mail and postmarked prior to time set for bid opening. Negligence on the part of bidder in preparing his bid confers no right of withdrawal or modification of his bid after such bid has been opened. 1.09 QUALIFICATIONS OF BIDDER I 99015- Wilson Park Castle Renovation 00200-2 I A. Owner may make such investigations as he deems necessary to determine ability of ' bidder to perform Work, and bidder shall furnish to Owner all such information and data for this purpose Owner may request. Owner reserves right to reject hid of any bidder who has previously failed to perform properly, or to complete on time, contracts ' of similar nature; who is not in position to perform contract, or who has habitually and without just cause neglected payment of bills or otherwise disregarded obligations to subcontractors, materialmen, or employees. ' 1.10 POWER OF ATTORNEY A. Attorneys -in -fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. ' 1.11 LAWS AND REGULATIONS A. Bidder's attention is directed to the fact that all applicable State laws, municipal ordinances, and rules and regulations of authorities having jurisdiction over construction of project shall apply to contract throughout, and they will be deemed to be included in contract the same as though written out in full. 1.12 BID FORMALITIES AND REJECTION OF BIDS IA. Owner reserves right to waive any formalities in a bid or to reject any or all bids. ' 1.13 "CALL BEFORE YOU DIG" STATE LAW I H I n 11 I I A. An Arkansas State Law passed by the 1991 Legislative Session requires that at least two days advance notice be given by calling 1-800-482-8998 before digging on a construction project using mechanized equipment. This is a free service. Failure to do so can result in a penalty ranging up to the amount of 510,000. PART 2 - PRODU_CIS (Not Applicable) PART 3 - EXECU17O.N (Not Applicable) END OF DOCUMENT 00200 ' 99015- Wilson Park Castle Renovation 00200-3 - __-DOCUMENT 0032x! CEOTECHNICAL DATA PART -L -GENERAL 1.01 SOILS REPORT A. A geotcchnical investigation of the site has not been made for this Project. Test borings and other exploratory operations may he performed by Contractor, at his own expense; however, no change in the Contract Sum will he authorized for such exploration. Architect and Owner will not he responsible for interpretations or conclusions drawn by Contractor from his own investigations. B. It will be the responsibility of the contractor to provide a stable base for all elements of the construction reguardless of existing soil conditions. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF DOCUMENT 00320 99015- Wilson Park Castle Renovation 00320-I I I I I I I I I I I I I I I I I I I DOCUMENT 00330 EXISTING CONDITIONS PART 1 - GENERAL 1.03 SITE CONSTRAINTS A. Existing Site Conditions: The Site is within an existing, fully functioning public park. The park will remain functioning during the construction of this project. Great care shall be taken to insure the safety and welfare of all park patrons at all times. Provide fences, barriers and/or other conditions as necessary to insure safety and welfare of all park patrons at all times. B. Existing Site Restrictions: 1. No areas other than those required by construction will be closed during construction. 2. On -site parking, other than within areas to be defined by Owner for Contractor staging, is prohibited. 3. Existing pond on site is spring fed from under the castle, and will require to be diverted around the construction by some means that will not disturb the castle and surrounding area any more than necessary. Coordinate with owner. 4. Electrical contractor to investigate existing electrical service and locations of existing electrical at the site. Provide for proper electrical feed to new work as required by existing conditions. Meet all code requirements and standards. Et Z2.PRODQC7:S (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF DOCUMENT 00330 ' 99015- Wilson Park Castle Renovation 00330-I J J I I WILSON PARK CASTLE RENOVATION PHASE THREE FAYETTEVII,LE, ARKANSAS PROJECT NO. 97017 Proposal of (hereinafter called "Bidder"): (Strike Out Following Inapplicable Items) _49_CUMENT 00400 BID FORM I. An Corporation, (State) 2. A Partnership, or ' 3. An Individual doing business as To: ' Gentlemen: ' Bidder, in compliance with bid solicitation for construction/ additions and remodeling of Wilson Park Castle Renovation-Phaselll having examined plans and specifications with related documents and site ' of the proposed Work, and being familiar with all conditions surrounding proposed project, including availability of materials and labor, hereby proposes to furnish labor, materials, and supplies, and construct project in accordance with Contract Documents, within time set forth therein, and at prices ' stated below. Prices are to cover all expenses incurred in performing Work required under Contract Documents, of which this proposal is a part. Bidder hereby agrees to commence work under this contract on or before date specified in written "Notice to Proceed" and fully complete project within time stipulated in specifications. Bidder acknowledges receipt of the following addenda: No.. Date:. _ _ No. Date:__ No. Date: ' No.Date. No. Date: No. Date: __ ' LIST. 01:.t!EffUfLliA1,1:ERNATES (Refer to Section 01230 - Alternates for detailed description) DEDUCTIVE ALTERNATE NO.1: Deduct the sum of _Dollars (S ) for all work related to the construction and complete installation of the castle decorative fountain. 99015- Wilson Park Castle Renovation 00400-1 BASE BID Phase Three: Bidder agrees to perform all Work described in the Project Manual and shown on the Drawings for the sum of Dollars ($ ). Bidder understands that Owner reserves right to reject any or all bids and to waive any informalities in the bidding. Bidder agrees bid shall be good and may not be withdrawn for period of sixty (60) days after scheduled closing time for receiving bids. Upon receipt of written notice of acceptance of bid, Bidder will execute formal contract within ten (10) days and deliver Surety Bond or Bonds for bids over $20,000 as required by Document 00600. By: (Signature) (Title) (Business Address) Ark License No. (For, bids over $20,000) (Seal - If bid is by a Corporation) 99015- Wilson Park Castle Renovation 00400-2 I I ' 1.01 CONTRACTOR'S GUARANTY BOND 1 I I I I I L_! 1! I h I ri I I DO UME.NL0069U BONDS A. For bids over $20,000, Contractor shall furnish "Performance and Payment Bond" in amount equal to 100% of contract price, as security for faithful performance of this contract and for payment of all indebtedness for labor and materials furnished or performed in connection with this contract. Bond shall be written by surety company which has qualified and is authorized to do business in the State of Arkansas and must be executed by a resident local agent who is entitled to full commission paid local agents and who is licensed by the Insurance Commissioner to represent surety company executing said bond and filing with said bond, his power of attorney as his authority. Mere countersigning of a bond will not be sufficient. Bond shall be written in favor of Owner, and executed pursuant to terms of Act 351 of 1953 of the Arkansas State Legislature, as amended. An original and two copies of bond must be furnished, with power of attorney attached to each. Bond must not be dated prior to date of the contract. Contractor shall file (not record) the original with the Clerk in the Circuit Court of the County in which Work to be performed is located. Contractor to pay all expenses incident the filing of bond. Remaining two copies should be certified by the Clerk to evidence filing of original, and these two copies submitted to Architect. PART 2- PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF DOCUMENT 00600 I99015 -Wilson Park Castle Renovation 00600-I DOCUMENT 00700 ' GENERAL AND SUPPLEMENTARY CONDITIONS PART I - GENERAL. ' 1.01 AUTHORITY A. General Conditions and Supplementary Conditions are an integral part of all sections of Project Manual. Their contents and provisions shall be carefully noted in performance ' of Work. The terms and conditions of the General and Supplementary conditions will be used to govern all work bid or provided as part of this project. 1.02 GOVERNING STANDARD DOCUMENT A. "General Conditions of the Contract for Construction", Document No. A201 of American Institute of Architects, Fourteenth Edition dated 1987, Articles I through 14 inclusive, will be used to govern the actions of all work provided. The General and Supplementary conditions. A copy of the General conditions is on file and available ' for review at the Architect's office. Failure to inspect and understand the General Conditions will not release the Contractor from the terms and requirements of the document. ' 1.03 AMENDED PROVISIONS ' A. Where any article or articles of above A.I.A. General Conditions are supplemented by Supplementary Conditions, provisions of such articles shall remain in effect and ' supplementary provisions shall be considered as added thereto. Where any such article or part of such article is amended, voided or changed by Supplementary Conditions, provisions not specifically so amended, voided or changed shall remain in full effect. Where provisions of Supplementary Conditions arc at variance or conflict with provisions of the A.I.A. General Conditions, Supplementary Conditions shall govern. A.I.A. General Conditions and Supplementary Conditions apply to all Work in every ' Division or Section of these Specifications. The following Supplementary Conditions are included as a part of this work and are as follows. ' 1.04 SUPPLEMENTARY CONDITIONS ' A. I I I GENERAL PROVISIONS (EXECUTION, CORRELATION AND INTENT) Delete subparagraph 1.2. I in Article I of the General Conditions and substitute the following: "1.2.1 The Architect shall identify those contract documents which arc a part of the Agreement". B. CONTRACTOR (SUPERVISION AND CONSTRUCTION PROCEDURES) Add subparagraph 3.3.5 under Paragraph 3.3 of Article 3 of the General Conditions as I 99015- Wilson Park Castle Renovation O0700- I I follows: "3.3.5 Contractor (1) shall review any specified construction or installation procedure (including those recommended by manufacturers); (2) shall advise the Architect (a) if the specified procedure deviates from good construction practice, (b) if following the procedure will affect any warranties, including the Contractor's general warranty, or (c) of any objections the contractor may have to the procedure; and (3) to propose any alternative procedure which the Contractor will warrant." C. CONTRACTOR (LABOR AND MATERIALS) 1. Add Subparagraphs 3.4.3 and 3.4.4 under Paragraph 3.4 of Article 3 of the General Conditions as follows: I Ii I I 1J "3.4.3 All contractors and subcontractors engaged in the Owner/Contractor Agreement shall conform to the labor laws of the State of Arkansas and the various acts amendatory and ' supplementary thereto; and to all other laws, ordinances and legal requirements applic- able thereto." D. CONTRACTOR (WARRANTY) E. Refer to subparagraph 3.5.1 in Article 3 of the General Conditions and add the following: "The Contractor shall guarantee and warrant his and his subcontractor's work and materials (including the materials and work of suppliers of the Contract and his subcontractors) for a period of one year from the date of Substantial Completion. This Warranty shall be for a longer period on certain items if so designated in the Specifications. The foregoing one-year guaranty and warranty shall not in any way limit, restrict or affect the liability of the Contractor, or his subcontractors, for indemnity as provided for in this Contract, nor shall it in any way shorten the period of limitation fixed by law for the filing of any action against the Contractor for enforcement of the or breach of any provision of the contract documents. Should the Contractor elect to use any of the equipment in the building during the construction period, he shall make arrangements with the subcontractor or supplier of the equipment for any extension of warranty of that equipment made necessary by such use. The Warranty period for such equipment to the Owner shall not be reduced by the use of equipment by the Contractor". CONTRACTOR (SHOP DRAWINGS, PRODUCT DATA AND SAMPLES) Delete Subparagraph 3.12.8 in Article 3 of the General Conditions and substitute the following: "The Contractor shall not be relieved of responsibility for deviations from requirements of the Contract Documents by the Architect's approval of Shop Drawings, Product Data, Samples or similar submittals unless the Contractor has specifically informed the Architect of such deviations in a separate writing or by submitting a separate written 99015- Wilson Park Castle Renovation 00700-2 I request for change at the time of submittal and the Architect has given written approval Ito the specific deviation. The Contractor shall not be relieved of responsibility for errors or omissions in Shop Drawings, Product Data, Samples or similar submittals by the Architect's approval thereof". F. ADMINISTRATION OF THE CONTRACT (ARCHITECT'S ADMINISTRATION OF THE CONTRACT) 1. Add sub -subparagraph 4.2.4.1 under subparagraph 4.2.4 of Article 4 of the General ' Conditions as follows: "4.2.4.1 Any direct communications between Owner and Contractor that affect the performance or administration of the Contract shall be made or confirmed in writing, with copies to the Architect, and any such communications that represent a modification of the Contract requirements will be documented ' appropriately. Any communications among the Architect and Subcontractors shall be confirmed in writing to the Contractor." ' G. ADMINISTRATION OF THE CONTRACT (ARBITRATION) 1. In the 12th line of subparagraph 4.5.1 in Article 4 of the General Conditions change "upon written demand of either party" to read "if both parties agree to arbitrate". ' H. ADMINISTRATION OF THE CONTRACT (ARBITRATION) 1. In Subparagraph 4.5.2 of Article 4 of the General Conditions, after the words ' "Construction Industry Arbitration Rules of the American Arbitration Association currently in effect, unless the parties mutually agree otherwise," add the words, "subject to applicable laws of the State of Arkansas." I. SUBCONTRACTORS (AWARD OF SUBCONTRACTS AND OTHER CONTRACTS FOR PORTIONS OF TILE WORK) I. Add subparagraph 5.2.5 in Article 5 of the General Conditions as follows: "5.2.5 Where any of the provisions of this Paragraph 5.2 of Article 5 conflict with Act 477 of 1961 of the State of Arkansas, as amended, the provisions of Act 477 and amendments thereto shall govern. ' J. CHANGES IN THE WORK (CHANGE ORDERS/CONSTRUCTION CHANGE DIRECTIVES) I. Refer to subparagraphs 7.2.2, 7.3.3 and 7.3.6 in Article 7 of the General Conditions and make the following changes: ' "7.2.2 Change the last two words in this paragraph "Subparagraph 7.3.3" to Subparagraph 7.3.6." "7.3.3 Omit subparagraphs 7.3.3.1 through 7.3.3.3. Retain subparagraph 7.3.3.4." ' 99015- Wilson Park Castle Renovation 00700-3 I "7.3.6 The value of any such extra work for a single change order or construction change directive where changes are performed by the contractor using his own forces shall be determined in one or more of the following ways: a. By estimate and acceptance of a lump sum where the total amount of the change is $50,000 or less. The lump sum will be computed as follows: (1) Net cost of materials, plus state sales tax. (2) Net delivery cost. (3) Net placing cost, plus W.C. Insurance premium and FICA tax. (4) Overhead and Profit charge not to exceed 12% on items 1, 2 and 3. (5) Allowable bond premium on items 1, 2, 3, and 4. Credit for work omitted, which was included in the original contract, shall be computed on the same basis, except that the Contractor's share of overhead and profit percentage is 7%. The Contractor shall be required, if called upon, to furnish the original bills and payrolls and support the statement with proper affidavits. The burden of proof of the costs rests upon the Contractor. b. By unit prices named in the contract or subsequently agreed upon. ' c. By cost and percentage or by cost and a fixed fee, to be computed according to , above formula. K. PAYMENTS AND COMPLETION (APPLICATIONS FOR PAYMENT) 1. Delete Paragraph 9.3 through 9.9.3 of Article 9 in the General Conditions and substitute the following Paragraphs 9.3 in lieu thereof: "9.3 All work will be completed inspected and approved before any payment is made. All work anticipated will be completed on a single lump sum payment schedule after the work is complete. No partial or monthly payments wil be allowed." J. INSURANCE 1. The Contractor shal 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 project. 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. 1 99015- Wilson Park Castle Renovation 00700-4 ' Worker's Compensation Satutory Amount Comprehensive General & Automobile Insurance Bodily Injury Liability $250,000 for each person injured. $500,000 for each accident. Property Damage Liability $100,000 for each accident. $250,000 aggregate. The premiums for all insuance required herein shall be paid by the contractor. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF DOCUMENT 00700 99015- Wilson Park Castle Renovation 00700-5 I I I I 11 [I S El I I I I Lii El I I I Li DIVISION 1 GENERAL REQUIREMENTS [1 I I I I I SECTION 01100 SUMMARY OF WORK 1.01 CONTRACT BASIS A. Work is based upon conditions at site, Project Manual, contract Drawings for Project No. 97017, dated March 8, 1999, all addenda issued and the Contract executed between Owner and Contractor. 1.02 GENERAL SITE REQUIREMENTS A. Do not close or obstruct streets, walks or other occupied or used facilities without permission from authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways. B. Ensure safe passage of persons around areas of construction. Conduct operations to prevent injury to adjacent buildings, structures, facilities and persons. 1.03 OWNER ' A. Wherever term "Owner" or "Owners" is used in Project Manual it refers to Connie Edmonston, Director Parks and Recreation. City of Fayetteville. All papers required to tbe delivered to Owner shall be delivered to City Administration Building, 113 West Mountain Street, Fayetteville, Arkansas 72701. 1.04 ARCHITECT IA. Wherever term "Architect" or "Architects" is used in these specifications it refers to Wittenberg, Delony & Davidson, Inc., Architecture & Interior Design, 100 West Center St., Suite 102, Fayetteville, Arkansas 72701. 1.05 TIME FOR COMPLETION IA. Time for completion of all Work under this contract is 60 consecutive calendar days from date of written notice to proceed for each separate phase. ' 1.06 RESPONSIBILITIES OF CONTRACTOR A. Except as otherwise specifically stated in the contract, Contractor shall provide and pay for all materials, labor, tools, equipment, water, light, heat, power, transportation, superintendence, temporary construction of every nature, taxes legally collectible ' because of the Work and all other services and facilities of any nature necessary to execute Work as shown and/or specified under the contract and deliver it complete in every respect within specified time. B. If, during the course of construction of this project, the Contractor discovers errors, I 99015 -Wilson Park Castle Renovation 01100-I H. inconsistencies or omissions in the Contract Documents, the Contractor will report them to the Architect who will issue written instructions to the Contractor. If the Contractor performs Work knowing there is an error, inconsistency or omission in the Contract Documents without giving notice to the Architect or receiving written instruction from the Architect, the Contractor assumes responsibility for the Work and will bear all costs associated with the performance or correction of the Work. 1.07 COORDINATION OF WORK A. General Contractor to give special attention for coordination of work by various trades to provide uniform and symmetrical layout and spacing of exposed components which affect the finished architectural design and appearance. Where spacing and related locations are not specifically shown on the drawings, or where in doubt, Contractor's Superintendent shall consult Architect's Representative prior to installation of that part of the Work. Location of electrical and telephone outlets shall be verified with Architect prior to installation. 1.08 PRECONSTRUCTION CONFERENCE A. Either before or soon after actual award of Contract (but in any event prior to start of construction), Contractor or his representative shall attend Preconstruction Conference ' with representatives of Owner and Architect. Conference will serve to acquaint partici- pants with general plan of contract administration and requirements under which construction operation is to proceed, and will inform Contractor, in detail, of obligations imposed on him and his subcontractors. 1.09 LIQUIDATED DAMAGES , A. It is understood and mutually agreed, by and between Contractor and Owner, that date of beginning and time for completion of Work are essential conditions of the contract; and it is further mutually understood and agreed that Contractor shall commence Work embraced in this contract on date specified in Written Notice to Proceed and fully complete Work within 60 consecutive calendar days. Contractor agrees to prosecute regularly, diligently, and uninterruptedly said Work at rate of progress as will complete Work within time specified. It is expressly understood and agreed, by and between Contractor and Owner, that time for completion of Work described is reasonable time for completion of same, taking into consideration average climatic range and usual industrial conditions prevailing in this locality. If Contractor neglects, fails or refuses to complete work within time specified, or within any proper extension granted by Owner, then Contractor does hereby agree, as a consideration for awarding of this con- tract, to pay Owner the amount of $100.00 per day, not as a penalty but as liquidated damages for such breach of contract as hereinafter set forth, for each and every calendar day that Contractor is in default after time stipulated in contract for complet- ing Work. Said amount is fixed and agreed upon by and between Contractor and Owner because of damages Owner would in such event sustain, and said amount is agreed to be the amount of damages which Owner would sustain. 1.10 CONSTRUCTION DRAWINGS AND SPECIFICATIONS 99015 -Wilson Park Castle Renovation 01100-2 ' I I d I I I I I I A. Architect to furnish 3 sets of contract drawings and specifications, without cost, to General Contractor for use in constructing Work. General Contractor to supply all contract drawings and specifications to his subcontractors or material suppliers. Additional sets or portions of contract drawings and specifications, beyond sets furnished by Architect, requested by General Contractor, will be furnished for actual cost of printing at General Contractor's expense. B. Contract Documents (including all drawings, specifications, addenda and supplemental information) will not be made available on computer disk or on reproducible sepia to Bidders or Sub -bidders before the award of a Contract nor will they he made available to the Contractor or Sub -contractors after the award of a Contract. Only conventional. paper reproductions of such information will be made available to parties listed above. Conventional reproductions of Contract Documents may be obtained by means de- scribed in Document 00100 or as directed by Architect. 1.11 WORK TO BE PERFORMED BY THE OWNER A. Owner will infill behind all new retaining walls and planter walls. No fill behind the new construction will be required by the contractor. 1.12 WEATHER AND OTHER DELAYS A. In addition to paragraph 4.3.8. 1&2 in the General Conditions it will be the responsibility of the General Contractor to provide timely notice of suspected adverse weather and other delays. The General Contractor shall submit a separate letter with the payment request indicating the suspected number of adverse weather and other delay days encountered and asked for, for the pay period. B. The General Contractor shall provide back up data from the National Weather Service showing the five year average annual rain fall for each month of weather delay days asked for. C. The amount of weather delay days accepted by the Architect will be those less the five year average rain days for the month/period in question. ' 1.13 DEFINITION A. The word "Provide", as used throughout these specifications, means furnish and install. 1.14 REFERENCE STANDARDS A. Except as otherwise noted, references throughout Project Manual to Codes, Federal Specifications, ASTM Standards, Association or Industry Specifications and other published standards, are to latest edition or publication of such standards. 1.15 PERMITS ' A. Utilizing the contract documents (Project Manual and Drawings) prepared by the ' 99015 -Wilson Park Castle Renovation 01100-3 H Architect and his Consultants, along with information provided by the Owner or his Consultants, the Contractor is responsible for securing permits required to successfully complete the project. This responsibility includes payment for the permit and coordination of all submittals. 1.16 INFORMATIONAL DRAWINGS A. Drawings bound into working drawing set and labeled as informational drawings are not part of the Contract Documents. Information on these drawings is for reference and coordination only and is not a representation or warranty of existing or proposed conditions. The Architect and Owner are not responsible for interpretations or conclusions made by the Contractor based on these drawings. 1.17 EXCAVATION SAFETY PROCEDURES A. In accordance with Act 291 of 1993 of the Arkansas State Legislature, the Contractor shall include a separate pay item for trench or excavation safety systems for any trench or excavation which equals or exceeds five (5) feet in depth and this pay item shall be a part of the base bid. B. The Occupational Safety and Health Administration (OSHA) Standard for Excavation and Trenches Safety System, 29 CFR 1926, Subpart P is hereby incorporated into this Project Manual by reference. A copy of this document is available for inspection at the office of the Architect during regular business hours. 1.18 MINORITY PARTICIPATION A. The Owner encourages minority Prime Bidders. Prime bidders are encouraged to seek minority participation in the construction of this project. Each prime bidder shall solicit sub -bids from qualified minority subcontractors and minority material suppliers. In this regard, each prime bidder shall further be required to demonstrate proof of the solicitation efforts by recording such solicitation(s) and reasons for selection and submit such proof in a sealed envelop attached to the bid. Failure to provide written proof of solicitation with the bid shall be considered "non -responsive" and cause for rejection of the bid. 1.19 TREE PRESERVATION A. The Contractor agrees to follow tree prservation and pruning requirements as set forth in the City of Fayetteville Parks and Recreation Dividiosn Landscape Manual. Sections pertaining to site construction tree preservation are bound herin following this section. A copy of this document is available for inspection at the office of the Architect during regular business hours. 1.20 INSPECTION BY LOCAL, FEDERAL AND STATE OFFICIALS I 11 I I I G C H CI C C C I I I J A. The Contractor awarded this project agrees to allow Local, Federal or State inspectors or others having jurisdiction, acting in their official capacity, to have access to the job 99015 -Wilson Park Castle Renovation 01100-4 , site. 1.21 SANITARY ARRANGEMENTS A. Facilities are located within the park and are open to the public. If the Contractor requires closer facilities he shall, at beginning of Work, provide premises suitable for temporary convenience and enclosure for use of workmen on job. Maintain in sanitary condition and remove at completion of Work or when directed by Architect. 1.22 TEMPORARY UTILITIES FOR CONSTRUCTION A. Provide all electric service for lighting and power required for construction purposes. B. Provide all water required for construction purposes. Run temporary lines and provide necessary stand pipes. C. Contractor to pay all utility charges until time of substantial completion. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION 01100 99015 -Wilson Park Castle Renovation 01 100-5 H I a .•1TDWI Dl $1", P ' 1.01 DESCRIPTION OF REQUIREMENTS I I C] H u II SECTION 01230 ALTERNATES A. Type of Alternates: The alternates for this project are deductive type. The work described under the alternates shall be included in the Contractor's base bid and indicated as set forth on the Bid Form. B. Definition: An alternate is an amount proposed by the Contractor and stated in the proposal to the Owner that will be deducted from the base bid amount if the Owner decides to accept the corresponding change in either scope of work or in products, materials, equipment, systems or installation methods described in Contract Documents. C. Coordination: Coordinate related work and modify or adjust adjacent work as required to ensure that work affected by each alternate is complete and fully integrated into the project. D. Include as part of each alternate, miscellaneous devices, appurtenances and similar items incidental to or required for a complete installation whether or not mentioned as part of the alternate. 1.02 DESCRIPTION OF DEDUCTIVE ALTERNATES IDeductive Alternate No.!: All work related to the construction and complete installation of the fountain in the castle pond. I I I PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION 01230 99015- Wilson Park Castle Renovations 01230-1 I SE.CT)OXAM5 TESTING LABORATORY SERVICES sf i7i:71I<QH �)►1;M.7s� 11 1.01 SUMMARY A. Section Includes: Testing laboratory services and inspection services. B. Contractor to include, in Base Bid, cost of all field and laboratory testing which is required by various sections of Technical Divisions of these specifications. This will include, but is in no way limited to the following tests: I. Soil Compaction 2. Soil Bearing 3. Concrete: a. Making "Test Cylinders b. Compression Tests 4. Other tests required by Specification Sections 1.02 QUALIFICATIONS OF LABORATORIES A. Meet "Recommended Requirements for Independent Laboratory Qualification", published by American Council of Independent Laboratories. B. Meet basic requirements of ASTM E329, "Standards of Recommended Practice for Inspection and Testing Agencies for Concrete and Steel as used in Construction". C. Authorized to operate in state where project is located. D. Testing equipment must be calibrated at reasonable intervals by devices of accuracy, traceable to either National Bureau of Standards or accepted values of national physical constants. 1.03 LABORATORIES DUTIES A. Perform specified inspections. sampling and testing of materials and methods of construction. Comply with specified standards. Ascertain compliance of materials with requirements of projects. B. Promptly notify Architect and Contractor of observed irregularities or deficiencies of work or products. C. Promptly submit written report of each test and inspection; two copies to Architect and one copy to Contractor for record document files. Each report shall include the following: I. Date issued 99015- Wilson Park Castle Renovations 01450-1 I 2. Project title and number 3. Testing laboratory name, address and telephone number 4. Name and signature of laboratory inspector 5. Date and time of sampling or inspection 6. Record of temperature and weather conditions 7. Date of test 8. Identification of product 9. Location of sample or test in project 10. Type of inspection or test 11. Results of tests and compliance with contract documents 12. Interpretation of test results, when requested by Contracting Officer 1.04 LIMITATIONS OF AUTHORITY OF TESTING LABORATORIES A. Laboratories shall not be authorized to release, revoke, alter or enlarge on requirements of contract documents; approve or accept any portion of work or perform any duties of Contractor or Architect. 1.05 CONTRACTOR'S RESPONSIBILITIES A. Cooperate with laboratory personnel, provide access to work and operations. B. Secure and deliver to laboratory adequate quantities of representational samples of materials proposed to be used which require testing. C. Provide laboratory with preliminary design mix proposed to be used for concrete and other materials mixes which require control by testing laboratory. D. Furnish copies of manufacturer's test reports of products as required. E. Furnish incidental labor and facilities as follows: 1. To provide access to work to be tested. 2. To obtain and handle samples at project site or at source of product to be tested. wise *thfl.)l 3.01 REPAIR AND PROTECTION A. Upon completion of inspection, testing, sample taking and similar services performed on the work, repair damaged work and restore substrates and finishes to eliminate deficiencies, including deficiencies in the visual qualities of exposed finishes. Protect work exposed by or for testing activities and protect repaired work. END OF SECTION 01450 I I I Ii I C C C L_ C C I I I 99015- Wilson Park Castle Renovations 01450-2 ' I H I I I I I I SEMONJ 50.0 TEMPORARY FACILITIES AND CONTROIS ► :. 1.01 GENERAL SITE REQUIREMENTS A. Do not close or obstruct streets, walks or other occupied or used facilities without permission from authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways. B. Ensure safe passage of persons around areas of construction. Conduct operations to prevent injury to adjacent buildings, structures, facilities and persons. 1.02 SANITARY ARRANGEMENTS A. Facilities are located within the park and are open to the public. If the Contractor requires closer facilitier he shall, at beginning of Work, provide premises suitable for temporary convenience and enclosure for use of workmen on job. Maintain in sanitary condition and remove at completion of Work or when directed by Architect. 1.03 TEMPORARY UTILITIES FOR CONSTRUCTION A. Provide all gas and electric service for heating, cooling, lighting and power required for construction purposes. B. Provide all water required for construction purposes. Run temporary lines and provide necessary stand pipes. ' C. Contractor to pay all utility charges until time of substantial completion. U I L I I PART 2 - PRODUCTS (Not Applicable) END OF SECTION 01500 99015- Wilson Park Castle Renovation 01500-1 • I 1 1 1 • DIVISION 2 SITE CONSTRUCTION 1 1 1 I I I I SEC'I'ION_422.4.4 DEMOLITION AND SITE PREPARATION PART 1 -GENERAL 1.01 DESCRIPTION A. Work Included: Site preparation includes, but is not necessarily limited to: II. Temporary fencing and protective barricades. 2. Protection of trees and shrubs to remain. 3. Felling of trees removed, removal of stumps, roots and debris from Work. ' 4. Removal of obstructions which interfere with Work. 5. Stripping of topsoil and vegetation from earth areas of site. 6. Removal of concrete and removal of asphaltic concrete pavement. 7. Abandonment and capping wells or cisterns. 8. Demolition and removal of buildings or building elements. 9. Protection of active utilities and removal of utilities abandoned. B. Related Work Described Elsewhere: ' I. Earthwork: Section 02300 1.02 QUALITY ASSURANCE A. Workmen Qualifications: One person present during tree clearing and grubbing ' operations, thoroughly familiar with types of trees involved. Direct trimming of roots and limbs where required. I B. Codes and Standards: Comply with pertinent codes and regulations, plus requirements I of insurance carriers providing coverage for Work. 1.03 JOB CONDITIONS A. Dust Control: Prevent spread of dust during performance of Work. Thoroughly ' moisten surfaces required to prevent dust nuisance to public, neighbors, and concurrent performance of other work on site. IB. On -sire Burning: Will not be permitted. IC. Protection: Protect existing objects not to be removed. In event of damage, immediately make repairs and replacements necessary to approval of Architect at Contractor's expense. PART 2 - PRODUCTS 2.01 BARRICADES AND FENCE MATERIALS 1 99015- Wilson Park Castle Renovations 02200-I A. Materials required for barricades, tree protection and related fencing furnished by Contractor. l B. Contractor to provide tree preservation fencing and separation from work areas as required by the drawings. i 2.02 FILL MATERIAL A. Refer to Section 02300. PART 3- EXECUTION , 3.01 PREPARATION A. Notification: Notify Architect at least two full working days prior to commencing work. I B. Site Inspection: 1. Prior to work of this Section, carefully inspect entire site and objects designated to be removed or preserved. 2. Locate existing utility lines to be abandoned and determine requirements for disconnecting and capping. 3. Locate existing active utility lines which are to remain and determine requirements for their protection. C. Clarification: 1. Drawings do not purport to show all objects existing on site. ' 2. Before commencing work of this Section, verify with Architect all objects to be removed and all objects to be preserved. D. Scheduling: 1. Schedule work in a careful manner with necessary consideration for neighbors and public. 2. Avoid interference with use of, and passage to and from, adjacent buildings and facilities. 3.02 DISCONNECTION OF UTILITIES A. Before commencing demolition or removal, and if not already accomplished, disconnect or arrange for disconnection of utility service connections, including water, gas, electricity, and telephone, to buildings to be demolished complying with 99015- Wilson Park Castle Renovations 02200-2 I regulations of utility concerned. Plug sanitary sewer lines in accordance with local requirements. Conduct operations at Contractor's expense and in manner to preserve service to areas and structures not demolished. If underground utility services disconnections are required in public thorough -fares, comply with removal and restoration of pavement requirements and other pertinent matters. B. Preserve in operating condition active utilities bordering or traversing site designated to remain. Protect property, including, but not limited to, valve boxes, poles, guys and related appurtenances. Repair damage to active utility, due to work under contract, to satisfaction of utility concerned. Remove utility lines that are to be abandoned from 'building area. ' 3.03 STRIPPING TOPSOIL A. Remove existing grass and overburden before excavating topsoil. ' B. Prior to beginning excavation or fill, strip the topsoil to a depth of at least 6 inches or to a depth sufficient to remove all organic material and stockpile for future use. C. In general, remove topsoil where structures are to be built, trenches dug and roads, parking lots, walks and similar improvements constructed within the areas presently ' covered with topsoil. Take care not to disturb critical root zone areas. Coordinate with Owner and Architect. D. Store topsoil clear of the construction area as directed by Owner and Architect. E. Take reasonable care to prevent the topsoil from becoming mixed with subsoil or ' eroding. ' 3.05 PROTECTION A. Erect temporary barricades and fencing required for preparation and construction ' operation. 3.06 PROTECTION OF TREES TO REMAIN ' A. At trees to remain, construct temporary barricade around tree at tree's approximate drip line. Provide barricades at least 3 feet high, consisting of 2 inch by 4 inch or larger ' posts set at least 18 inches into ground, no more than 6 feet on centers, joined at top by 1 inch by 6 inch or larger boards firmly nailed to posts. Stretch orange construction fencing between posts. B. Trimming of Trees: In company with Owner and Architect, ascertain limbs and roots which are to be trimmed and clearly mark them to designate approved cutting point. Owner shall perform all work required to prune trees as necessary. 3.07 TREE/BRUSH REMOVAL 1 99015- Wilson Park Castle Renovations 02200-3 I A. Remove trees, brush and vegetation except trees which are to remain, from Project site. Material resulting from clearing becomes property of Contractor, to dispose of by him. B. Wet down areas where required during site clearing to prevent spread of dust. C. Blasting on Project site is not allowed as a means of tree removal. 3.08 STUMPS AND ROOTS i A. Remove completely stumps and roots from areas within building walls and 5 feet outside building walls. Remove remaining stumps and roots to clear depth of not less than 2 feet below subgrade level. Material resulting from grubbing becomes property of Contractor, to dispose of by him. Burn no material on premises. 3.09 OBSTRUCTIONS A. Remove existing obstructions from area to be occupied by Work under this Contract unless otherwise specified herein, or specifically directed by Architect to remain. 3.10 PARKING METERS AND SIGNS A. Arrange with municipal authorities for temporary removal and resetting of parking ' meters and signs. Pay all costs in connection therewith. 3.11 REMOVAL OF DEBRIS AND CLEANING ' A. Remove and legally dispose of rubbish and debris found on demolition area at start of the Work that resulting from demolition activities or deposited on site by others during the duration of contract. Keep project area and public right-of-way reasonably clear at all times. Upon completion of work remove temporary construction, equipment, salvaged materials, trash and debris leaving entire project area in neat condition. END OF SECTION 02200 1 El I I I I 99015- Wilson Park Castle Renovations 02200-4 1 I ' EARTHWORK PART 1 - GENERAL 1.01 DESCRIPTION ' A. Work Included: Earthwork for this project includes but is not necessarily limited to: I1. Layout of site improvements. 2. Excavating for foundations and other below grade work. 3. Filling and backfilling. ' 4. Rough and finish grading of the site. 5. Granular drainage fill. B. Related Work Described Elsewhere: I. Section 02200 - Demolition and Site Preparation I 1.02 SUMMARY IA. Perform excavation regardless of type, nature or condition of materials encountered. I [1 I I I I [1 I B. There will be no extra compensation for dewatering. 1.03 JOB CONDITIONS A. Dust Control: Control dust on and near the Work if dust is caused by Contractor's operations during performance of the Work or if resulting from condition in which Contractor leaves the site. 1.04 REFERENCES A. Arkansas State Highway and Transportation Department, Standard Specifications for Highway Construction, 1993. 1. AHTD Section 303 - Aggregate Base Course. B. American Society for Testing and Materials, 1916 Race St. Philadelphia, PA 19103. I. ASI'M D698 - Test for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures, Using 5.5 lb. Rammer and 12 in. Drop. 2. ASTM D1556 - Test Method for Density of Soil in Place by the Sand -Cone Method. 3. ASTM D1557 - Test Methods for Moisture -Density Relations of Soils and Soil - Aggregate Mixtures, Using 10 lb. Rammer and 18 in. Drop. 4. ASTM D2216 - Method for Laboratory Determination of Water (Moisture) Content of Soil, Rock and Soil -Aggregate Mixtures. I 99015- Wilson Park Castle Renovation 02300-I 5. ASTM D2922 - Test Methods for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). 6. ASTM D3017 - Test Method for Moisture Content of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). 1.05 DEFINITIONS A. Relative Compaction: The ratio, in percent, of the as -compacted field dry density to ' the laboratory maximum dry density as determined by the Standard Proctor Test, ASTM D698, or as determined by the Modified Proctor Test, ASTM D1557, as applicable. Corrections for oversize material may be applied to either the as -compacted field dry density or the maximum dry density, as determined by the Architect. B. Optimum Moisture Content: Moisture content of the material for which the maximum ' dry density is obtained as determined by ASTM D698 or D1557. Field moisture contents shall be determined on the basis of the fraction passing the 3/4" sieve. C. Completed Course: A course or layer that is ready for the next layer or the next phase of construction. I PART 2- PRODUCTS 2.01 FILL , A. Free from roots, organic matter, trash and debris with maximum particle size of 1-1/2 ' inches. B. Imported fill is to consist of clayey sand (SC), sandy clay (CL) or clayey gravel (GC). ' C. Alternate materials having a liquid limit not greater than 45 and approved by the Architect. D. It is intended that fill be obtained from the site to the maximum extent possible. I 2.02 IMPORTED GRANULAR FILL A. Imported granular fill is to consist of a natural or artificial mixture of gravel and soil mortar, uniformly well graded from coarse to fine. B. Conform to the AHTD Section 303 classifications for Class 3, Class 4 or Class 7 as required by existing soil conditions. 2.03 UNDERSLAB DRAINAGE FILL A. Crushed stone or washed gravel, uniformly graded from 3/4" minimum size to 1-1/2" 1 maximum size. 99015- Wilson Park Castle Renovation 02300-2 I I 2.04 COMPACTION EQUIPMENT I I I I I I A. Provide compaction equipment of suitable type and adequate to obtain the densities specified. H. Operate compaction equipment in strict accordance with the manufacturer's instructions and recommendations. C. Maintain equipment in such condition that it wilt deliver the manufacturer's rated compactive effort. D. Hand operated equipment shall be capable of achieving the specified densities. 2.05 MOISTURE CONTROL EQUIPMENT A. Provide equipment for applying water of a type and quality adequate for the work; it shall not leak and shall be equipped with a distributor bar or other approved device to assure uniform application. B. Provide equipment for mixing and drying out material consisting of blades, discs or other approved equipment. 2.06 WATER REMOVAL EQUIPMENT IA. Provide and operate equipment adequate to keep excavation and trenches free of water. ' 2.07 OTHER MATERIALS IA. Provide materials, not specifically described but required for proper completion of work of this Section, selected by Contractor subject to Architect approval. I PART 3=L&EC-UTION 3.01 CLEARING AND GRUBBING IA J I I Complete clearing and grubbing work as specified in Section 02200 prior to beginning work in this section. 3.02 FIELD ENGINEERING/ COORDINATION A. There are certain portion of this work which require to match existing elements or specific heights, the Contractor is responsible for coordinating and verifing these heights with the Owner and the Architect in the field. B. The Contractor will employ and pay a competent, independent, Registered Professional Land Surveyor with demonstrated ability to perform the layout work as required. 99015- Wilson Park Castle Renovation 02300-3 Li C. The Contractor will be responsible for the Surveyor's work of establishing points, lines, elevations and verifying the same, as necessary to complete the work in this project. D. For use in establishing starting points for layout, existing benchmarks and property ' corners are shown on the Drawings. E. If site conditions vary from those indicated, the Contractor shall notify the Architect ' immediately. 3.03 EXCAVATION ' A. Excavate subsoil required for foundations, construction operations and other work. Excavate for structures to the lines and grades shown or as required to accomplish the construction. B. The method of excavation used is optional; however, no equipment shall be operated within 5 feet of existing structures or newly completed construction. C. Excavation that cannot be accomplished without endangering present or new structures shall be done with hand tools. D. Machine slope banks to angle of repose or less until shored. E. Excavate to the depths and widths required. , F. Do not interfere with normal 45 degree bearing splay of foundations. G. Allow for forms, working space, granular base and finish topsoil. H. Do not carry excavation for footings and slabs deeper than the elevation shown. Fill over excavations under footings with concrete of equal strength to that of the footing when excavations are deeper than the elevation shown. I I. Replace excavation carried below the grade lines shown or established by the Architect with the same fill Material as specified for the overlying fill or backfill, compact as , required for such overlying fill or backfill. J. Where the overlying area is not to receive fill or backfill, replace the over excavated ' material and compact to a density not less than that of the underlying ground. K. Correct cuts below grade by similarly cutting adjoining areas and creating a smooth ' transition. L. Hand trim excavation and leave free of loose matter. M. Remove lumped subsoil, boulders and rock. , 99015- Wilson Park Castle Renovation 02300-4 I N. Correct over excavated areas and unauthorized excavation at the Contractor's expense. I I 11 I O. Fill over excavated areas under structure bearing surfaces in accordance with direction by Architect. P. Stockpile excavated material from planters in area designated on site, as directed by Owner and Architect. Remove subsoil from site. 3.05 EXCAVATION SAFETY A. The Contractor shall be solely responsible for making the excavation in a safe manner. Provide all work to meet OSHA 29CFR 1926 subpart P manual and all requirements. ' B. Provide appropriate measures to retain excavation sideslopes to ensure that men working in or near the excavation are protected. I I I I I I I I I I I 3.06 DEWATERING EXCAVATION A. Remove water during periods when concrete is being deposited, pipe is being laid and placing of backfill unless water settling is required and at such other times as required for efficient and safe execution of the work. B. Accomplish removal of groundwater in a manner that will preserve the strength of the foundation soils, will not cause instability of the excavation slopes and will not result in damage to existing structures. C. Where necessary to these purposes, lower water level in advance of excavation, utilizing wells, wellpoints or similar methods. D. Maintain the water level in the gravel stratum as measured in piezometers, a minimum of 3 feet below the prevailing excavation. E. Open pumping, sumps and ditches: If these methods result in boils, loss of fines, softening of the ground or instability of slopes, they will not be permitted. F. Install wells and wellpoints with suitable screens and filters so that continuous pumping of fines does not occur. G. Operate well points continuously so as to prevent boils and loss of consolidation. If. Arrange discharge to facilitate collection of samples by Architect. Avoid settlement or damage to adjacent property. J. Dispose of water in a manner that will not damage adjacent property, as approved by Architect. ' 3.07 UNDERCUTTING I 99015- Wilson Park Castle Renovation 02300-5 A. Undercut areas on the site that do not meet the permeability requirements to such depth as to allow placement of sufficient impervious material as determined by permeability ' testing at borrow area as stated in Part 2 of this section. B. Prior to placement of fill in the undercut area, scarify the upper 6" of subgrade and compact to 90 percent of ASTM D1557. 3.08 FOUNDATION SUBGRADE PREPARATION A. Prior to placement of overlying fill or concrete, compact the foundation subgrade to at I least 95 percent relative compaction (Standard Proctor). 3.09 MOISTURE CONTROL A. During compacting operations, maintain optimum practicable moisture content required for compaction purposes in each lift of fill. B. Maintain moisture content uniform throughout the lift. C. Add water to the material at the site of excavation. Supplement, if required, by sprinkling the fill. D. At the time of compaction, maintain the water content of the material at optimum moisture content, plus or minus 2 percent, except as otherwise specified for embankments. Lr 1 I I I E. Do not attempt to compact fill material that contains excessive moisture. , F. Aerate material by blading, discing, harrowing or other methods to hasten the drying process. 3.10 FIELD DENSITY TESTS I A. Test Methods: ASTM D2922, D1556, D2216 and D3017. ' B. Cooperate with testing work by leveling small test areas designated by the Architect. I C. Backfill test areas. D. Field density test shall be performed for every 50 cubic yards of fill material placed. I E. Architect may order testing of any lift of fill at any time, location or elevation. ' 3.11 DISPOSAL OF EXCESS EXCAVATION ' A. Dispose of excess excavated materials, not required or suitable for use as backfill or fill off -site. END OF SECTION 02300 99015- Wilson Park Castle Renovation 02300-6 I SECTION 02375 TEMPORARY EROSION CONTROL PART 1 -GENERAL 1.01 SECTION INCLUDES ' A. Mulch Cover, Baled Straw Barrier and Silt Fence. 1.02 RELATED SECTIONS A. Section 02300 Earthwork. 1.03 DESIGN REQUIREMENTS A. Provide temporary application of mulch cover as a deterrent to soil erosion. B. Provide baled straw between project earthwork operations and adjacent areas to prevent ' scouring, and eroding of soil, and silt runoff. PART2-PRODUCTS ' 2.01 MATERIALS A. Mulch Cover: Straw from threshed rice, oats, wheat, barley or rye; of wood excelsior; or from hay obtained from various legumes or grasses, such as lespedeza, clover, ' vetch, soybeans, bermuda, carpet sedge, bahia, fescue or other legumes or grasses, or a combination thereof. Mulch shall he dry and reasonably free from Johnson grass or other noxious weeds, and shall not be excessively brittle or in an advanced state of decomposition. All material will be inspected and approved prior to use. B. Straw Bales: Straw for barrier hales shall consist of bales of rice, oat, barley, wheat or ' rye straw or of available grasses free of an excessive amount of noxious weeds. Bales shall weigh approximately 35 pounds. Straw in an advanced state of decomposition will not be acceptable. C. Filter Fabric: Typar 3401, Trevira S1 115, or approved equal nonwoven polypropylene ' or polyester fabric. PART 3 - EXECUTION ' 3.01 EXAMINATION IA. Ensure that earthwork and final grading in area requiring erosion control have been brought to grade as required by Contract Documents. 3.02 INSTALLATION ' 99015- Wilson Park Castle Renovation 02375-I I A. Straw Bale Filter: Tightly bound straw bales embedded at least 4 inches into soil and each bale held in place by 2 stakes driven at least 18 inches into ground. Bales shall tightly abut adjacent bales. Strings shall not touch the ground. B. Silt Fence: Fence post spaced no more than 10 feet apart and driven a minimum of 2 ' feet into ground. Post shall extend minimum of 2 feet above grade. Fasten metal mesh fence with 6 inch or amaller openings to fence posts to reinforce the silt fence fabric. ' Mesh fence to extend 2 feet above grade and 4 inches into grade. Mesh may be omitted if reinforced silt fence fabric is used or in areas of low flow. C. Nonvegetative Soil Stabilization: Utilize temporary nonvegetative soil stabilization to , provide protection against excessive soil erosion over a short period of time. Required in areas that experience high water flows and high runoff velocities and at disturbed slopes steeper than 2:1. 1. Mulch: Apply at 1.5-2.5 tons per acre. 2. Anchor by peg and twine, mulch netting, erosion control, fabric, jute matting or mulch anchoring tool. END OF SECTION 02375 I L I I LI I I I 99015- Wilson Park Castle Renovation 02375-2 , _.S.E.cno"2770 SIDEWALKS PART 1 - GENERAL 1.01 SUMMARY A. Construction of concrete curbs and sidewalks. ' 1.02 REFERENCES A. American Concrete Institute, 22400 W. Seven Mile Road, Detroit, Michigan 48219. ' 1. ACI 304R - Guide for Measuring, Mixing, Transporting and Placing Concrete. I B. American Society for Testing and Materials, 1961 Race Street, Philadelphia, Pennsylvania 19103. I1. ASTM C94 - Specification for Ready -Mixed Concrete. 2. ASTM C309 - Specification for Liquid Membrane -Forming Compounds for Curing Concrete. '3. ASTM D698 - Test Methods for Moisture -Density Relations of Soils and Soil - Aggregate Mixtures, Using 5.5 lb. Rammer and 12 in. Drop. 4. ASTM D994 - Specification for Preformed Expansion Joint Filler for Concrete ' (Bituminous Type). 1.03 SUBMITTALS A. Submit complete information regarding concrete mix to Architect for review in accordance with the requirements of ASTM C94, Alternate 2. PART 2 - MATERIALS ' 2.01 SIDEWALK FORMS ' A. 2 -inch dressed lumber, straight and free from defects, or standard metal forms. ' B. Short Radius Forms: I -inch dressed lumber or plywood. C. Stakes and Bracing Materials: Provide as required to hold forms securely in place. ' 2.02 EXPANSION JOINT FILLER A. 1/2 inch thick preformed asphalt -impregnated expansion joint material conforming to AS"I'M D994. B. Provide expansion joints at inervals and layout to meet city of Fayetteville standards. 99015- Wilson Park Castle Renovation 02770-I I 2.03 CONCRETE A. Ready mixed conforming to ASTM C94, Alternate 2. B. Compressive Strength: 3,500 psi at 28 days. ' C. Maximum Size of Aggregate: 1-1/2 inch. D. Slump: 2 to 4 inches. E. Air Entrainment: Comply with AFPC V2 Tables 1603A and 1603C. ' 2.04 REINFORCEMENT A. Wire Fabric: "Specifications for Wire Fabric for Concrete Reinforcement", ASTM A- 185. ' 2.05 CURING COMPOUND A. Liquid membrane forming, clear or translucent, suitable for spray application. B. Conform to ASTM C309, Type 1. ' 2.06 ACCEPTANCE OF MATERIALS A. All materials shall be subject to inspection for suitability, as the Architect may elect, prior to or during incorporation into the work. PART 3 - EXECUTION 3.01 PREPARATION OF SUBGRADE ' A. Bring the areas on which curbs and sidewalks are to be constructed to required grade on undisturbed ground and compact by sprinkling and rolling or mechanical tamping. B. As depressions occur, refill with suitable material and recompact until the surface is at the proper grade. C. Compact subgrade on fill to 95 percent of maximum density at optimum moisture ' content as determined by ASTM D698. 3.02 SETTING FORMS ' A. Construct forms to the shape, lines, grades and dimensions called for on the Drawings. B. Stake wood or metal forms securely in place, true to line and grade. C. Brace forms to prevent change of shape or movement in any direction resulting from 99015- Wilson Park Castle Renovation 02770-2 1 Ll the weight of the concrete during placement. ' D. Construct short radius curved forms to exact radius. I E. Tops of forms shall not depart from grade line more than 1/8 inch when checked with a 10 foot straightedge. IF. Alignment of straight sections shall not vary more than 1/8 inch in 10 feet. 1l I I Li I I L1 1! I I 3.03 SIDEWALK CONSTRUCTION A. Thickness of sidewalks shall be as shown on the drawings. B. Place, process, finish and cure concrete in conformance with this section and the applicable requirements of ACI 614. Where the requirements differ, the more stringent shall govern. C. Placement of Preformed Asphalt Expansion Joints. I. Where sidewalk ends. 2. Around posts, poles or other objects protruding through the sidewalk. 3. At maximum intervals of 20 feet. D. Contraction Joints: I. Provide transversely to the walks. 2. 3/16 inch by I inch weakened plane joints shall be straight and at right angles to the surface of the walk. E. Finish: I. Pebble texture finish with top surfacing of washed pea gravel graded from 3/4" to 1/2" sizes, natural tan color. Work pea gravel into surface of wet concrete flags, then wash with brush and water after concrete has reached its initial set. Provide finished surface with about 85% exposed pea gravel. Pour and finish exposed aggregate concrete in alternate flags. Match existing. 2. Mark walks transversely at intervals shown on drawings with a jointing tool. 3. Use chemical retarder if required for large areas, or weather conditions. END OF SECTION 02770 ' 99015- Wilson Park Castle Renovation 02770-3 I1 I PART I - GENERAL 1.01 DESCRIPTION SEXTIQN 02932 SEEDING A. Work Included: Furnish and place fertilizer and seeding where existing turf is disturbed during the course of this work. Maintain growth of the turf during the contract period and until the coverage requirements are satisfied. 1.02 GUARANTEE ' A. Guarantee lawn for a minimum of one year after completion of installation against defect, including death. Adequate maintenance by Owner will be required as a ' condition for guarantee to remain in effect. Guarantee will not cover losses due to occupancy of the project, vandalism, and acts of neglect on the part of others. ' 1.03 QUALITY ASSURANCE A. Source Quality Control: I. General: Ship seeding materials with certificates of inspection required by ' governing authorities. Comply with regulations applicable to landscape materials. ' 2. Analysis and Standards: Package standard products with manufacturer's certified analysis. For other materials, provide analysis by recognized labora- tory made in accordance with methods established by the Association of Official ' Agriculture Chemists, wherever applicable. Provide soil analysis as required to determine amendment rates for lime or sulphur. I B. Comply with Arkansas Code 2-16-210, Plant Board Inspection and Certification for Plant Materials and Products. I] I I I I I 1.04 DELIVERY, STORAGE AND HANDLING A. Packaged Materials: Deliver packaged materials in containers showing weight, analysis and name of manufacturer. Protect materials from deterioration during delivery, and while stored at site. 1.05 JOB CONDITIONS A. Planting Time: Seed during normal planting seasons for type of material used. Correlate planting with specified maintenance periods to provide maintenance from date of substantial completion. 99015- Wilson Park Castle Renovations 02932-I I PART 2- PRODUCTS 2.01 TOP SOIL A. In accordance with Section 02300, Earthwork. 2.02 FERTILIZER A. Commercial fertilizer shall be an organic fertilizer containing the following minimum percentages of available plant food by weight: 13-13-13 nitrogen -phosphorus -potash or approved equal. 2.03 SEED I I Li I A. ProvideTristar fescue blend seeded at a minimum rate of 10 lbs. per 1,000 sq. Ft. and as required for complete germination. ' PART 3 - EXECUTION 3.01 SITE PREPARATION A. Grading: Fine grade all areas and bring site to finished grade. Verify the drainage is adequate in the areas designated for seeding. Depressions where water will stand or inequalities in the grade shall be corrected before seeding. B. Protect all sidewalks, curbs and stone during the installation of the seeding. 3.02 SOIL PREPARATION A. At all areas where soil has been compacted by construction soil must be tilled to a minimum depth of 2" with a tiller or other soil aeriator. Owner and Architect must approve this work prior to the commpletion of project. B. Test 5" deep soil samples for pH analysis for each major area of lawns for planting Areas to be planted shall have a pH value of between 6.0 and 7.0. C. If Ph value is above 7.0 the contractor is to add a commercial grade sulphur to area to be planted to bring Ph value down to acceptable level. D. If Ph value is below 6.0 add lime to bring Ph value up to acceptable level. Incorporate into soil to a depth of at least 4". E. Fertilizer should then be applied to the soil at the rate of 800 lbs. per acre. F. Moisten prepared lawn areas before planting if soil is dry. Water thoroughly and allow surface moisture to dry before planting lawns. Do not create a muddy soil condition. 3.03 SEEDING 99015- Wilson Park Castle Renovations 02932-2 H A. Do not use wet seed or seed which is moldy or otherwise damaged in transit or storage. I I I I B. Water and Maintenance: Water shall be applied on all seeded areas in quantities and at intervals to provided optimum growing conditions for the establishment of healthy, uniform stand and cover or grass. The Contractor shall continue watering all seeded areas for 3 months after seeds have sprouted to growths of 1/2" height or until the time the coverage requirements specified below are met. Individual waterings shall moisten the soil to a depth of 3" or more. The Contractor shall mow or weed eat the grass to maintain a height between 3" and 6". All bare areas shall be reseeded as required and the maintenance continued. The seeded areas shall be maintained until scattered bare spots, none of which is larger than 1 sq. ft., comprise no more than 2% of any gross area for seeded areas. ' 3.04 CLEAN UP AND PROTECTION IA. During seeding work, keep pavements clean and work area in an orderly condition. 3.05 INSPECTION AND ACCEPTANCE IA I I H I I I I I I When seeding work is completed, including maintenance, Architect will, upon request, make an inspection to determine acceptability. END OF SECTION 02932 ' 99015- Wilson Park Castle Renovations 02932-3 I • I 1 • DIVISION 3 CONCRETE I I I I I I I I I SECTMLOR00 ICONCRETE FORMWORK PART 1 -GENERAL ' 1.01 DESCRIPTION ' A. Work Included: Form cast -in -place concrete required and subsequently remove forms except as otherwise specified. ' 1.02 RELATED SECTIONS I A. Concrete Reinforcement: Section 03200 B. Cast -in -place Concrete: Section 03300 IC. Structural Precast Concrete: Section 03410 I n I I I I I C CI 1.03 QUALITY ASSURANCE A. Qualifications of Workmen: Provide foreman at all times during execution of this portion of the Work, thoroughly familiar with type materials being installed, referenced standards, and requirements of this work, and who shall direct work performed under this Section. B. Codes and Standards: 1. In addition to complying with pertinent codes and regulations, comply with pertinent recommendations contained in "Recommended Practice for Concrete Formwork", publication ACI 347 of the American Concrete Institute. 2. Where provisions of pertinent codes and standards conflict with requirements of this Section more stringent provisions govern. O1 2.01 WOOD FORM MATERIALS A. Form Lumber: Provide form lumber in contact with exposed concrete using new material except as allowed for re -use of forms. Provide form lumber as follows, a combination thereof, or an equal approved in advance by Architect: I. "Plyform", class I or I1, bearing label of the American Plywood Association. 2. Southern Pine or Douglas Fir, number 2 grade, seasoned, surfaced 4 sides. ' B. Form Scalers: Provide "React S" by Conspec, or approved equal. 99015- Wilson Park Castle Renovation 03100-1 2.02 OTHER MATERIALS A. Provide materials, not specifically described but required for completion of concrete formwork as selected by Contractor subject to advance approval of Architect. PART 3- EXECUTION 3.01 CONSTRUCTION OF FORMS A. General: Construct substantial, sufficiently tight forms to prevent fins and leakage of mortar, and able to withstand deflection when filled with wet concrete. B. Layout: 1 1. Form cast -in -place concrete to shapes, sizes, lines, and dimensions required. 2. Exercise particular care in form layout to avoid necessity for cutting of concrete after placement. 3. Make proper provision for inserts, sleeves, pipes, openings, offsets, recesses, anchorage, blocking, and related features as required. 4. Provide slots for dovetail anchors for anchoring masonry abutting concrete. Where concrete to be faced with masonry is less than 16 inches wide, slots may be omitted, where 16 to 30 inches wide, install one row of slots, where more , than 30 inches wide, install slots not more than 2 feet apart. 5. If proposed layout of control joints differs from layout shown on drawings, Contractor shall submit three (3) copies of alternate layout plan to Architect for review. Do not proceed with alternate layout of control joints without written approval from Architect. 3.02 EARTH FORMING A. Forms for footings and related below grade concrete may be omitted when soil and workmanship permit accurate excavation to size and where omission is approved by Architect. 3.04 CONSTRUCTION JOINTS A. Where joint is made, thoroughly clean concrete surface and remove all laitance. In addition, thoroughly wet and slush vertical joints with a coat of neat cement grout immediately before placing new concrete. 3.05 REMOVAL OF FORMS A. Time for removing forms is subject to weather conditions after concrete is poured. Remove form work in manner to insure complete safety of structure. Do not place building materials on slabs until they are strong enough to carry the imposed load. Contractor shall decide when to remove forms and accept full responsibility for their removal. ' END OF SECTION 03100 99015- Wilson Park Castle Renovation 03100-2 ' r I SECTION 03200 CONCRETE REINFORCEMENT PART 1 - GENERAL. ' 1.01 DESCRIPTION A. Work Included: Furnish and install reinforcement and associated items required for cast -in -place concrete. ' 1.02 RELATED SECTIONS IA. Placement of Embedded Items: Section 03100/03300 B. Structural Precast Concrete: Section 03410 1 C. Reinforcement in Concrete Unit Masonry: Section 04200 ' 1.03 QUALITY ASSURANCE ' A. Qualifications of Workmen: Provide foreman at all times during execution of this portion of the Work, thoroughly familiar with type materials being installed, referenced ' standards, and requirements of this work, and who shall direct work performed under this Section. I B. I I Codes and Standards: In addition to complying with pertinent codes and regulations, comply with pertinent recommendations contained in "Manual of Standard Practice for Detailing Reinforced Concrete Structures", publication ACI 315 of the American Concrete Institute. 2. Where provisions of pertinent codes and standards conflict with requirements of this Section more stringent provisions govern. ' • : RI 2.01 CONCRETE REINFORCEMENT IA. Concrete Reinforcement Materials: New, free from rust, and complying with following reference standards: •' I. Bars for Reinforcement: "Specifications for Deformed Billet -Steel Bars for Concrete Reinforcement", ASTM A-615, grade 60 unless otherwise shown. 2. Wire Fabric: "Specifications for Wire Fabric for Concrete Reinforcement", • ASTM A-185. ' 99015- Wilson Park Castle Renovation 03200-I I 3. Supports, Spacers, and Chairs: Types which will hold reinforcement in position shown in accordance with requirements of ACI 318 except as specified. 2.02 OTHER MATERIALS A. Provide metal accessories, including spacers, chairs, ties, and devices necessary for properly assembling, placing, spacing, and supporting reinforcement (including welded , wire fabric at 2" from top of slab) in place. Provide materials, not specifically described but required for complete and proper installation of concrete reinforcement, as selected by Contractor subject to approval of Architect. PART 3- EXECUTION 3.01 SITE CONDITIONS A. Inspection: ' 1. Carefully inspect installed work of other trades and verify work is complete to point where this installation may properly commence. ' 2. Verify that concrete reinforcement may be installed to comply with pertinent codes and regulations and original design. ' B. Discrepancies: I 1. In event of discrepancy, immediately notify Architect. 2. Do not proceed with installation in areas of discrepancy until discrepancies have been fully resolved. 3.02 BENDING ' A. General: Fabricate reinforcement to comply with intended design. Do not use bars with kinks and bends not shown on Drawings. Do not bend and straighten steel in manner that will injure material. B. Assembly: Tack -welding not acceptable for assembly of reinforcement 3.03 PLACING OF REINFORCEMENT I A. Placing: 1. Support and wire together reinforcing bars to prevent displacement by construction loads and placing of concrete. On ground and where necessary, supporting concrete blocks may be used. Provide at flat formwork, metal or plastic coated bar chairs and spacers. Provide galvanized, stainless steel or plastic coated accessories where concrete surface will be exposed to weather in finished structure and where rust would impair architectural finishes. 99015- Wilson Park Castle Renovation 03200-2 ' I I I I I I H H I I I I I n I 2. Lap welded wire fabric minimum of 12" in structural slabs. Lap minimum of 6" in slabs on ground. Support mesh in final position in slabs above grade. Lifting of mesh into final position is permitted for slabs on grade. 3. Do not bend bars after embedded in concrete. B. Cleaning Reinforcement: Remove loose, flaky rust, mill scale, mud, oil, and related coatings that will destroy and reduce bond during concrete placement. C. Splices: Splice as required. D. Concrete Reinforcement Protection: If not detailed otherwise, where concrete is deposited against ground, reinforcement shall have minimum of 3" concrete between it and the ground. If concrete surfaces after removal of forms are to be in contact with ground or exposed to weather, protect reinforcing with minimum of 2" of concrete for bars larger than No. 5 and 1-1/2" for No. 5 bars and smaller. Provide minimum 3/4" concrete covering for reinforcing in slabs and 1-1/2" minimum cover in beams at surfaces not exposed directly to ground or weather. END OF SECTION 03200 99015- Wilson Park Castle Renovation 03200-3 I ACTION 03300 CAST -IN -PLACE CONCRETE LJ I H H 1.01 DESCRIPTION A. Work Included: Cast -in -place, reinforced concrete required. Provisions of this Section are applicable to site improvement work. 1.02 RELATED SECTIONS A. Concrete Formwork: Section 03100 B. Concrete Reinforcement: Section 03200 ' 1.03 QUALITY ASSURANCE I I I I I I I I I A. Qualifications of Workmen: I. Provide foreman at all times during execution of this portion of the Work, thoroughly trained and experienced in placing type concrete specified and who shall direct work performed under this Section. 2. Finishing of Exposed Surfaces of Concrete: Use thoroughly trained and experienced journeyman concrete finishers. B. Codes and Standards: 1. In addition to complying with pertinent codes and regulations, comply with pertinent recommendations of "Building Code Requirements for Reinforced Concrete", publication ACI 318 of latest issue of the American Concrete Institute. 2. Where provisions of pertinent codes and standards conflict with requirements of this Section more stringent provisions govern. 1.04 LABORATORY TESTING A. All required testing will be performed by testing laboratory selected by Owner. Cost for laboratory services for concrete tests and mix designs paid by Contractor. Material for tests furnished by Contractor. B. Contractor shall submit three (3) copies of certified laboratory test reports to Architect for review. C. Testing Procedures: I. Material Testing: Provide written certification from concrete supplier stating J 99015- Wilson Park Castle Renovation 03300-1 concrete mixture, make-up and design strength requirements: 2. Concrete Slump: 4" with allowable variation of plus or minus 1 inch. 3. Quality Control: As work progresses testing laboratory personnel shall conduct tests of concrete in accordance with following procedures: (a) Secure composite samples from the same batch complying with ASTM C 172. (b) Perform one (1) slump test for each set of strength test cylinders complying with ASTM C 143. (c) Make one (1) strength test (4 specimens) for each 40 cubic yards and at least one (1) set for each day's pour. (d) Mold four (4) strength test specimens from each sample complying with ASTM C 31 and protect and cure under standard moisture and tempera- ture conditions in accordance with Section 7 of above ASTM method. (e) Test two (2) specimens at seven (7) days complying with ASTM C 39. If specimens for a particular batch test at or above required strength for that batch, it is not necessary to test the remaining specimens. Hold the remaining specimens for an additional ninety (90) days in case future testing is required. If the specimens tested at seven (7) days do not meet or exceed the desired strength requirements, the remaining two (2) specimens will be tested at twenty-eight (28) days. Average strength of two (2) specimens from each group tested is basis for acceptance or rejection of concrete. If tested strength falls below strength specified at twenty-eight (28) days, Architect has the right to order the removal and replacement of defective concrete at Contractor's expense. If Contractor wishes to obtain test cores from in -place concrete, cost of coring, testing and patching will be paid by Contractor. PART 2 -PRODUCTS 2.01 MATERIALS - I A. Portland Cement: Conform to ASTM "Standard Specifications for Portland Cement", C150, Type 1. Use one brand of cement. Mix shall contain at least 470 lb. of Portland Cement per cubic yard of concrete. B. Aggregates: Conform to ASTM "Standard Specifications for Concrete Aggregates", ' C33. Provide aggregate of natural sand and gravel or prepared from stone or gravel, free from adherent coatings. Maximum size of pieces 1", except for footings and foundation walls which may be 1-1/2" maximum size. Use pea gravel aggregate for concrete mix used for filling voids in concrete block walls where required. C. Water: Clean and free from injurious amounts of oils, acids, alkalis, organic materials, and deleterious substances. Nonpotable water will not be used in concrete mixing. 99015- Wilson Park Castle Renovation 03300-2 ' LI D. Fly ash will not be allowed. E. Air Entrainment: Comply with AFPC V2 Tables 1603A and 1603C. ' 2.02 CONCRETE STRENGTHS H I I I I I I I I I L! IJ A. Cast -in -place Concrete: Designed to develop 3,500 p.s.i. minimum compressive strength at 28 days, unless noted otherwise on Structural Drawings. ***Refer to Division 2, SITE CONSTRUCTION for strengths required for various concrete site improvements. *** 2.03 CONCRETE DRAINAGE STRUCTURES A. Design mix to attain minimum 3,000 p.s.i. compressive strength at 28 days. Conform to Sections 03100 for forming, 03200 for reinforcement and 03300 for cast in place concrete in Division 3 of these specifications. 2.04 OTHER MATERIALS A. Provide materials, not specifically described but required for complete and proper installation of cast -in -place concrete, selected by Contractor subject to approval of Architect. ' :..L e1f11Ia) I 3.01 MIXING AND PLACING CONCRETE A. Preparation: Clean equipment for transporting concrete. Remove debris, water, and ice from places to be occupied by concrete. Remove laitance and unsound material from hardened concrete before additional concrete is added. B. Mixing: Ready -mixed concrete, mixed and delivered in accordance with following requirements only of AS IM C 94. I. Tolerances in Slump, 2. Measuring Materials, 3. Batching Plant, 4. Mixers and Agitators, 5. Mixing and Delivery 6. Use of Non -Agitating Equipment 7. Inspection. C. Conveying: Convey concrete from mixer to place of deposit by methods that prevent separation and loss of materials. D. Placing: 99015- Wilson Park Castle Renovation 03300-3 I Deposit as nearly as practicable in final position to avoid segregation due to rehandling and flowing. Place at rate to assure concrete is plastic and flows readily into spaces between bars. Do not use concrete contaminated by foreign material or retempered concrete. 2. When placing is started, carry a continuous operation until placement of panel or section is completed. E. Hot Weather Concreting: Place, handle, and cure concrete complying with ACI 305. F. Cold Weather Concreting: Provide adequate equipment for handling concrete materials and protecting concrete during freezing and near freezing weather. Concrete materials, reinforcements, forms, and ground in contact with concrete to be free of frost, snow, and ice. Details of approved procedures are available in ACI 306. Contractor to keep accurate thermometer on job where the work is proceeding. 3.03 PROTECTION OF ADJACENT SURFACES I I A. Contractor responsible for any work soiled and stained by dripping cement, water, or concrete. Protect same with tarpaulin or similar devices while pouring concrete. 3.04 CONSOLIDATION ' A. Consolidate concrete by vibration, spading, rodding, or forking. Work around ' reinforcement, embedded items and into corner of forms. Over -vibrating and use of vibrators to transport concrete within forms not allowed. When consolidating by vibration, keep spare vibrator on job site during concrete placing. Use vibrators of length to extend within 6 inches of bottom of freshly poured concrete, vibrator being raised with each succeeding pour. 3.05 CONCRETE CURING AND FINISHING ' A. Curing Period: Cure concrete for minimum period of 7 days at a temperature above 50° F. by one of approved methods listed below. Protect fresh concrete from heavy rain, flowing water, mechanical injury and from injurious action of sun. B. Water Curing: If cured with water, keep concrete wet by mechanical sprinklers or by any approved method which will keep surface continuously wet. C. Saturated Sand Curing: Cover finished surfaces with minimum 1" thickness of sand, uniformly distributed and continuously water saturated during entire curing period. D. Curing Compounds: No chemical curing compounds allowed. E. Waterproofing Paper or Opaque Polyethylene Film: Conform to ASTM C 171. Cover , concrete immediately following final finishing operation. Anchor securely, seal edges or apply in manner to prevent moisture escaping from concrete. 99015- Wilson Park Castle Renovation 03300-4 I 1 1 1 1 1 1 1 1 1 F. Concrete Patching: Immediately after stripping forms, examine surfaces. Patch honeycombing, defective joints, voids, tie -holes, and defects before concrete is thoroughly dry. However, make no attempt to correct or fill any honeycomb spots, or any other defects until they have been examined by Architect and approval obtained as to correction to he employed. Finish of patch to match adjoining surface. 3.06 DRAINAGE STRUCTURES A. Construct concrete drainage structures with exposed concrete surfaces rubbed to a smooth finish. END OF SECTION 03300 99015- Wilson Park Castle Renovation 03300-5 L_1 I I I Li I I I I I I I H I II I DIVISION 4 MASONRY I I SECTION 04100 MORTAR ART 1 - GENERAL ' !P1.01 DESCRIPTION ' A. Work Included: Measure, batch, and mix specified type mortar for use in indicated locations and types of masonry construction as specified. 1 1.02 CLASSIFICATION OF MORTAR A. Classification by Volume Measurements: Unless otherwise approved by Architect, conform to ASTM C 270 - 89 (or latest version), Table 1, for Cement -lime Mortar. I Li I I Hi I I I I I I I Li B. Classification by Test: 1. Strength test, if required, determined with mortar prepared in laboratory selected by Architect or Owner, using representative materials and in pro- portions proposed for use. Preparation of and curing of mortar and test cubes shall conform to ASTM Specification C 270 of latest issue, laboratory tests, if required, paid for by Contractor. 2. Minimum Compressive Strength at End of 28 Days: Not less than that prescribed in ASTM C 270 - 89 (or latest version), Table 2, for Cement -lime Mortar. RNtWaUgS) 2.01 MORTAR MATERIALS A. Basic Requirements: Conform to ASTM C 270 for materials, aggregate, and water and for storage, measurement, and mixing. Weights per cubic foot of materials in mortar arc considered as follows: MATERIAL WEIGHT PER CUBIC FOOT 1. Portland Cement 94 lb. 2. Sand: damp and loose I Cu. ft. contains 80 lbs. dry sand 3. hydrated Lime 40 lb. B. Portland Cement: Type I or Type II conforming to ASTM C 150. C. Sand: Clean sharp granules, free from loam, acids, alkalies, soluble salts, clay, or organic matter, conforming to ASTM C 144. D. Quicklime for Lime Putty: Conform to ASTM C 5 with lime slaked and putty prepared in accordance with ASTM C 270. If hydrated lime is used conform to ASTM C 207, Type S. 99015- Wilson Park Castle Renovation 04100-I E. Mortar for Laying Exterior Masonry: Waterproofed with Sonneborn "Hydrocide", Horn "Hydratite Liquid", Lambert "Mortartite", or approved equal, measured and ' mixed into mortar complying with manufacturer's directions. 2.03 MORTAR FOR STONE WORK ' A. Composed of I part non -staining cement to 3 parts sand with 1/5 part hydrated lime, ' based on volume of cement used. Pointing mortar composed of I part non -staining cement to not more than 2 parts white sand having sufficient hydrated lime added to make as stiff a mixture as can be worked. Grout for stonework composed of 1 part , non -staining cement to not more than 1-1/2 parts fine white sand, mixed in small quantities of as thick a consistency as can be worked into the joints. Stir grout vigorously until used. PART 3 - EXECUTION 3.01 MORTAR MIXING ' A. Mix complying with manufacturer's instructions. Mix in batches for work immediately on hand. Measure by known capacity volume using barrow, buggy, manufacturer's packages, or related containers or by using approved hatching device so specified proportions are consistently maintained. Do not use material that has partially set, been ' retempered, or used, frozen, caked, or become lumpy. Mix mortar with proper water amount for minimum of 3 minutes to desired consistency in batch mixer. No anti- freeze compound admixtures permitted. Use mortar of as wet a consistency as can conveniently be handled. Do not use mortar which has greatly stiffened and in which cementing material has started to set. Do not retemper mortar. 3.02 MORTAR USES A. Use Type "M" mortar for masonry below grade and in contact with earth including ' foundations, retaining walls, exterior brick pavers, and manholes. C. Use Type "N" mortar for general masonry above grade,. END OF SECTION 04100 I I Li 99015- Wilson Park Castle Renovation 04100-2 ' P MASONRY ACCESSORIES PART 1 -GENERAL ' 1.01 DESCRIPTION A. Work Included: Furnish and install specified joint reinforcement, anchors, ties, control joints, and related masonry accessories. ' B. Substitutions: I. Products specified herein establish a quality standard for comparison by manufacturers of similar products. Products of other manufacturers may be substituted for those specified herein on an "Approved Equal" basis. DO NO1 propose the substitution of products that do not meet or exceed the quality standards established by the specified product. Products proposed as equivalent MUST be submitted through the General Contractor for review by the Architect ' after the Contract for Construction is awarded. I)O NOT request approval of products prior to the awarding of the contract. 2. Supporting technical data, samples, published specifications and the like must be submitted for comparison. 3. Contractor shall warrant that proposed substitutions, if accepted, will provide performance equivalent to the materials specified herein. 1.02 PRODUCT IIANDLING A. Protection: Protect masonry accessory materials before, during, and after installation. Protect installed work and materials of other trades. B. Replacements: In event of damage, immediately make replacements necessary to approval of Architect and at Contractor's expense. 2.01 METAL ACCESSORIES A. Non-Loadbearing Partition Anchors: Unless otherwise called for on Structural ' Drawings, provide mesh wall ties, galvanized 16 gage wire 1/2" square mesh, by 20" long. Width to be 3" for 4" block partitions, and 2" less than the nominal width dimension for 6", 8", 10" and 12" block partitions. Install partition anchors where ' concrete block abuts other walls or partitions. Mesh anchors to occur in alternate joints to miss joint reinforcing. ' B. Loadbearing Partition Anchors: Where required, conform to ACI 530.0. Provide Model 301Z by Dur-O-Wal, Inc., or approved equal, 1/4" thick x 1-1/2" wide x 24" ' 99015 -Wilson Park Castle Renovation 04150-I long with ends turned up not less than 2" unless noted otherwise. C. C.M.U. Joint Reinforcement and Brick Veneer Ties: Truss type, "Dur-O-Eye" with wire pintels, high tensile strength, standard weight No.9 steel rods in 10' lengths, in ' appropriate width. Vertical spacing as shown on drawings. D. Reinforcing Bars: Where shown, Grade 60 conforming to ASTM A 615. , E. Corrugated Metal Ties: Not lighter than 20 gage steel, not less than 7/8" wide. ' Double looped 10 gage wire ties may be used in lieu of corrugated metal ties. F. Dovetail Anchors (flat bar or wire type): Flat bar type not lighter than 16 gage, 1 -inch wide, end turned up 1/4", or with a 1/2" hole located within 1/2" of end. Wire type not lighter than 16 gage steel, looped and closed. Dovetail slots are specified in Concrete Division. 2.02 FINISHES FOR METAL ACCESSORIES A. Finish metal accessories according to the following requirements as set forth in ASCE6/ACI 530.1 and as adopted by SBCCI: 1. Joint Reinforcement, wire ties or anchors,in exterior walls: ASTM A153 Class B2 2. Sheet metal ties or anchors completely embedded in mortar or grout: ASTM A525 Class G60 ' 3. Sheet metal ties and anchors in exterior walls: ASTM A153 2.03 CONTROL JOINTS IN CONCRETE MASONRY UNITS A. In addition to locations shown on drawings, locate control joints so that spacing does not exceed 1.5 times height of wall or 30'-0" o.c. for reinforced CMU or 25'-0" o.c. for non -reinforced CMU. B. Provide preformed gaskets placed in sash grooves of concrete masonry using Dur-O- Wal D/A 2001/2025, or approved equal. Factory extrude from solid section of natural or synthetic rubber conforming to ASTM D-2000 2AA-805, with minimum curometer hardness of not less than 80 when tested in accordance with ASTM D 2240. PART 3 - EXECUTION I 3.01 INSTALLATION OF MASONRY ACCESSORIES A. Install masonry accessories at proper stages of masonry construction specified in Section 04200, "Unit Masonry", and as required for performance of proper masonry workmanship. 99015 -Wilson Park Castle Renovation 04150-2 ' Li PART I - GENERAL 1.01 DESCRIPTION SECTION 04200 UNIT MASONRY A. Work Included: Furnish labor, tools, scaffolding, and required equipment, and materials for masonry construction specified and required to provide high quality ' masonry workmanship. 1.02 RELATED SECTIONS ' A. Mortar: Section 04100 B. Masonry Accessories: Section 04150 ' 1.03 QUALITY ASSURANCE I I I I I A. Qualifications of Workmen: For actual cutting and placing of masonry units, use skilled journeyman masons thoroughly experienced with materials and methods specified and thoroughly familiar with design requirements. 2. Have one skilled journeyman mason present at all times during execution of work of this Section who shall personally direct and execute this portion of the Work. 2.01 MATERIALS IA. Materials: Meet referenced ASTM Standards, with modifications specified herein. I I I I B. Normal Weight Concrete Blocks (C33): Use nominal 8" x 16" face, thickness required. Conform to ASTM C90 (Latest Edition), Use'I ype I at exterior if C. M. U. is to he exposed to weather, for hollow loadbearing concrete masonry units and ASTM C129 (Latest Edition), Cut blocks as required. Use normal weight blocks for below grade block work and at exterior block work that is exposed to weather. At Contractors expense, provide certification of ASTM C90 and O129 compliance from certified testing laboratory. 2. Provide standard "Sash Block" at locations where control and/or expansion I 99015- Wilson Park Castle Renovations 04200-I joints are called for in CMU construction. Coordinate with control joint material specified in Section 04150. , 3. Exposed, exterior concrete block must be manufactured with manufacturer's recommended amount of integral water repellant "Dry Block System Block , Admix", as manufactured by Forrer Industries, Inc., Milwaukee, Wisconsin, or approved equal. C. Reinforced C.M.U. Construction: Conform to the provisions of ANSI A41.2 (NBS Handbook 74) and/or ACl/ASCE 530. D. Packaged Materials: Provide mortar materials specified in Section 04100. Provide masonry accessories specified in Section 04150. Deliver and store packaged materials, including cement, in original packages plainly marked with brand and maker's name. Materials in broken containers and in packages showing water marks and evidence of damage will be wholly rejected. E. Concrete Fill: Fill voids in concrete block with 3,500 p.s.i. concrete (unless noted otherwise on structural drawings) using pea gravel for coarse aggregate. Do not use mortar for this purpose. 2.05 FIELD STONE ' A. Provide dark natural colored, weathered field stone. Furnish stone of assorted sizes, approximately 6" thick for veneer wall and not more than 18" thick for solid wall construction. Stone face dimensions requirements are not less than 4" x 6" and not more than 14" x 18". Stone is to match size, color and texture of existing stone work at park. Provide samples for approval by Architect prior to delivery. Verify with Architect and Owner which section of existing rock work they would most like to match. PART 3 - EXECUTION 3.01 LAYING CONCRETE BLOCK ' A. Lay blocks straight, plumb, and in perfect alignment. Compact vertical and horizontal , joints in concrete block tooling them slightly concave unless otherwise shown. Protect concrete blocks from weather by covering during storage and after laying. Before using blocks, dry them to moisture content of approximately the average air-dry condition to which finished walls will be exposed. Take care to keep mortar off face surface of exposed blocks. At end of job, clean exposed block walls. Where necessary to fit around wall switches and openings, cut blocks to neat line with power saw. Refer to drawings for spacing and type of reinforcement and anchors required. 3.02 BUILT-IN ITEMS A. Build in wood blocks, strips, wedges, frames, loose lintels, miscellaneous iron and other items furnished by other subcontractors and which may be required for properly 99015- Wilson Park Castle Renovations 04200-2 , I securing their work. 3.03 FREEZING WEATHER Ii I1 I A. Do not lay masonry when outside air temperature is below 40 degrees F., unless suitable means are provided to heat masonry materials and to protect completed work from freezing for at least 48 hours. 3.04 CLEANING PREMISES A. Mason Contractor: Remove rubbish and building materials left over from operations under his charge, whenever directed by General Constructor. Premises must be left clear and clean. When buildings are completed, completely remove mortar droppings. 3.05 BOND BEAMS A. Reinforce bond beams as required and fill with 3,000 p.s.i. minimum compressive 28 - day strength concrete, unless shown otherwise on structural drawings. Do not use masonry mortar for this purpose. 3.06 POINTING AND CLEANING IA I I I I I I I I Cut out defective mortar joints. Refill solidly with mortar and tool to match adjacent work. B. On completion clean exposed masonry, removing foreign material, excess mortar and stains. Apply cleaning solution to sample area of approximately 20 square feet at an inconspicuous location approved by Architect. Use cleaning solution specially manufactured for this purpose, applying in accordance with manufacturer's directions. Drench masonry with clean water before applying solution, and after cleaning, rinse with clean water to remove all traces of solution. Protect materials adjacent to masonry from contact with cleaning solution. C. High Pressure Water Cleaning: This method of cleaning will not be allowed on masonry surfaces unless approved by architect and masonry manufacturer. High pressure water is to be used to saturate the masonry before cleaning takes place and may he used to rinse away cleaning solution and foreign particles after cleaning is complete. Allow mortar to cure for a minimum of seven (7) days before subjecting it to high pressure cleaning. After consulting with Architect and manufacturer for cleaning recommendations, test clean a sample panel of all the materials selected for the work. Apply water at a pressure ranging from 300-500 psi (not to exceed 800 psi). Provide a flow rate of water between 3 and 6 gallons per minute through a "Fan" type, stainless steel tip dispersing a 25° to 50° fan spray. Do not use less than 15° fan spray tip. Application of acidic cleaning compounds through the high pressure system will not he allowed. Do not apply scaler until masonry is completely dry and cleaning has been reviewed by Architect. 99015- Wilson Park Castle Renovations 04200-3 3.07 LAYING FIELD STONE A. Lay field stone facing and solid walls with dry stack method of laying stone (so that no mortar joints are visible from the front) coursed to match existing stone work in random sizes and back parged or slushed with waterproof mortar to obtain a solid masonry wall . Anchor stone facing to backing using one tie for each square foot of facing area, with ties spaced not more than 16" apart around perimeter of openings. Provide metal ties using galvanized "Z" wire ties or galvanized adjustable wire ties made for tying stone to backing. Lay variable thickness exterior masonry walls using back concealed in -fill. B. Contractor is to provide 2'x2' sample panel for approval by Owner and Architect prior to construction. 3.08 CLEANING STONE WORK A. Clean exposed faces of stone work as stone is set and again after completion. Clean stone with stiff fiber brushes and soap powder solution, rubbing surface vigorously and then rinsing thoroughly with clean water. For surface stains, use of sand and brushes , or related abrasives will only be permissible insofar as the finish of the stone is not changed. 3.09 SEALING OF STONE WALL A. All exterior stone or masonry work shall ve waterproofed with Sureklean "Weather Seal Siloxane" sealer as manufactured by Prosco, Inc. END OF SECTION 04200 ' I I [I Ci I E I 99015- Wilson Park Castle Renovations 04200-4 ' I I I I [I I I I I I I I I I I I J DIVISION 5- METAL DIVISION 6- WOOD AND PLASTIC DIVISION 7- THERMAL AND MOISTURE PROTECTION DIVISION 8- DOORS AND WINDOWS DIVISION 9- FINISHES DIVISION 10- SPECIALTIES DIVISION 11- EQUIPMENT DIVISION 12- FURNISHINGS DIVISION 13- SPECIAL CONSTRUCTION DIVISION 14- CONVEYING SYSTEMS DIVISION 15- MECHANICAL DIVISION 16- ELECTRICAL These specifications conform to the "CSI Masterformat", Document MP -2-1-95, The Construction Specifications Institute, 601 Madison Street, Alexandria, Virginia 22314. No work which would be specified as a part of this division is included in this contract. [1