Loading...
HomeMy WebLinkAbout61-99 RESOLUTION• • RESOLUTION NO. 61- 9 9 A RESOLUTION AWARDING BID NO. 99-46 IN THE AMOUNT OF S64,618, PLUS A PROJECT CONTINGENCY AMOUNT OF $3,500, TO HECKATHORN CONSTRUCTION, FOR THE WALKER PARK PAVILION PROJECT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1 That the City Council hereby awards Bid No. 99-46, in the amount of S64,618, plus a project contingency amount of $3,500, to Heckathom Construction Company, for the Walker Park Pavilion Project. A copy of the bid tabulation is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this AL day of May , 1999. �� , �* - (� t. • - f �. • A1TES7'. / B Heather Woodruff, City erk DESCRIPTION: WALKER PARK PAVILION & SITE IMPROVEMENTS W J J 5W F W ,,apQ V m O LL u. cr,w motto O O O O 9 m N G W. G Q O 0 w w HECKATHORN CONST MIDLAND CONST VICTOR STANLEY INC T&T CONST EXHIBIT A EXHIBIT B AGREEMENT FOR PAVILION & SITE IMPROVEMENTS This AGREEMENT executed this 1 ttf day of APPA/ 1999, between the City of Fayetteville, Arkansas, hereinafter called the "City" and Heckathorn Construction Inc., hereinafter called the "Contractor", and having an address at 1880 Birch Avenue, Fayetteville, AR 72703. IN CONSIDERATION OF THE FOLLOWING COVENANTS contained herein the parties agree as follows: 1. The Contractor shall at the written request of the City provide material, labor and equipment for the work as outlined in the specifications. 2. City shall pay Contractor for services rendered as set out in Contractor's Bid. Charges will be invoiced to City at the end of each Contractor's monthly accounting periods based upon the fee outlined in Contractor's Bid. All invoices are due upon receipt and shall be paid by the City unless disputed within thirty (30) days of their receipt. The maximum amount billed under this agreement shall not exceed $64,618.00. 3. The contract documents which comprise the contract between City and the Contractor consist of this contract and the following documents: a. Bid form identified as Invitation to Bid 99-46 with the specifications, conditions, and requirements typed thereon; b. The Contractor's proposal and all supporting documents and correspondence submitted by the Contractor in response to Bid 99-46. 4. These contract documents constitute the entire agreement between the City and the Contractor and may be modified only by a duly executed written instrument signed by the City and the Contractor. 5. Contractor shall not assign his duties under the terms of this contract. 6. Contractor agrees to hold the City harmless and indemnify the City against any and all claims for property damage, personal injury or death, arising from Contractor's performance of this contract. 7. The Contractor shall furnish a 100% performance and payment bond guaranteeing the full completion of the project and a certificate of insurance addressed to the City, showing that he carries the following insurance which shall be maintained throughout the term of the contract. Workers Compensation Statutory Amount Comprehensive General and Automobile Insurance Bodily Injury Liability $ 300,000 for each person injured. $ 500,000 for each accident. Property Damage Liability $ 250,000 for each accident. $ 500,000 aggregate The premiums for all insurance and the bond required herein shall be paid by the Contractor. 8. Contractor agrees to begin work within ten (10) days after issuance by the City of a "work order" or "Notice to Proceed" and to complete the project within 90 days. 9. All work called for herein shall be coordinated directly with the Project Manager. 10. City shall have the right to terminate this Agreement for City's convenience upon written notice to Contractor, and Contractor shall terminate performance of services on a schedule acceptable to City. In the event of termination for City's convenience City shall pay Contractor for all services performed to date of termination. 11. Nothing in this agreement shall be construed to give any rights or benefits to anyone other than Contractor and City. IN WITNESS WHEREOF, City and Contractor have executed this agreement, the effective date of which shall be ,1gy 1,149? CITY OF F ETTEV LLE By ATTEST: By: f.,. /I4 i eather Woodruff, ty Clerk ATTEST: By Fre Hanna, Mayor Heckathorn Construction Company, Inc. ntraFtor rC9fipany Name By: L. ifeckathoin Title: President �`-d`--" Janet S. Heckathorn, Secretary • • Bid_Schedule Bid items will include all applicable taxes. I . Removal and demolition of existing shelter and concrete base. 2. Six (6) custom columns of Arkansas Native Stone. Must be .5-.75 inch joint, type S mortar (2'x2'x5'H) Costs will include stone, mortar and labor. area. 3. One (1) Ironwood series G/W 36 S Gazebo Shelter with vented cupola in Evergreen and light Stone- Porter/Poligon park Architecture or equal. 4. Site preparation, provide and install concrete base and footings for shelter, concrete sidewalk around shelter and connecting concrete sidewalk to existing sidewalk (to be approximately 35 ` long) as described in specifications. 5. Provide and install 3 electrical outlets and light fixture with timer in shelter. 6. Installation of shelter listed above by licensed contractor including finish paint on frame and any touch up paint. 7. Freight costs F.O.B. Fayetteville, AR 72701 Total Bid including all deductive alternates listed and any applicable tax: $ (oy)tot 4 Ya (*) Please show deductive costs for each item: 1. S" Li 5 2. k1 Li -1 ..-D--1•37,, o 3. 33 °I %at om Y -y 4. »I2caea a oa 5. 23� 4-1 rir 6.pm -1�to02 r7c 7. l ,b3S The Bidder understands the Owner reserves the right to reject any or all bids and to waive any formalities in the bidding. Bidder agrees that this bid shall be good and niay not be withdrawn for a period of • (60) sixty calendar days after the scheduled closing time for receiving bids. Company Name: Name (Type or Print) Title: Address: Telephone: BID MUST BE SIGNED CONSIDERED: SIGNATURE• HECKATHORN CONSTRUCTION COMPANY, INC. Don L. Heckathorn President 1880 Birch Avenue Fayetteville, AR 72703 501/442-5386 Fax: 501/442-7385 K. UN E BID WILL NOT BE Acknowledgment of Addendums: Arkansas License No. 0023780499 (*)Per Terms and Conditions, Item 10: Anticipated number of days from the date of receipt of an order for delivery of equipment and installation q e) calendar days 61 Arkansas StatutoryPerformance and Payment Bond HECKATHORN CONSTRUCTION COMPANY, INC. FILED FOR RECORD as Principal, hereinafter called Principal, apo fiRY 9 PM 3 30 NATIONAL FIRE INSURANCE COMPANY OF HARTFO{� as Surety, hereinafter called Surety, are heldiegliNijott4vampd unto CITY OF FAYETTEVILLE, ARKANSAS NESS as Obligee, hereinafter called Owner, in the amour t �ft SIXTY FOUR THOUSAND SIX HUNDRED EIGHTEEN DOLLARS AND NO/100 ($64,618.00) for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. Principal has by written agreement dated APRIL 19, 1999.. entered into a contract with the Owner for: BID NO. 99-46 WALKER PARK PAVILION & SITE IIMPROVEMENTS FAYETTEVILLE, ARKANSAS which contract is by reference made a referred to as the Contract. The condition of this obligation is shall faithfully perform the Contract indemnify and save harmless the Owner he may suffer by reason of failure so and repay the Owner all outlay and expense which the Owner may incur in making good any such default, and further, that if the Principal shall pay all persons all indebtedness for labor or materials furnished or performed under said Contract, failing which such persons shall have a direct right of action against the Principal and Surety, jointly and severally, under this obligation, subject to the Owner's priority, then this obligation shall be null and void; otherwise it shall remain in full force and effect. No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit, action or proceeding shall be brought on this bond except by Owner, unless it is brought in accordance with A.C.A. Section 22-9-403(b) and A.C.A. Section 18-44-503(b) (Supp.1987) as amended. No suit, action or proceeding shall be brought by the Owner after two years from the date on which the final payment under the Contract falls due. Any alterations which may be made in the terms of the Contract, or in the work to be done under it, or the giving by the Owner of any extension of time for the performance of the Contract, or any other forbearance on the part of either the Owner or the Principal to the other shall not in any way release the Principal and the Surety or Sureties, or either or any of them, their heirs, personal representatives, successors or assigns from their liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance being hereby waived. In no event shall the aggregate liability of the Surety exceed the sum set out herein. This bond given in compliance with Act 351 of 1953 as amended. Executed APRIL 21, 1999 HECKATHORN CONSTRUCTION COMPANY, INC. part hereof, and is hereinafter such that if the Principal on his part and shall fully from all cost and damage which to do and shall fully reimburse NATIONAL FIRE INSURANCE COMPANY OF HARTFORD By: WILLIAM H. GRIFFIN Attorney-in-fact 99 • POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT • I re Know All Men By These Presents, That CONTINENTAL CASUALTY COMPANY, an Illinois corporation, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, a Connecticut corporation, AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, a Pennsylvania corporation (herein collectively called 'the CCC Surety Companies'), are duly organized and existing corporations having their principal offices in the City of Chicago. and State of Illinois, and that they do by virtue of the signature and seals herein affixed hereby make, constitute and appoint Knight Cashion. Benson A. Cashion, Matthew Knight Cashion, Jr., Wiliam R. Plegge. William H. Griffin. Judy Schogagen. Sheilla J. Smith. Individually of Little Rock, Arkansas their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as 1 such instruments were signed by a duly authorized officer of their corporations and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority at the By -Laws and Resolutions. primed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the corporations. In Witness Whereof, the CCC Surety Companies have caused these presents to be signed by their Group Vice President and their corporate seals to be hereto affixed on this 29th day of September 1998 . CONTINENTAL CASUALTY COMPANY NATIONAL FIRE INSURANCE COMPANY OF (HARTFORD AMERICAN CASUALTY COMPANY OF READING. PENNSYLVANIA gal detted06\ Marvin J. Cashion Group Vice President State of Illinois, County of Cook. ss. On this 29th day of September , 1998 , before me personally came Marvin J. Cashion, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Chicago, State of Illinois; that he is a Group Vice President of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD. and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA described in and which executed the above instrument that he knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals: that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority. and acknowledges same to be the act and deed of said corporations. My Commission Expires March 6, 2000 CERTIFICATE "Mt? ale' - Mary Jo Abel Notary Public I, Mary A. Ribikawskis, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby certify that the Power of Atomey herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of each corporation printed on the reverse hereof are still in force. In testimony w?ereof I have hereunto subscribed my name and affixed the seals of the said corporations this 21stdayof April 1qqq • (Rev.10/1/97) CONTINENTAL CASUALTY COMPANY NATIONAL FIRE INSURANCE COMPANY OF HARTFORD AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA Mary A. Ribikawskis Assistant Secretary • Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attomey is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article IX—Execution of Documents Section 3. Appointment of Attomey-in-fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attomeys-in-fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President or the Board of Directors, may, at any time, revoke all power and authority previously given to any attomey-in-fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993 "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attomey is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article VI—Execution of Obligations and Appointment of Attorney -in -Fact Section 2. Appointment of Attorney-in-fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto The President or any Executive, Senior or Group Vice President may at any time revoke all power and authority previously given to any attorney-in-fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. rResolved, thatthe signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attomey is made and executed pursuant to and by authority of the following Resolution duly adopted on February 17 1993 by the Board of Directors of the Company. "RESOLVED: That the President, an Executive Vice President, or any Senior or Group Vice President of the Corporation may, from time to time, appoint, by written certificates, Attomeys-in-Fact to act in behalf of the Corporation in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such Attorney -in -Fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Corporation by their signature and execution of any such instrument and to attach the seal of the Corporation thereto. The President, an Executive Vice President, any Senior or Group Vice President or the Board of Directors may at any time revoke all power and authority previously given to any Attorney -in -Fact." This Power of Attomey is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. "RESOLVED: That the signature of the President, an Executive Vice President or any Senior or Group Vice President and the seal of the Corporation may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors on February 17, 1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Corporation may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Corporation. Any such power so executed and sealed and certified by certificate so executed and sealed, shall'with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Corporation." • • i- CERTIFICATE' OF INSURANCE E MSIMO/YY) DATE PRODUCER 501-3760716 The Cashion Company, Inc. P.O. Box 550 Little Rock, AR 72203 THIS CERTIFICATE IS ISSUED AS A SHATTER OF INFORMATION ONLY ANI) CONFERS NO RIGHTS UPON TIE CERTIFICATE HOLDER. TITS CERTIFICATE DOLS NOT AMEND. EXTEND OR ALTER THE COVERAGE AFTORDED BY THE POI.ICIFS BELOW. COMPANIES AFFORDING COVERAGE COMPANY A General Accident INSURED Heckathorn Construction Company, Inc. 1880 Birch Avenue Fayetteville AR 72703 COMPANY B COMPANY C COMPANY D THIS LS TO CERTIFY THAT TICE POUCIFS OF DiSURA.NCE LISTED BELOW HAVE BF.F_N ISSUED TO THE IiSURF.D NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCVMENT WT1 RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTA LN. THE INSLRANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE POLICY NEMBER POLICY EFF. DATE (MM/DD/YY) PRICY EXT. DATE DIM MD/TIO LIMITS A GENERAL LIABILITY CGL501150303 3/19/99 3/19/00 GENERAL AGGREGATE 2000000 2000000 X COMM. GENERAL LIABILITY PROD-COMP/OP AGC. ICLAI.MS MADE X OCCUR PERS. R ADV. INJURY 1000000 OWNERS & CONTRACTS PROT EACH OCCURRENCE 1000000 5t1F1F1fl FIRE DAMAGEIOee Ebel MED EXPIAe1 me penin) 5000 A AUTOMOBILE LIABILITY 8A017767005 3/19/99 3/19/00 COMBINED SINGLE LIMIT 1000000 x ANY AUTO ALL OWNED AUTOS BODILY INJURY )Per Pram) SCHEDULED AUTOS X X HIRED AUTOS NON OWNED AUTOS BODILY INJURY (Per deem) PROPERTY DAMAGE GARAGE LIABILITY AUTO ONLY -EA ACCIDENT ANY AUTO OTTER THAN AUTO ONLY: EACH ACCIDENT AGGREGATE A EXCESS LIABILITY XCO10130604 3/19/99 3/19/00 EACH OCCURRENCE 5000000 X UMBRELLA FORM AGGREGATE 5000000 OTHER THAN UMBRELLA FORM A WORKERS COMPENSATION AND EMPLOYERS' UABILITY WC015227504 3/19/99 3/19/00 STATUTORY UMITS EACH ACCIDENT 500000 THEPROPRIETOR/ PARTNERS/EXECUTIVE — INCE DISEASE -POLICY LIMIT 500000 OFTICERS ARE: EXCL DISEASE -EACH EMPL 500000 OTHER DESCRIPTION OF OPERATIONSILOCATIONS(VEIOCLESISPECIAL ITEMS JOB: CITY OF FAYETTEVILLE; WALKER PARK-PAVILLION & SITE IMPROVEMENTS FAYETTEVILLE, AR CERTIFICATE HOLDER '.: CITY OF FAYETTEVILLE MS. PEGGY VICE -PURCHASING MGR 113 WEST MOUNTAIN STREET FAYETTEVILLE, AR 77701 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IM PIM NO OBLIGATION OR LIABILITY OF ANY KLND UPON TIff COMPANY ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE '/�/J� , 7 GL✓R/' _.... C ;':ACORD25.5-(3/93) _ _, 2 22-.-: .--. , kid -nt -fp 0,4°i City of Fayetteville MI CROP I LMED Pavilion Shelter & Site Improvements Bid Specifications Bid 99-46 All inclusive bids must be submitted no later than 11:00 a.m. on April 19, 1999, to City of Fayetteville, Purchasing Office, Room 306, 113 West Mountain St., Fayetteville, Arkansas, 72701 in a sealed envelope marked "Pavilion & Site Improvements" "Bid 99-46". Equipment listed is from Porter/Poligon park Architecture, Inc. catalog with numbers provided for reference only. Each bidder will be required to meet, or exceed the specifications attached. Any deviations must be noted with specifications of the equipment and must be attached with submitted bid. In addition to the bid and specifications on the shelter and site furnishings, each bidder must furnish the following: Bidder to provide bid price FOB -Fayetteville, Arkansas 72701. Bidder will include all guarantees and manufacturer's warranties. 3. Bidder must provide standard 5 year warranty.. 4. Bidder must have a State of Arkansas Contractors License, Workmen's compensation as required by Arkansas State Statutes and general liability insurance in a minimum amount of 5500,000. Bidder must provide specifications for concrete & paint equal or greater to those listed in specifications. 6. Bidder must provide specifications of materials equal or greater to those listed in specifications. 7. Bidders shall include all applicable taxes on items bid. Bidder must provide 3-D color picture of shelter and include all color options. Bidder will provide quality assurance in supplier qualifications and certifications as listed in specifications. • • • 10. Bidder will include a set of shop drawings (and 2 sets of structural calculations) signed and sealed by a Professional engineer licensed in the State of Arkansas showing structural calculations as listed in specifications. 11. Bidder must obtain City of Fayetteville Building Permit. (Fee is waived). 12. Site preparation and installation shall be included in the bid. 14. The City of Fayetteville reserves the right to accept and/or reject any and/or all bids. 15. Questions should be addressed to Connie Edmonston at 501/444-3473. v. Bid_Schedulc Bid items will include all applicable taxes. • 1. Removal and demolition of existing shelter and concrete base. 2. Six (6) custom columns of Arkansas Native Stone. Must be .5-.75 inch joint, type S mortar (21x21x5'H) Costs will include stone, mortar and labor. area. 3. One (1) Ironwood series GIW 36 S Gazebo Shelter with vented cupola in Evergreen and light Stone- Porter/Poligon park Architecture or equal. 4. Site preparation, provide and install concrete base and footings for shelter, concrete sidewalk around shelter and connecting concrete sidewalk to existing sidewalk (to be approximately 35 ` long) as described in specifications. 5. Provide and install 3 electrical outlets and light fixture with timer in shelter. 6. Installation of shelter listed above by licensed contractor including finish paint on frame and any touch up paint. 7. Freight costs F.O.B. Fayetteville, AR 72701 Total Bid including all deductive altemates listed and any applicable tax: S Please show deductive costs for each item: 1. 3. 4. 6. The Bidder understands the Owner reserves the right to reject any or all bids and to waive any formalities in the bidding. Bidder agrees that this bid shall be good and may not be withdrawn for a period of (60) sixty calendar days after the scheduled closing time for receiving bids. Company Name: Name (Type or Print) Title: Address: Telephone: Fax: BID MUST BE SIGNED IN INK. UNSIGNED BIDS WILL NOT BE CONSIDERED• SIGNATURE. Acknowledgment of Addendums: • I l • • • • • • • SI • • I'x. i-ree WALKER PARK '=4 1:4000 TCPOGRAPHI C DATA : 1994 b • • • 4 CITY OF FAYETTEVILLE, ARKANSAS Terms and Conditions All bids shall be submitted in a sealed envelope and must be submitted on forms provided by the City. The item bid and the bid number shall be stated on the face of the scaled bid envelope. 3. Bidders shall include all applicable local, state, and federal sales tax in bid. The responsibility of payment shall remain with the successful bidder. 4. Bids received after the date and time set for receiving bids will not be considered. 5. The City reserves the right to accept or rejcct any or all bids, waive formalities in the bidding and make a bid award deemed to be in the best interest of the City. The City shall be able to purchase more or Icss than the quantity indicated subject to availability of funds. The bid price shall remain good and firm until project is completed. All products delivered shall comply with applicable standards of quality. Any exceptions to the requirements of the City of Fayetteville must be noted on the Bid Fort. Prices shall include all labor, materials, overhead, profit, insurance, etc., to cover the fumishing of the items bid. 10. Each bidder shall state on the face of the bid form the anticipated number of days from the date of receipt of an order for delivery of equipment and installation to the City of Fayetteville. Copy of the warranty shall accompany the bid, and any exceptions to the warranty shall be clearly noted on the bid form. I2. Bidders must provide the City with their bids signed by an employee having legal authority to submit bids on behalf of the bidder. The entire cost of preparing and providing responses shall be borne by the bidder. 13. The City reserves the right to request any additional information it deems necessary from any or all bidders after the submission deadline. 4. The request for bid is not to be construed as an offer, a contract, or a commitment of any kind; nor does it commit the city to pay for any costs incurred by bidder in preparation of bid. • • 15. The City will not be responsible for misdirected bids. Vendor should call the Purchasing Office at (501) 575-8289 to insure receipt of their bid documents prior to opening time and date listed on the bid form. 16. If products and/or components other than those described in this bid document are proposed, the bidder must include complete descriptive literature and technical specifications. All requests for additional information must be received within five working days following the request. 17. Bids must be hand delivered or received by mail in the Purchasing Office, Room 306, 113 W. Mountain Si Fayetteville, AR 7270!, on or before the time of closing listed on the facc of the bid. •13. Public improvement bids with a total of S20,000 or more shall submit certificates of insurance within 10 days of notice of bid award. Certificates of insurance are to be addressed to the City of Fayetteville, showing that the contractor carries the following insurance which shall be maintained throughout the term of the bid. Any work sublet, the contractor shall require the subcontractor similarly to provide the same insurance coverage. In case any employee engaged in work on the project is not protected under Workers' Compensation, 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 arc not otherwise protected. Workers' Compensation: Comprehensive General & Automotive Liability: Property Damage Liability: Statutory Amount S250,000 each person. S500,000 aggregate. S100,000 aggregate. *19. Public improvement bids with a total of 320,000 or more require a 5% bid bond and if awarded, a 100% performance and payment bond to be submitted before notice to proceed is given. *21. • 22 Public improvement bids exceeding 520,000 or more require a contractor's license. The City shall pay Contractor based on unit prices indicated in contractor's bid proposal. Progress payments will be made after approval and acceptance of work and submission of invoice. Payments will be made approximately 30 days after receipt of invoice. Contractor shall not assign his duties under the terms of this agreement. All work shall be coordinated directly with the Project Manager, or their designee. * Applies to construction public improvement projects only, unless otherwise noted. • • • SECTION 02875 SITE AND STREET SHELTERS PART1.GENERAL 1.1 SECTION INCLUDES: Prefabricated metal shelter/gazebo/pavillon. 1.2 RELATED SECTIONS Earthwork, Section 02200. Cast -In -Place Concrete, Section 03300. 1.3 REFERENCES American Institute of Steel Construction (AISC) American Iron and Steel Institute (AISI) Specifications for Cold Formed Members. Arperican Society of Testing of Materials (ASTM) Athertcan Welding Society (AWS) Steel Structures Painting Council (SSPC•SP2) as outlined in AISC 8.5 National Evaluation Report (NER) "FOR USE WITH BUILDINGS WITH SANDWICH PANECROOF ONLY" 1.4 SYSTEM DESCRIPTION Design Loads: UBC (1994 edition) 30 pounds per square foot snow load, 90 mile per hour wind speed, seismic zone 4. Design Method: per applicable building code. (Note: PCLIGON uses three dimensional structural analysis to determine member load and forces ) The pre-englneered package shell be shipped as a pre-cut and pre -fabricated package that shall Include the structural frame members, roof materiel. fasteners, trim and inetallalion instructions. The structure shall be shipped in knocked down for minimum atiipping charges. Field labor will be kept to a minimum by pre -manufactured parts. No onsite welding will be required. Connection bolts shall be concealed within the tubing where possible. 115 SUBMITTALS Submit.1 set shop drawings [end 2 sets structural calculations] signed and sealed by o Professlonal Engineer licensed in the State of Arkansas. Structural calculations shall show the following code information: SBCI Building Code [1991 edition], [20) psi snow ground load, 70 mph wind speed, seismic zone 1. 1.8 QUALITY ASSURANCE: Provide evidence of commitment of quality craftsmanship es demonstrated by the following; A. SUPPLIER QUAUFICATIONS: The product shall be designed and produced at a fadllty owned and directly supervised 14 the supplier. The product shall be shipped from a single source. The supplier shall have been making steel frame pre -manufactured shelters for a minimum of five years and list three similar projects in the territory Membership In American Institute of Steel Construction. Membership In American Welding Society. Full time on -staff licensed engineer. Full time on -staff quality control manager. Prblished quality assurance manual. Full time on -staff AWS certified welding Inspectors. Continued certification by an Independent Inspection agency. Maintain quality control program equivalent to U.S. military's Mil I. •Bi CERTIFICATIONS (OR EQUAL) Cry of Los Angeles (Calif.) fabricator approval number. City of Houston (Texas) fabricator approval number. F6orida stets approval number. National Evaluation Report No. 497 for structural insulated panels. FOR USE WITH BUILDINGS WITH SANDWICH PANEL ROOF ONLY" Weider certificates and AWS welding inspector certificates. i 1 7 DELIVERY AND STORAGE: Unload materials with necessary equipment (no hand unloading), store covered out of weather, end keep out of direct sun. Inspect parts within 48 hours of delivery compare with manufacturer's bill of material, and report any missing or non -conforming parts to manufacturer within thls time. 1:8 WARRANTY: Supply manufacturer's standard five year warranty. • PART 2. PRODUCTS 2I1 MODEL NUMBER: GIW 38 S with accessories 22 ,ACCEPTABLE MANUFACTURER POLIOON, a Division of W.H. Porter, Inc., Holland, Michigan, (818) 399-1983. Receive pricing from local sales office at 501-362-9988. Substitutions must be approved a minimum of five (5) days prior to bid. All approved manufacturers shall be notified In writing before the bid date and shell not be allowed to bid without written notification, • i r.�5 I � 2.3 MATERIALS Strucural framing: structural steel tube minimum ASTM A500 grade B or cold formed box sections minimum ASTM A570 grade 55. '1' beams, tapered columns, open ci1enneis, or wood products shall not be accepted. I Comprasslon ring: structural channel or welded plate minimum ASTM A36. Oj11am4ntal components: structural plate or bar minimum ASTM A36. Fasteners: ASTM A325 structural bolts ASTM A307 anchor bolts, self tapping screws, rivets. I Sandwi; h panel roof deck: factory laminated stressed skin panels composed of T-1-11, 3-6/8' EPS, 7/16' Oriented Strand Board. Panel size shell be based on 4wide module with lengths end angles pre-cut. T-1-1 1 shall have 18 or fewer patches per 4'xB' unit and hats no synthetic filler. Panels shell have NER report number. Install with T-1-11 0? the underalde. Fascia shall be western red ceder or equivalent. I Shingles: manufacturer's standard asphalt shingles per ASTM D3016 Type I with a 25 year 6n)ited warranty. Package to include 15 pound felt, nails, and drip edge. Color to be Golden Cedar. I � i I I i I ' I ' I 2.4 ACCESSORIES Diamond pattern railing & ornamentation package. Ornamental components such as dilmonds, circles, squares, rectangles, etc. shall be solid shapes. Straps, thin gauge materlal or overlapping components shall not be acceptable. Overhead ornamentation stie be!included on 8 sides and handrails shall be included on 5 sides of the gazebo. All Components shall be solidly and completely welded to one another. There shall be no tack welding or through piercing of material. All assemblies shall be cleaned of slag and dress ground if required. All wood vented cupola. The sides shall be rough sawn fir plywood with grooves 4" on cgnter. Vents and trim shall be cedar. The roof shall be plywood. The cupola shell be come pro -assembled and attach directly to the wooden roof deck. Apply shingles after Ins talladon. 2.6 rABRICATION AU base plates, stiffener plates, U -clips, and end plates shall be factory welded into place and bolt connection holes shall be factory cut. Welded connections shall be made by certified welders In accordance with AWS Specifications and be supervised by an AWS certified welding Inspector. Factory frame finish. Red oxide rust inhibitive modified alkyd primer on raw steel prepared according to SSPC-SP2. Factory railing/omamentarlon component finish: Zinc plated per ASTM B633. I i I-. U PART 3.. EXECUTION The shelter shall be get on prepared footings or concrete slab by others. Footing details shall be designed by an engineer retained by other than the manufacturer based on bad Information provided by the manufacturer. Foundation will be co(tetructed to local codes, end good constructlon pracices for the specific site codltlons. The structure shall be attached to the top of the concrete by use of anchor bolts fuplshed by the manufacturer. Anchor bolts shall be inside the column. Install according to manufacturer's plans. Field applied finish over prime painted frame: touch up primer as needed. Apply two coats of commercial grade weather resistant paint per recommendation of local paint supplier, Color to be chosen by owner. Field applied finish for zinc plated ornamental components: prepare, prime and apply two coats of commercial grade weather resistant paint per recommendation of local paint supplier. Color to be chosen by owner. i Field epptied finish for underside of mof dock panels and outer sides of cupola: stain or clear seal before Installation. Color and type to be chosen by owner. END OF SECTION POLIGON by W. H. Porter, Inc. • 4240 N. 136th Avenue • Holland, MI 49424 (8,00) 354-7721 'fax (616) 399-9123 THIS SPECIFICATION IS INTENDED TO ACCOMPANY DRAWINGS ALSO PROVID ED BY POLIGON I I ; c• .:'i. SC^,:G OS 7rr _ PAPS ,EN=^P.:. 1.1 ?Sc.REVC1S The p'thI: CAC 1Cr.9 liG:ed below fart a part of t.':15 Spe'tl C:d t!=: .O Cha cxtsn: rcf�ren.:od. Ti' peblica:ions a:a rcfcrrcrl to it :.hc text by oas! dessgr.t:i3n only. Asler Lcnn Society for Tasting ann Materials (i)S'?' (_99C, acv. & Sce_ Neldad N--- Fo.brl C, S1_in, f' For 0^.Lrct^ P.e1.^,(o:Ct:^..L^t ASv A 5:5 119;C) Defoc:.eu and Piei:: o__ae.-o 0?l Ea:, r r ConTre:? ?einforc2nen: :CSTM C 32 i :99C) Concrete Aggregates AS TM C 94 {:991, acv.a) Rozd!:-N1zcd Co crq:a ATM C !SL t:4d Y) ?. rtlatid Ce::ent AS=>r C 171 (i 951) 5.':-?; Yatc _'13':i f=r Cur.ing C3nc:ee asiM C 3C3 (L9)1; LiG'_d Me.^.ik ra ne-Sec .L -g Conpounr,_ for Curies =o==rate 1.2 MEASL° 22i.; ?:r ND pc'.n No serrate 1Ya:Ur2^_cnC or pa'y^.C:t will be i13CS _`Jr the t.'ork ==vera:i I^ th.s secacn of the specificacio:e, atd all CCas _r. cen:�a.: Lf:ere•-.n ..':u1t b{ ir..rlucie i^ t^2 .z.or::act u:t:: or run 3c5 pr---- 9_ prices for ta_• _,e:a o_f ::lacr: the work is a _.3 SCOPE Tne Lori: co•I•_:ed .ngr4L. consists of f'1 _^..15'_:1:!:, placi(:9, and a' :rL�g c inCry Ce. Concrcta S:rU^:Urea :.ro tC :.9 constructed in 3:cordan_? 'Ni:h tr.t •itLc__a choj: on t;..e dre,ei n.;c. -.4 OVAL:TY 07 L:i^tCRE:fi Prop: rt LJnn, Cf co:l J_e..e -' c to refit the sp:c!tla3 rGu1; =S.-.. s!IA 11 be the C=ntrn:::)r'9 ['Q! on3ibiiiCy. CcCortssive strength " c sna1_ b2 3, 000 pounds ogr s===ore inch a: 20 day. The maxi!Lunt Yin. ! flr( C=SrS a%reQ'a . shall !'C _ _/'� 1nch. c i:cirlutl rtor.i:,3L sire. S:L.^. =taiCC-0 Lr _exter:O: ,:oac:2:e seal! k: 6.0 1.5 portcnt. by •:c:_.^.:2 of concrcte. The c=.^.cr•itJ shall be prororLio:irj for a situp of 2 to 4 1::CC25 . S c'C.ODJC.T1ON OF CCFICRETE ?.t5dy--i:<e1 cnrcota shalt cerfc•.^) :o AST^i C 4; area: ss onerwiee oecl_lezi. 1.5 ?RODUCTiOH or CCMCR7.T2 ROJtly--:xaY ':•Jnr. rec« X1_11. -o:.Cora :o AST. :1 bt 'rrCopt e:; ct r•.ae speti:iCC. PAP.: 2 PRODUCTS 2.1 MATERIALS 2.1.: Concrete Materials 2.1.1.1 ParLland Cc= —r.= AZTH C 150, Typa :A. 2.:...2 Aggrecace AS r%( C 33. 2.1.2 00we s Plain CG!"0. 3t-_ .^.QCs, 11:11..^.GS. yield C)01:,: 40, 3C. p3:. 2.1.3 Reinforo. c 2.1.3.1 Steel 'welded ;tire Sebr1C ?STM A ley, wire SJac_ng3 and sizes a.'' dinensi'Jns aS 3.".oFn rn _.twins. _. i._.2 Re_n orceae^t Tars D, f.)c ..f d, G:3ar 10 bike- or 3X1st a1 CD?f0rti n�. q L0 S:[? a 015. . i.i <:QC$=r'3Ct:';'1 .LIC CD `-F',C�^_:1 .,:::^.C 'L_l✓: J=1nJ PCdsAlCrr:, :.C::CSL:1�fi1.^. Y', 9J •111 ^_::L h'C'.:P L.^.ou or .JC1�1C':c1i 1:3 tytd ccr_erCiill_; ❑P.e:1 in. C].^.Clete pevirg. 15.1 Iapervi.c3 Shaet t•!zte:1a15 015 T^: i, i/1, type ^,p Ci0:12: except oo yd:hv1ene __1-, 1' '}. ^.C, Shall. ..1)e w:^.1 td opajue. I 2.1.5.2 Feed- . firming Curing CD.^..pc'un, C 30:;, r•yoa 1-D or Type 2. 2 1.c hater Aazrt 'Cr ^.1x1:4:1 shall be 'rksh, aro Er& __•:a ' iur:.ou2 amourtE'- 01 c.1, acid, salt, alkn-_, 0rg3nic ratter, 0.: r.ec C9 ieCd:'L^•u9 -�brtsnzas. PART 3 EX_C:1T:ON 3.1 ?R.LPAR.\ :ot1 2 :6t8Ct!�n• Cht L!In: iJn, ..:d 3'L'Jrs:%'- prepore Cio.^. _L oec_' c- :r: ?.G;7: _. ..t.T :.l•!:, =!h•L IK>i F:S.", P_ir ?:a-?AR.ATIJ'; O7 S.ar Rn Dr. _.l.l Excava:ior. _.! :• adir:? W.^.C.ro: :n:C ice CCc4 0.1 _tdCir iw!:1Q3 CP? natural (;round 5l1 (f!! Dc excavated an Q:ar.ed CJ snaptct:one a3 indicated on the drdwi.^.gs d.:(: as required to Jr0':ido for p!ace:35nt of base :ours L material. T::e Ccntracto: sndli furn!sh whsCeve_ cgj_otreat i.a :cqu_:cd t� axcaV2:e gad c:d:.6 to tat 'Z .1v.ation3 and crCss se^tLDnz ir.dlca[ed 'in the erawin^y.r•. N!: sol ird roc: _s conttco!atcc :n th• `e?e ipecif icat LCRdi ho>:e"0., the Contractor :wLll Ce r,eyiired to ra'.Jvc all 'OOGO stone ]'C debits of what;• ve: GaIu:. en Co,:tae:e•- in corn'cticn with txcavat.LJr. ad C:aci. y. 3.1.2 Fntr.jaCiOn and S b,]rr7dc i:r•p3ra:iC` Preparation cr Chi foundat:cn C_ su tirade CO recait:A COCCretshall be perfo:'tcct tC7 :he shapes, i!nes, and (.rote 2:t3wn on the drewings, and CO i11'C7:Ca n firi round3tion. The strf3Ca5 shall G2 :�a3Cnably 3.n:1t]th CO provide a uni Porn Concreta C."ickne s fcL' poured 1n puce slabs and a smooth C_ni3hod surft:cc and ['::t for precast slab units scceptb_C to r!:e CJ;,t:actir.g Officer. 3.2 ?ORI3 cR :O:r:14: C.:): aJldih :OV1.r- no- cor.: rete COnIf Drmin(j dCcur3te17 tD the indiratet shapes, ii'.. a, dit:tn _D',_ with f:C:iaca$ free n.` O `f5c'., e.%'. Jr bul;es. :r^v .�! form rcOuls shall t;! dCtOFG__$Clac suc(1 a ::,afro 33 tc'• :]r.V9nt _nj'.,r, I. the C^^•]rate. The : pr: a.^.d dT.L of !-CfI 1LJ rCC='leC_ sh1 Ll D? n3 ^717w.^. On the contract dw..'.O5 u::C 23 ! ^�rci:`.. The re:i11CeiL'-^.t tl:i^l1 Le Ln3_a:i2d by the s:r:!C&_cfr .1etho-i wherein rho CCn:.rett3 i3 G2UO_itec OC zhE. l'ad'_:!'r'_:1G - =13!, c3n,.%o__d3zy,c. and .i:.r.JS CO the L, ^..ia:ed ^,le'J?C_^n J.................................... the;t re:a_O:Ce.^.!eat. TCc :ei,:f Cf_a?;Sanr shta:l be la: u'-..'t't? orectruc. sur`_ac•i, and :]he re[naini:t(j concr ze shah n tt'.cn b^_ placed ad flni'herl in the _tequi:^d manner. 3.; ?L;\CING CO.NC• ::£T? 3.4.1 Genera: ,,n^••'-'� � :r["', is rlic?:1 ±n c:2a': [Jrn drid on sc: _.>_Q`. __G!1 from frDst, ice, a,:;; .:a -e:. ?rotCCC e3ncrBr.e Y:ot f-aetlao. Concrete 3f1Jl1 I'tu CeOOS1=yam .'.9 CiOse 2i poiiibl- t' it3 =in l PJs:.tion. I'he iliace:^ra: C[ the cor.::ccc shall ba : ^.tin'ucus a:;d at. '_r:Lform :a:u w .thotit unccha.i='1 5:C.:1t 2Y. (:'D[ 10f CcULLrl^.:1:. _!lure Cr other e^,,rt).ncl•]c. W•ttn with ?:>:_!Qr• r4:ar]J:_ or. t: ^i: :oocv:r.e: cr conot_'uction e 'ii_nenc t 'aL (r!(,!IL deb:i: fcre_gn :nate'.ini ;,.hall not Cc, Jerk .:7 LJ ws1 Or operate !:1 trn1 :tn .:rar. •' d__I:i) ;.l a cc7tt..t 4.^.^ -1cIs!:!a n:: Ca Li:iq5. 3.4.2 Sprea:iin? Co,:clhce 5haLl he dclLvcrto the for. is :ru-:! :^.Y.4 r5 Wlth suitobls cr.utes :t wi'_l allo>, placercnt over t.e entire erea within _t.e forr_s. Th no case is t:ie durpinq of concrete a: cr.a location. and the running into place with vibration pernitted. The sprecdi:.q of cor.crotc sat. be perrora.ed at such elevations, sli^y`.tLy above gradt3, that when properly ccnsolldatrd, the surface 'will br at the ^_levatior. indicated. 3.:.3 :on.solidation Concrete Stall to con9Clido*_ed wi::n c!cttan.tcal vlbr.itirq equip -lent _nnediatc!y after spreading. Vibrating equioreat shall be adequate r.a prcpd:r'y consolilcte th'2 c3ncrote. 3.5 FINISHING ALL un:orraed aarloces of concrete exposec tr. the co r.Leted work ,hall nave a broom textared finish without additional mcrtar and shall be true to _levation as ,lows on the drawings. Surfaces shall be brought to v9ec1fled elevations and Left true en: r5nr'n- . 2.6 CuRf5G OF CONCRETE COEt:reta ,,hall b. cured for a min mua per.Loc c_' i G. vi with plastic sheer l-_7 er curt.^.s eenpocnd. 4 SE^,T;ti2� 09900 - ?ATM14-•.J GE::cRr- PART 1 - GENERAL RFFE!tF"%CES 1.1 The pub:Lc3tions list?d b to the exterr..t Le:9renced. text by basic dcn:,na:ion Blow fo_^..l a part of thie 3%2CifiC3ti3n The DutIiC3tionz are rat?:red to in the only. kMSR:CA:\ SJ!'IET'_ FOR TESTING AND MAT.RIALS (:,STD' ?STN a 3?13 (1.536; R 1.991) Ro$iscanc to G:owt:n cf oLd or, the Su::_C`- of Intctior Coatings in .3n :;vcrorrnental Cha.—,bar. AST4 D 3274 (1982; R 19S8j Evaluating Decree of Surface Disfigurement of Paint Films by Microbial (Fungal or Algal) Growth or soil an Di r_ accamult_on. AST! D 4214 (1989) 3vaivatinq the Degree ar' Chal%inq of Exterior taint Films. FS TT -P-19 (Rev D) Paint, Latex (P.c:jIC Ems'-3:on, Exte:io: Woodar.d '�'asonry. FS =T 3U (Re. E; Pan :i ??`..^.:, ;1'-v'4 y Odorless, .-I. ---4 F1-:, D7h i::a >:•.c Tin=;. 7., _ "-?-31 (Rev D) Paint, Oil: Iran.-ox;.1e, ceady- M:xe'l, Per and S-o>:n. YS TT-?-l5i (Rev A; Ac, lj ?3 -.t, .-3 •, ?XCFr1Cr for Wood Surfaces, White and Tints. FS -'C-P-0019S4 (SaiiC) Primer Cc3ting, Latex 3ese, Ex-erLor, (Under=Cat C .. :mood), :bite and Tints. rsccrxi. ST;iJ� v2^S (FED- S ^D1 VD-3TD 313 ;Rev C) Material Safety Data, Trars r-?iicn Data and . . DtsoOSai Data for F3_3rdoun >tate_lals Furr.i=.'led L9 Gn;•e rnmen.t ;--i.vir.ie_. 3TF=1. 5RC: r ?-15T-tla COUNCIL (SSPC) SSPC 5? 1 (1982) Solvoat Cloir.l.^.g. SS?C S? 3 (:929) ?owcr Too! Ci?3ninq. 3: •.- ,.., e i SSPC �_ (15_u ) 3;: as: ear:in^y 1.2 S113HIT':ALS Color sstples ohail be vubmit-ed :r_ apps:val by :.h. Ccntracting Officer. 1.3 PACKAGING, },gSLJG, T1JC STOfiNG Paints shall be in sealed cart:eir.er5 that legibly 9h.w the designated name, fcttuia or speciflca:ion nu^..ber, batch nu::.bcr, color, quar.t:ty, ca:4 of .;.a r': Eactu re, nanufatt:Ler's fornulatior, number, na.ufactcrer's dxrectilns including any warnin;s and spacial pfecautio^s, and name 0- manufacturer. ?lgr.ented paints shall be furni3h.2d i-. Containers not Larger th.a-. 5 yall.cn5. faints and thinner sh311 be stored in rCto:dnnce with the Za71D_'aczurer s writtr:n dire-zio:l, and 3s a minimur:. stored off the ground, ur.;:er cover, lei:h su:rficient ventilatic.n to prevent the buildup of flarvnua:ie vaporand at t2,tperatures between 40 and 95 decr=ee F. 1.4 A?PF.OVAL cW VAT=R!ALS Ma:eriais will be approved based on test reports furr.is ed wit L. theme. Sa�rpies wif: be r?tair.ed by the Gcvern_en_ for ceetinq e`lould the 'steriai: appear defectiv_ during Cr af:2r anolication, in addition to any rther ramtdies undCr tt.e CCn::acc t:-• :oat of retesting defective mar.criais will be at :he Con:rector's exc'en3e. 5 C:.\'IRnNMENT.:ti CU:D_7:OSS Unless Otherwise .eCO-tie:':_ec by the pa:t: 1?S:l l'.fat to Cr, the 2i.1.7ie.ZC tenperacute ha1.i be betweer. 45 and 75 dcre l when 2.0:1 _,inc coatings other t,:}n water-t:'.i:t2cd. :ICd C'-at:.R s S)1n 11 be apo_-_d only Lercn2rature is between 50 end aO dtgreed PART 2 - fRODGC-� 2.1 PAID•:T The term • 'Uai.;1r.' as u,Ci herein inciudcs a^uls:ons, enirretS, paints, st.in3, varnishes, seaLets, and other cOat_Lgs, whether used 5 pci.^,:=, iC _c CSi=diate, Cr Einish coat. ?aint :1311 ccEuc':r. ;.o the ro9po;ti'/a s�ccificatlons Listed for use :-n the p in_ir.c, schedules at: Lt e::d Ci this 3eCtiOn., CxCQDL wh.,n the r'qui red @nount O_ a nett ial of a ;articular colot is JO gal.ols or lie$, ar. sppcaved prop=:ecary paint .niter' -a1 may ne used. The propricta:y D}ant lute:rill P.'`3-_ he o: the "te type, CClor, and be ^_qua :'3!ent in perCcrinhride of ttc type DCeci.`.ied in the pain: r -g scladul Rs. ?quivaant p.rFn_^.:!arc. sea!1 he wL:hin 10 per::.r.c of the valcea !or the ['erct ra of p_y..re:`t, C.9C pv'rccn= of so! iJ conarvnr. cos ten: Of piq::cn.t by ..air,.:- and c:ne ne:ccnt of r.�r:vo!aCilc vC^i,a^ "y 7 wiaiyht), the vicco ty (i.n. K.U.'s), t...e Qlo7s, and th, dryinq tines :or sal-CO-COuch, :ecva:ing, a:`d Try n3:d. Additional r.;Q.l'_zvCncn:6 are ns 2.1.1 Colors end Tinto Color:: shall at as :e:cc_ed from aanu`actu:e:'s atendard colors, as selected by t.^.a Cone:acr.ing Officer. The color of the u:idercoats sha11 vnry 31ightly fror tr.e color oC the next coat. 2.1.2 X_lciewc'_de and In:ccticide ??ti:: t specified for a'_1 coats shall cortai❑ c tilde'.ride that will not 3nversaly atfttt chi color, te:;curc, or Curability of the coacir.g. The 711i_e'wcida Shall be iticorpora:2d into the �3int by the c.anu'_actu,rrer and itali attain a surface dio.fiqurc:vent rat -.^.g c` 8 Or q:eac_e: wht.C tested in 3CCnedance with A5'M D 3273 dad evaluated in accordance wit^ A.TM D 3274. 2.1.3 l.Tad Paints containing lead in excess of c.06 percent by weigh- n`_ the toCal nonvzlatile Content ;ca:c•11a`.ci as lead met a:l shall ..^.t be us -3c. 2.1.4 Chro:niu"•. Pair.tc cont3ic:i,^,u' ch.-or..ate Cr s-..ro::tit. Cho:nice ?i'7:r,enis s Cali not be used. ?iti?T 3 - XECUTIC!i .1 ?4UTEC_n_O?: OF ?Ft?S GOT TO s: ?n7NTED _tC]1S not CO be p�!taed which are in ContJc with or a,]'.]Zcen;. to p&irted sur,cts n:211 ;? C2L10':ed or prOtez'_ed prior to lurfite preparation and pint:ng ooeratiohs. Items re^..O'led prior to painting shall be repla.ad when painting is CO'pi2 t, b. 'OliOw..rig COTnple:ion of painting, workmen 3nllled in the trades in',oiv?d shall reirsceli [enoved items. Surfaces contanin)tO•d by Coating =.ateri3ly s.h.ail. _',s restored to on nyindi cortiit i0^.. 3. SUS. PCB ??.EPri:,TLOii surfaces to he rat., still! be clean and :rCn_ of f^reign, utter b-"- epp ''-..__or.. of paint Cr '-'- a-' ter - ''-S. Oii heal grentjc Sh311 be r^.iOved. with. Clean c!cths rind cicani.no s3lv3':5 odor to ttchaniCai cleaning. Cleaning s•Olvents shall n of low t:xicity with a flazhrc. nt iti «xCc55 of 100 CCgreeS F. Cleaninc, Shall (1e prOgralu;.td 5^ that dust and c:her cOntam'na::cs will not fall or wot, newly patntei1 au: Cn::C3. Exposed fcr r0u5 .^..e _a! s seen as rte, i l heads or. r i:i contact t,i:h ser:ace: to be oaint?;1 with water-tntnn't. hunts, shall b? spot-D:.ir.. _•d w:rn a suitable CorrosiJa inh i!:i:i'1J :'ri.^•:ot C3Oab1•? of :a(NVcnt ii^ flash: rusting 9n^. ccrpatlble '�i:h r!.r. ,_oa;ir.•q soe:1°_ica 'Or t.^.a ad)acer,t dL'?AS. 3.2.1 ierr0'.lS S'.IrfaC^.i Ferrous Str_a:es ir'.clud:,q those that ha':a be?n shop-cc3_aJ, shall be solvent-cleered. Surfaces that cor.:aln loci rust, loose mill stele, and other foreign substar.ce3 cha:l be Cleared nechaniCally vir.h power tools according to SS?C SP 3 or by sandt1asting a:corcinq to SS'C S? I. Shopcoa.cd ferccus n1:Lace3 wall be protnct�d from corrosioc by Crea: ng and touc'c.inq up corroded areas i::L-nedia_e-y upon t.cticr.. 3.3 MI'F.I}Iv AND Ttir-NN:NG When thinning is approved as necessary to suit surface, to ipera:D re, weatncr conditions, or appltnation L^.ethuds, paints ^.dv be thinned in accOrdan:e with Le man.u=acturer'r mirectlons. rho❑ thinning 13 allowed, pa Lnt7 :;'-all be thinned 1^L:P_:I1a L2_y or3Jr to application with not more_ that 1 pint of suitable thinnot pe: gallon. -ha use of grinner shay- not relieve the Contractor troll obtaining complett hiding, full film thickness, Jr required gloss. Thinning sllal'.. ::JL cause the paint to exceed local limits on vJ1cti e orga:O CC.T•?'J'1'1ds. ?a:-•tS of different manuflci1rers Shall not ❑e nixed. 3.4 APPLICATION Painting prac'Lces Sha11 Comply with apolicabi? State any local laws cnac:nd '_O _nsure CLmy.l iaCC2 with Federal Clear. Air $taniardS. Unless Otherwise S:ecif led cr rec3:M,endn_d by the air,t rc .ufacturer, reign: Llav be epolied by brush, :olle:, o: spray. ?t the time of .1:;CLicat_On, paint inall Show no sins of deterioration. linifcrt suspdn5:on Of Oi7ments shall be r. .r. aimed % ._••.l) ?:1i L:: kfLiO .. =?C3 cunt Of pcLnt mail ^^ aO 'i Qd SO .dry fil::1 s ha 11 CL C....: fJC.. Lnicknass and free fro.,- .. , drops, :'Edges, waves, DLnholes Or OL::er KOid5, laps, Orunn lurks. and varl2.icn5 in cc10_, tedtnre, o.^.a I1nisi:. H1'dir.g shall D= .-..0_pltL?. Ro1Le'- for aool vino jlalf. •_5 and enai:eli sh311 be of a t'✓..%e !lesi•'pr ed for :he CCati:IC CJ 3CC l_OG and the sur_,3C<e to be tca:.ed. 3;1£C'al atte:ntlOn small ca give•n to insthature that all edges, corners, crevices, i+•_1CIs, and ri ctr receLvo a I'LIC: r' ickness e- ual to that of adlacan: OaiLt$d tit:r.nC,9s. ?dints, except avatar- ^.ir.n?r; tvpe5, shall be nnpl Led only tD .`•ur_ace5 that are CO'p1.etely free of moisturc as :atermined by sight or touch. 3.4.1 First Co..r, Tn0 fi• rst CO9C :Ii: :iG-=r 3Ce2 she1L 1C's LUCc repea:ad touCnlny Up " suction Spots or :+YCra11 application of nri:'er o: sealer `--o produce uniform OJi.or a:V1 gLOss. -xre]s sealer r.r.a `_! ba •.air?^ Off after ed:t application. 3.4.2 Ti:nir.q Surfaces tht : '.lave be^ C!eanec, precraated, and otherwise prepared ror pa :nclnZ shn' . tie •; vel". n ^oat of the spen_fied I_L'st Coat as soon as p:act:Cal afc?r 4-ic'1 p:e:ea:7.ent hss oeen cinpieted, bC'- pr10: t0 ar.V L'et�rior�t!On of the crepareJ Rrfeice. L•11fic:ant t L^.a shs11 elapse a?_wae:t suc:essive cony to Derr:[ proper dryir:y. Th'-m partod tt4 i1 re atodlI'-ed 3s necessary to su a weather conditions. G11 -based nr oteorasinous Solvent type pa.rlt5 5:13?L De CCnsiuere'1 dry fot reconirq when the paint feels Mar, woes nct defarm or feel sticky under :nodorar:e pressure of the thl:r.•, and tale aopllcatIon of a:.other C'Jac of paint "ic?s not cause the 7^der:oat to lift cc _OSe adhesion. Mdnufactc:e:'s in0:rlc`.i3 5 for apolicar.ton , Clrl ncc and drying :-7c be_weer: c.T OhcS of tw0-za. o tr..; 5vste.:3 shall be follcwed. 3.4.3 Prime: rrir.ler fcr .".crrous-net.ai shi11 be applied tferre•_s s•uriaces to receLve uairit o[`er tsar. ash -Lt ra:niah prior to /laZerioracicn cf the oropar•]tl 3.rCace. .he serniLransoarent fi'_-1 acpiied to soce pipes aru L.ub!nc at the rr.i.11 Is :lot to be consi;rcd a shell cca:, but stall ba 0:'C:ccated with the Specified ferrous-r1•'La- pricer nricr to app_ication cf fin' -s1: coats. 3.5 SURFACE$ NOT TO LE ?AIl4T= D Surfate3 in the COi lowin; :areas a:e nC: to he paint'P.C:: (al Sr. r.e:!o: ,hest rtatalwnrk. (5) Exterior ooured :.cnc:ete. (c) Crncrete ILcor . 3.6 CL—._--. G Cloths, ZozLon l:as_e r.r.1 other ce-nr!s :hire -qnt con-tiv*-te a f!re hazard shall be pi -..e1 i dose% 113031 ccnzain!.rs an-:i rellr':ep at. the Bab of each Cay. LO.-. cl.....�de`tion OL ,..._ '.:O:k, scar':.',Q, and cant3ine:s shell be removed fro the rice or desrroved :_c all 3pp:Cvcd ma. -rarer. 2&int nd Ogler C:epoS_ts on adjacenr sur:aces shall be rtove' and the emir;- Job left clean ano acceptable. S SEZTION Icr)3 - EL_-T.^.rcA_s_R1dvT_it. SYSTEM PART : GENERAL This tjorr ::vrsl.^,t5 of instal_lnll a new pav:lior.. 1 ,1 REFEi2Ercv.,; The phx ebo-en ions listed below form a part of :hi 9 zPeciflcacio.^. to the eten= referenced. The publicaclo::s arc referred to in text by basic des gnat:on only, the ACERICAN NAT?QN\r. STANDARDS INSTr:rrr- (-N$t) ANSI 078. 390 (1990) M.sthod for t`e D=signaton of Hi h-raLel:slty Ar51 080.1 (1990' RiGIC. St ee Coral rnt - Zinc Coated Pl:SI C82.4 (1985) Belleet3 for High-Intensity-Di.scharce and Low-?rea3uLe Sodium Lamps (4:atinla--.:c_y Tyne; ANSI Cl1).1 (1985) Seated _aauitad Underground COnnec:Or Systemt Razed 51j0 Volts ANSI 0136.2 (1985) voltac, Cla55ifjCat;cn of Lucdnairos _sad is Roadway t Llgh'" _..c u.r,...nt. ANSI C_0 3 '. .'_939) Leniraire /?ctac".e:?ts JEd 1!? Roadway L113Ct4ng -=C 1:/nt. NS( 0136.6 (1990; 2' chanioa_ L 0_i ' In.CC^r18nC ab111tj of Metal H') ds and Reflector Asserwiler Usgd in Roadway lahti Rg Equipment. r.' s' 01)5.9 (1931) M3r_h3^il ;^terc.l2n^y Cdb_11L_/ of Soc::et. Support .ASSerb1185 for Use in :'lstal Heads U5c :- . n Roydwdy Li;ht:cq Ecuipment. ANSI C13c`. 13 (:92u) Ph SIC3l dad "l r Y- _ et..i_a, lnrerchangeabiiity of Fho:ocor:.ot Dev_a-, and Macin; ?e CG•:)'aC1C:7 Ueed in i.iahcir.g E__p,:.nt. Iti131 0_36.11 (1988) Mu;_ioi@ C*0oc:e-e ;)enr1 in 3oadw.3v .*,igh:ing Eoutp:nen:. ��;:?: -_tlo 14 Er.c!c3ea Side-ilot:Crr! Lum..1 r•a1re5 f- "-F- zor..A 1-et::^.i:ul S13n' :r;C _nri;'/ Ulsrod_Qe :aTps. i,.^iSI C'_3E.15 (1995) !':1';-C:er151t% :;!scharge and Low -Pressure Sodium Lamps in Lu:eir.ai.res ?ie'_d '_der.:i':C;_ion. r1-LRiCn.Y SOCIETY FOR TESTING AND \trTERIAL3 ;A ?M) AST!! A 123(19699) a!nC (.1c -Dip _alvar..ized) Ccatir.gs on irc'r. an_' Steel Pror,�,cta AKM A :53 (19s_; R 1980 2ir.c GCatinq(Hct-Oio) on Iron ar.d Steel harCware :\S;'M B f. (1990)Co:icentric;-Lay-St:ar.led Copper Conductors, i{a rd, :1eci•.:.t-^ard, cc -.,,_ ASTM. D 2481 (1992) Classiticet lcn USU 15 for Erglne6xir:c Purposes FEDERAL SPECIFICATIONS (Si r'S -9-!-395 (Rev C) Insulat.ic❑ Tap?, r:ecrzical, Pressucr -yens_::VE ?:d 95iVd, 91 ast_:. FS [•1 -S -''r (3=v E; Notice ') Spi'_c= Coanectcts 1i.LJ:iTC:AYIDi^ 3:ice-_Ii:ERINr: SOCIETY OF NQ Ta AD^3CCR (IES) rr (19S3) Roadway Light'ng. i\ST'I:OTE ^,F EL:G"RICAL AND -fl L.sr�(.'.:IIG �D:��i:i�E K5 (I MF) TEEs Std 81 (1?83) G'uiiid for Mdas r:1g Sea4 ar`8i C•y, -ru-d Ic.c•edne, ...arth zinc Earth Surface Pcte cia'_s of a G rou na sys-�.a t..ArION`L -..?'kI Gr... KA.NUFAC:U3ts v.SJ.,L f•t:c'J !?C≥aJ\) NED?z_ .B . (1Fi66; ?._'/ 1) :'IJIf!cd Case :,`.':Cl'it BrGa•:er5 ard uoided Cas_ Swatches NE--. F2 (1996) Fitt'r: s, - - '� Chet i•'r'L3l 1;0:•vg, and Con.',uit Od 195 :or Conduit ani C.1bie r".sd^b1ie;; N_MA ?3 _ (1?90; P3 _.1) ?d.^.elboard, N=BA ;RI: 1 (19"03) -C.^.1Ur!�C;FVC1=}:C2r1e1CY Coatd;! Ga1van!zecgid Stec! Conduit and :n_e:..A-iate `!e:al Consult t: MA GG 3 ;!3901 LO.+-Vo_taoe ?Ow&r :!ri_li_ Srakers 9 N: p, 7 _ 19$) eVC d:1'': Abs o .. - ;P:JargrCcnd Iasc.3:latio ^ y V 1 ' c -'s CC for HENA we ; 1988) Crc s-L_nked Te^ostting Polyethylene-Irsula_sd Fire Ind Cable for the Tranzai93ion and Distr_butLon of Elo:Ctrical Energy ?1?`1, uc, 9 ' 1988)=.h'/:er.e-prcc ` .1 C .. ^_ Wire and Cable :o p the Trar.sy_sc+_ or Distri.octicn of Electrical_ Enecc;Y EATIOluAL Fiat ?FO'?ECTIC: AS S3Ot??.CV (V?A) NFPA 70 1199,) Ptltlo^a1 EJ.ec _r: cal Code TJaDEF(4FI?'ER$ LA30FAT0RiES iUT.j 0I b 19?i; C. n: Jul 1991 31': :c Metal COndClt i;L 116E '19SS; Rev Ja_ :996) Class P. =uses iil. 467 (193:: Rev C: taw 1 o C: GrounCiand ;;o-:c_ag Equipment U:.. ;SF?. 11991; Rev Oct 199i) Wire Connecters 3nc1 Se1dar_cg Lugs cr Uco with Copp [IL :J9 r '- _ 39,_, ?e' C hrI_ V3y :?) olded 'Cc:9n -'rCu_ rr?al0_s ar'J l''rcuit-9rpap c C.I:C:Os'ur3 t. Jtir. (199:) Metal ii- Out' UL Dec _J.9 .,cn^dU_d ?(1 dad °n Rigid PVC lorduit U=. 719 A7y 1A. ;:fi5; 9C!: E•.l; •R.�'i t^. C':: Jd L' 'ice rr� ' 'J' D_ •r C=+ L.•" '191) SUVice-L:trce Cabied UL 8E;. C!'ar 23, 1937; 1g- Service Equ:v ?nt ' rn _: .• .J ( p :l, )99�; tad Ed) Crrn: -^aul, Ci- 1 — ntc_ rlt_ca __` ry 1_ _ 1.983; F=v th_u ,• n 199'_! ir'a:rca:Late al 1 J,L ;C -C• 10, i?94; 2ra Eo; Rev thru `tAr 31, 1989)^Hi;h 1n:onei:y O!vchn-9, • 7�T 2 PRODLCTS 2.1 STANDARD PRODUCT Mterial 1p and egcL,m9nt snail be the 3tandar pro;luct Of a q__arly engjged in the nanufactu:e of the product and shall essentially Cupl:cate ite^s that ha•/n been Satl3°actors use for at leant 2 years or the sa:1e classi`lca-j _ shall Abe -3 prior :' Oto blc. Coe,.Ln;, ILG ll5 eRulpment, a3ae:blies al lnclu3inq parts, and CCmponent3. 2.2 NAMEPLATES Eaca mayor COmponent of Chia spec__`ica:ion Shall have zfle mane Ea.^_turorls nato, address, :ype Or 3C'f 1e, mode! Cr serial number, and C'1tt 10nuribe: O. a nareplate Sacure;y at Castled to the Q' ulpn...3nt. tiimaoldte3 3ha11 be made of !lOnCU_rosi.e metal. 2.3 CORP.OSIc:: PSOr:CTIoS; Ferrous metal ha:u•Nar= shall to ho---' ^ •. `With ASi1dn: .� Oaf /a::1 Z9d 1.1 aC COrdan Ce A 153 a.d A:;1`! ., 123. ^c 2.4 CLL- Cables aGal1 be s;nyie c,:,tucto: :y?nless ctr.er:_3a_ndi-ated. 2•..1 Conductor Material. U::cec<;rouilr.; ctbias shall ba of soft draw Cope?= i:crd1CLo- ma`e:ial. 2.5.2 Low-Vo'_tac;e Cab1?c Cables shall ha -;:e_ 600 ,.,, _3 .egl`Lrement3 O. \c?A 70. �snd Sh3'1 CQ.It'JS2 to the - Ca..123 5.^.311 Uzili_e CrUpS-11!i.!pd Lequire:'1.?f:L 10 ECIyW'�.7or ctneeK.1) 1n37'_2tlCn 3J•' :COn-1 CO *ho shall u-11_?e athylere-p'oa}1CI iJ.._ _ - •-PR) Ln91:1dC_U:7 and COn IC tm :0 Chry1 CeCllll tam?nC3 of :•:"ua WC 6 or shall be as _ndicate::2.. c.3 L,LreCt 3ur;e: All direct blrxad cable 3..ni7. br Sir. r:l e_.CJ•^•�UCtor WCble identjtpd :Or such use and co fol'^,Lnc; LU :;:M• WC 7 or V°p'_q 8. 2_.4.4 Concealed V r'CIl : '-o.^.cd.a!C:1 c.,'1:83 'uli tip ,;O U :3ECd1; :' c.. :I.M'C, wL::h ^- r -+. �••ca ;'19 r' Cab105, TYr .1.cuad .J.._uccor cor.tp:nna to :JI 7's) - ?.5 C.1? F iPL:C£5, TB?:QTyAf v _O„S, r21p C'"i z'cCTOpS mow -voltage cable splices and tc_•,.+nario,i shall be rated at not legs tear. 6C0 VJ1_t3. Spice 3 in C3r.dl2tcorr. 10 10 2.4G 3n'1 STalla_ 3hal1 be Made with an -insulated, soLdreiess, Pies urc J2 connector, Type 1, Class 1, Grade , St Y TypIT. Class le G, or y of FS 'r: -S 610 ar.d co:::ornin ttheo r r 496A. Sclice in conductors NC. 81,Gandyae-Jieer cGuln_caedts of U ahb2 nade •.a c.^. nonLnso Ft `l1a_etl, JCidcrles3, PreJsure type Connect?:, Typ.: 2 U. con..:.ln to the n la I UL 48 and UD 4S6B. Spl.apa shall :he, PPli_ab_.. ith an eme"tS O. _L 486.? n be. r-overed with insulator, and Jacket rater.dt equivalent to :i:o conductor lnsuiattoa and Jackat. 5?11 :as udlJl+ C,:.1 ]s r_ in wet lccati Jns 5,a!1 be sea'.e^_ type COnfOcring t0 ANS: C119.L or Shall he ::aCe:rr_ofed b'; a 8ealalt-t_l!ed, Chic/. wa_l, hcat shrinkable, zh9r1rD59:zjr, zbingi or by pouring a tnermo5attinq rein lntu o :mid that sure i �.[ .,,. SUijc Che Jd.nc._ CCRdL__f.CJ, SL'CQ as a 3-M 52r1et5 ?-A splice kit. S0i 10E rnateri2j used c11L11 be labeled a3 a0proved for undergremund splices. 2.5.1 Pla3tic Ta?a ?lasric tape snail be Dr -t_. .^ re s5Sitive, 10 -nil thick, coarir. to FS i!ii-I -595. 2.6 CONDUIT 2.C--.: Hetr:'is Con::::Lt Rigid t'-IL:Vacti:.7 (.: stee] :uncut: shall C. ^.: L;J .it? UL 7 2.^.J c1S1 1.50.1. 2.6.2 PLC Coaeer] Rigid Steel Co}cui.t NE?.;•- FN 1. 2.6.3 Direct 5'_rii UL 005.1 Sche4.u-e 2u t•�:::. 2.6.4 Co::nuit Sea;io; Conooucd CJ^OJUn<a�� .OI S-a}l_ng Ci1f:CUit st:a1lnve. a pLct!-Jli:d C i� wor:able Meth r_ e h 0::5... L- , Cy, h_ .ands ai=encseatures as lbw 35 r--� „ shall necther J1urr at ,a of -`'•5 `' xar.er_ali;/ t•11:d.^, ezpe5.y C........................... tp .• r -"- l a, nor c1`. th_ ai._. Ccs;.ounde eF.al ad.^r.rz to 11Edn !UrYa^-e5 O. _'11:9:' OC Ji23tjc duct; G:2td_liC CC[l ::jr or . co@tings; �:o:jcr✓z2. I1>sdn•.... - s CJn OUIt „ J. lead: an'i c351e 9.'1'_•d .i:,, Cr _ 5U -]lion 6]t 2:1C1;,: .ac;d tl:r. COIrd10:1 T,aca19. S..^.alL fcun a StsWtth JUC d!ssol•i.nq, C)tiCOJbly C^}rqi:• Chdl'3'C t :.^1 stlC: Jr •'O': 1.^.7 a'.,V Of ;.If'. i!IQ f.`d Li•II :`J. i�JT�iOI'I:Q$ shall,, -aye ^J 111Jtriuus a!_2CC ❑?fin the ^a^CS O- :jJCKTc Jf Mate..a_;. 2.7 SERVICE EQCII P,r •yT JL 3G9A. 2..i =tlsMs, '_lass P. CL 198E. ^_.E ??.JELBCARD NEYA Ps 1. 2.9 CI?C:;IT BR'�AKER£ Circuit breakers snap comas •y wlt;; t:Zt#A ,qg 1 Rrd Lt 439 fcr molded-„aae. Cir u_. breakers shat` have voltage, Carren; and interru?-.ir.; =a:A%9s as indic-te. S'n full ^.7dule Sire; t>,o poles shall flat becirp.sta!ledbreakers abe r.a sirigle module. N,UltlpO..e breakers 3.1211 be of the "0:...:on-tr:p type having a single Operati::g handle, but for SiZQQ of 100 amperes or !G7C may co -Is t JC 9C^^yl-Cole brdak'ar3 Per.wzertl fc:ory a�,u tiPo!d '_:it. .`,a..ing an in:erral, r..ccharic3j,no.^.ta:aperabl p-p�o e mon-t_r me2hanisT and exterr.pl Wend!. tin' e o_ _' _. 73r_ai__ tr=urinals 1..31 be capable O. acceccing the fo.lcing 73XLP_C.rt wire ___GS: 10 to 30. a^.P. 3P; ?5 tc 50 �:, 44; d� P k[/00. u0 CO ,b amp, : n: 20 125 a:ra, 2.10 @EC-P::CLES ?_1n1 't "'dard Grope u :c.' Gfcd Fault I'iC c: ru JC233 UL ')J.., ..leas :S C•r 5. 2.11 v?CUtf itlG 6 2;'NDrhG nli . .l Driven Ground ?ds Ground rn�s sha'l'l b= eccp-r-c•lad s•eei condo_. ; t0 CL 557 r:ot i es5 than 5/5 i^.ci: in diacy:ec by :0 isr- ! �..• r s� .n .en y..n. 2 . . GrO di' '. ur •��� .tors v rOlt^ding Cor•du=tor3 9'l;:ll br bar? v 2..C , r.tt t.'nerc :.^3!:J__?d it or.dujtciii .. 11 a$sOC1ar _ has shall be J= ^ t_....»C c7rdu trs insular. a� CIpn CU:CO.3 C .`t_ .7aTG .n,..2r iA1 a;' page COn^uct Oro a aj green CJi:`r-cod.d. B're Coro'uC=ors Shall 5a T�, a ozhdrw] :i b., r�.j_3w .. iJCS-r dr u^.less sa _n__cntd. Aiu^iru:r i_ l._.. ncceptsb_e. J 6 2.12.% Lun_nait≥ Components, Area Lighting 2.12.2.1 Lumina;re3 Attachments, ANSI C136.3. Cla33tt!cation, ANSI 0135.2. Field ident !!c3tion narking, ANSI C136.15. Interc;,nnyeebiLlty, ANSI C136.5 for :^ctal hands and reflectors, and PJ1SI C3;.9 for sockets. Luminaires, sldemounted, ANSI Ct3'5,14, Sockets, ANSI 0136.11. 2.12.2.2 Photo -Control Devices ANSI C136.13. 2.!2.3 Vandal -Resistant Constructior, Pavilio.,, f1Xtlra. flat: be provided with V3,1Qal-r,,N natant construction. Lurninaire3 shall have exooeeC etrewa of :e ta. PART type. PAR 3 .s.AZC,; ION 3.1 GENERAL INSTAL:.AT:ON REQUT_REP=\='5 Condo=t installed abcve ground shall be rigid steel. R•aid steel COndu:ts extenlinng uccergro'_nc sna'j ;. "IOC-3:C=rO.n COrrO_1Jn by hen. ite1C-wrapped with 0.010 -inch t1:ic>: pipe-'':Ipninv plastic tape applied with a 50 -percent overlay, ^_r shai_ have a factory-aopLicd olvvi-I.-I , 10 chi chloride , plastic resin, :)r OOa Llnj sys Cem, 3. .1 Ca ^n r-r'n T:- lns:L 12. lol: tidall com;iy with the requiremen Ls an recomm,=.d atl on s o-` M'r% - .- a?r.icLtiOn of D !nensjOnz The Contractor small beccme familiar wit:: drls of the work, sha11 vsrify ir.?r.9ion3 the ile_C, and Shall a±.'ise the CC'LCacL_ny OfEic•_r of ary discrepancy before pec±oc^ir.g any work. 3.6 FANE:.3i:r4 ?3r.elboa rC' sr a' _ nf: w4a Chirc.rooi, :1oma 3s, •aac Croet. C-rcult r2a.;?r C- with tCl _,Ad_OCi:Cd CUVr. Directory 3hal! be :hyped to 1 .'1dlira to loads served by eat:: _lrzu-!z and O...L d in, - T < a holder 1%ehjnd a clear Pror.ectjv covering. Busses 3^al] :N rn^per or aluminu. Par.ei3oard shatl be so amounted :h: cei;ht of the top e 3e_d C!y t:a,C.<1C w',ll not a teed 6 feet 6 i -"9s fro.T. the 7 3.7 CT2..ulT cA.A('Cfl5 Circuit breake_3 shall be rjolded-case ci _coif breakers The new ci ct:!t br?ak,r5 ad -Jed to the exiatlr.g panels shat: catch those '- e: S3tintj pd:l?15. ['.'!15C1:•.g b-�r� be used. 1k -r9, where ava'13b'=, nla:' 3.5 L'C2i3X .'-. - C PS Dural.?r. : ceptac les 2h?li be rated 20 ampores, ' two-pc'e, t^_cewi:e 2' volts, • vro.:nd_,9 type with pO1ar1_earaile_ slots. Bodies 5!13!1 be of brown phcnollc CO:npau:)c supc rted by mount_ag Strap ha.ing plaster ears. Contact arrarge.'-.enta shall be 5!tc^ that contact is cadon two s_dea of an inser:ea bade. Rec_OLdc'e shay_ be side cr back -wired with :wo sc_e•ws per terminal. T.*.e trzrJ g;,�cadza to metal m urfTln y -e shall be ::onnec:e_ to the oke. 3.8.1 Nyatherp•'c-± Weacierpr3oc rece ptac'es shown shall be COLln C5 1 in a hoM xi Lh ga keced, 'dea rle rp:OOf. 03EC-.metal tover plate over dal.h rece?. c:e o;,anirn. The cap re akeLed C.ip ad de spring-h'cge% flap. steal_7 .,e ,.ro•liCer' t:10`t d 3.8.2 Gres: Ld E•ac_c Ct_cuit late rrp;:te rs RecapzzcLq With ^r'1' :'a')l - r ..:n:: L c_ t L Current r3rCui t6rrCpt9r3 -_. 1Pve d _1:77 O. 20 3.^.'_J3� f•+ 9.:d._ t:^ the UL iC_ass A Cyoe. :0 DTRZ,-=Ui T!l7 =� EJ Cabins Stea_ be b__ec' '!._rect1 : y in the 2d^' as icdl Ca teO. .nimun7 covgr ::o::, of 24 ` - the LGp a cable to fi!`,j 31t�� �•'2d@ shall be =n Cl:_9, wt no less than C:13 CeOth of tn( frost Line. 3.10.? •1'rench_ng Trenches cr •'irect_hI.ral cables shall 1-. recc'ror u 1d t = able cover. cc ceptns t0 pt' n tie II:nc: 4L .) CP53ary Cable of COM3 of reCe9 shall b? 56L]oth any �raa cf stones and z'.arp objects. +i?7a r,a bot LOR3 of Crerc 5 comprise materi.S's Other tear. sa erial of tcG ^cGll).t9 for satisfactory a^_2rid• a 3 -loco la ec 1_11sc inn cocp^_3Cec' tc appro..i LCp d?.^.91 _-cC of sur:'o-_Lai r•y !L::1 SOii• .• 3.10.' 5?ddi:7:i F:.;7ter:dl 3�ddinq f,)c .:1��-_!eFl cables shall bt 99.^. Snr! 31'1 ^51st of any ,.T.at@_lei,; 11.091 f1t1"! by AST!H -1 2.y C)% as SW, 2?, £:� .:1. _a:�:i Si:.-- r' :ro rccks 1/2-°- Or S •Jig••+79ior.. -.,.,:.ej Or 1aCC?r - any tN_d 3.13.5 Cable Yarkorz A nsrking tape ghatl be placed apprex_naLOly 12 inches below finl3hcd grade levols of trenches. 3.10.6 cider Fcventnc Where direct -burial cables cross uneer pave^er.t e::ceedtr.Q 5 feet : width, s':cn cables shall be installed !n ,.. feet on PVC C edgelt 91C Ct•e7. CgldUl Cd shall cx:er.d at least .5 i' .+.• we edge any paving. Concuit c.ha!1 be !ns-J.11ed ect beyond t.. of sub radc prior to adcOct:on of q and piace,.,,en.t of base tours; !or new road construction. Cables ;nay be pulled into conduit !xrt: a Cir. tae: wnera cu z311cr3 are i_ablo provided in the trench. Ditect-bu:ill cable: 3113;1 be centered in conduit entrancco. A suitable waterproof nonhardening nastic coapound shall be used to facilitate such centerin;. Ends of cnr.d]lt sl.was shall be Scaled w3tert:qht. 3.10.E aanaged Cables Existing electr_c,i caj!a3 :ihail be located any protected or availed. Any new or ex1;Li Contrac` ` e, S cables that ore Calndb utd y the o_ halt, be repaired or rep1eced by the Ccntcacto. at the Contractor's aspens?, 3.11 2MV i Ti P: n)fI_Cpi „1 all li CdtlOn3 :Jq:G cables pas9 the 0UO11 •"•cle= !^ ha .Ai members, • a+-TeCal^edge3 lab).n !ct t0 cable cctac. shall he ��r0^- smooth and C :.,Yc` t., dvo , .. llama: ing cable ±rsl:!alien. 3.11.: Conduit Stubs r nd. $:'.9s ptO�ac[_nq through the ..^..eta! bnL^_ 3ha 1! e ;C: tiltnat e;1 'a l:,nul_ted bushings and d :he o7el: :G between -1.2 CCrdViC it'll t(1.? 3e 3:'. $Mail be scaled with an ap0•'�'/ell see,l X17 CC:spot: R.^. Sell1s =hall 3t of sufficient SLrenctn a.^i dtr _�:ctec L0;;1 _ �ubllity to =Oda_,_ -.:9, !l3actS, or Yth^: _`oreion nat.d: 3.11.2 might Ft.'zur° An _nSulated R17n-e shall be used or the wi r1.^.C t•J pass fL'On. the iota f_`t'.reinto the beam *. and the opening letwee the nipple and :he beam shall ho snd with caul:ins o: seli; cotp_•ueo. 3.13 2.^.a E:. 3^x?f shal i be prcv c is the raceway 3V3tefl15 'ACe:eve: recuired for Pulling o_ w:rest rakia:l cnnect!o.^.s and _1our.tir.v of devices ct fi:ct :'C9 Boxes snarl be o: the Cait-metal youe and shall be caske:ed. 30.<C3 Shall i :llr. less Mal 2 it .'o boxes sh. 1 he sErl: 3. c °3 c 'p• 1•Jrce J_.' 1n3�j 3.14 :.IG4:ING 3.14.1 Area LighcL..y FLr.turax '+=aa lighting fix:uces shall be enclased, integrally bar lasted raccangular shared, slue ^o-unted, high lnten3icy di3ohar,a lighting fixtura3 rated for hL(h P:�ssv:re sodium latps and having Ie$ type .I. asd!Ja, '_!q!:t dls:ributLon. Tho fixture 3hai'_ conform cn GL 1372. The fixture housin s`?'_ cna-p:eca extruded alua.jSum with weldedd2Y and and p zi cf crowned Sheet aluminur.. The top shail be. soot weld?dtanCn5aaledJwaert•g.t The :^ous:ng shall ze=l,id1y attached CJ a r -q.. 3r1 Of extruded al•J]Iin Jm. the fix-` ha't'e( 3haped+^IJUIIt'-:.g .Jr9 door shall ..d✓e a flat heat and impact rosisCdnc Lens or 3/15-_nch nominal cnik^ess, tempered. glass, and shall be hinged and heft In place with ^aptive screws of the same iin:^.tt as the door. The lens and door shall encloac the lamp ccmpartncnt. The reflector shall be ;ieliac:a of tt�a Iranufaccurer's Standard corslereia1 prcduct f`^ish suitable for the lamp type and rating. The fixture, includi.r.g the coc.n.ting arm, shall be Bask?ted to allow air alovement but prevent the entry of dun and 1nseCt3. Fixtures shall be er≥-«rrd, :ate^.. 5:'D volts, and shall have i mog1l; base La. glazed pnrce'ain !anpho!der. FixC_rea shall be ecr ipped w -c.`. Neath?rproof slug -in or t'ie:-Lock OJICti3C1as to receive photo -con trJi elements. F28tt:f33 af.d >rJu r.tinq arras sl:al. have a dark duranod!c bronze finish. La:;os shall be of the Sit aPP-":)O7IAte bal` e3 and types _niLcated and crov_ded •pith appcoosi.ate ballasts. 3.14.2 ?.Last The ball.__ . a.a �. an OJ'+:Fr JC.Orin?..n.tS shall :,Q nJl:nt9d on i Single O-aC�:Et ad 9.1511 be rt vabie. The ballast Shall ba o the high power factor, regulating tyoe. Th2 ballast Shal! be cacable cf 9 car-ing and OZ'tr zi;!C tLce 1a_9J at a^.b_ClC LC' r)2:;:res fault•-^ from mines 2G� . i0 !C'5aF g 3. 14.3 ?Ito:o-cor.r-o1 Fixtu:e5 Shall be 1.1,,.2 Vl C'.1d17.i cDntroiied by a Photo-contrCl element mounted on the fixt'Jr=. Each ohcto-contro eienent 51411 h a'v C- an adi tzs:an ? 'i peretl.^.g range of aooro;<i.macel.: 0.5 to 5.0 _v: tJ C.ld leb and. Shall be mo'ited in a rt?1 c3ar,1e, weathe:nrQO, plug -n of twist -lock assanbly. 3.'_5 GROJIID:MG Ne'ltral and yroundi r.q CCnd ;.Ord, ecuinmer.; f^±I m.7S or rdCal-?ncosec e:U2,^. ..9.C, ana other o^.currcrc-carryi.^.g get'_ parts, such as ^e:ai_ic eocldui: shall be gfounded. /0 L'lCt 4 CONCRETE SIDEWALKS 'The minimum width of sidewalk shall be 60 inches. Sidewalks shall conform to ADA guidelines with slopes not to exceed 1:20. Cross slope can not exceed 2%. Form Material: 2 inch dressed lumber, free from defects. 'Expansion Joint Filler: /2 inch thick preformed asphalt -impregnated expansion joint material conforming to AASHTO M 213. 'Full depth expansion joints (4 inches) shall be provided at not greater intervals than 50 feet. One -quarter depth (1 inch) weakened plane joints or saw -cut joints shall be placed in sidewalk at regular intervals not greater than 10 feet apart. 'All sidewalks shall have one-half inch rolled edges. *Concrete: Ready mixed conforming to ASTM C94, Alternate 2. Compressive strength: 3,000 psi at 28 days. Maximum size of Aggregate: 1-1/2 inch. Slump: 2 to 4 inches. 'Sidewalks require the application of a concrete curing compound or the concrete is to be kept moist for seven (7) days. 'Curing Compound: Conform to ASTM C309, Type I. 'Sidewalks to receive medium broom finish. 4" Concrete Wearing Surface Structural Subgrade 4" of compacted subbase aggregate) -1 I,II z I�, u, ______ Slope Adjacent _I - )"R\ t�ll�=jlll�l� = II �IIIIII(I Soil To Edge Of Trail Surface Compacted Subgradc ox 6- t-Wq X Hz9 ►ixrt\ _CONTROL_ JOINT W C.QITLR 4 compacted subbase aggregate NVDIHJIW ONV1IOH DNt 'Id3I Od 'N'M N0110383 8Od ION SONIMYHO A8VNIW1138d • l+.r •+ •s • ti y a+r Vd 9Q2 ►C a.4 �x4 — -- Ae CJ4D 4D .CD'.1',Cil 77v76 8'- as A6 RAVEC ® £IC7'1 SOrCsv 31:1 C Z — o — o g 3- C) a _ J Z • O It w 3 S ao 1 9f ,M ,,o a�;road JN', tl1:L;.d N '• 9eei a£H^ ja 'JN,CW7J tJ123,J va/cn fl .Tj 0 1I - J � tt F- U C 1 CC � ur a NV D I H,'Hyy N0110383 SJNIMy!}Q LG4-iez 'ON'SNq Aa C3HJ3HJ -0-.14„> l 3 65 SZ Z 'G21 AS tMvc 'pap4) ) a4b suo A1SW3SSV 3nvad 3uu Ja S@(II,JbJ O(/ C4 ON 2f NOISS]Lc N^a o,I= 17/i n urn 'd3.L od H'M 003 -ON AUKNI W?Bua MIS 103mbd R1 '63:d0d 'H ' I M 665. o:u0;8,Y,0J ON0N3d S13ivd dJ Cvr � WIn3:rd 11N1 SSnd1 NWnr00 ssnai CW3W N01SN31 �,Lnd nand )NI N'CISS3L'dYf00 DLJJ Pa1u qo Puo t;O!J Iaw 1 vIod 241 no941!. c!uy q 01 Parinbl: ar 9q l aq k Pvo II�r aw0t1 941 ' 5ui j;u o,)ob ro 1Wod 10iddo Aoioo) D coo 5u!PII^C a41 tc2�ur1 euo cwoaq 3ACa 241 0 c'agwaw 1 b 4 I2110rod ° gJtmt Puoarortc c'c u�ynd 241 6u �Ilocu�2ro 'gwn)d aq o1 cuwmo0 urow ar lip. cr ag w2w 5wworl L4 )a uog0a r3 °41 ro °Poz) 5HPtng (10085) 2Po0 5u!pp.B Propu&1S 6uyl!ng 'nun a47 10 Z[ m;do4o J d '6w110q 4;5u3r)c 4514 to UOq]adcu? ;au;q5q radord arncu, 01 JO;, aVl to 14641 ua .1 P041aw 1n a41 to wnL ADw ;I11SYoq g6u-V1 .( ) 0 B "011oc5 v11c1 061106W aic . n t,t.nor t0rrgonrl5 rod vo,looyoa 3Sry 941 to uoi p 4 16 °V7 w 01 taro pus clicq J. !0 w^L °V1 XC gal �1cv. a9q SZP—V Oro sllcn,.,n....._ ... 2 r° .1 NVDIHJIW 'Qwno)4 N0110383 SJNIMVU0 -- ' ___________ CN Ca3 (u;311H�'d� ELL-EBZ AR C32x Il E6/8L6 ', C?J AR kAVrrav ® 1!IO:.V �i3h7o jOOL 37:.EI I aI�I II I' IIi ..I / '3Nt Y31HOd 'H•M 803 ION AUVNIWl13dd Z N J zW II tCOei i3Wa HJr!?>G ' 9 H1n .ti V `1 6 'c ,m v NCOr £33{08d Y' ']vl fl]( H • tCCiO LfCYiJOJ ClCJ WC4 Yd Y4/CM' C l'(LYI 'I •'I 9 On _Lu I zLI J W {R L oQ Q Q ~ N N LL I LL w� X ~ W ti Q . 'I NVDIHDIW 0NYl1OM t 0N1 'u31d0d H'M N01103U3 HOd ION SDNIMYHO AHYNIIN l3tld pia O. 4 .—{- — i• LV— _ •--_- a 'J1I{,/ yd a 1 �311H�v1� C C C Z I-C-f9Z'0N CMC AS CH33N3 Zl:l 3-yos $6 Cl 90 BS AR NMvxo N0llvl"VjSNl vlOdnD Juts "C0,V13r) H11M I /1 �LJ nDdn3 >cx 33R�Nd :tip •bJiod •H M 8661 m i3re Ad33 NICv3d S1U3SVd ao/ow G31HSvd z Q O O C V7 z II z 0 U W U) 6y U z Z C ut U1 C C :J a a N U1 z UI W C U) UV) 0 r o G © UI ul O 5 I Z• O UJ Q v a �Z W W C -C 9/C 9Z — 3 � =V 3 = Yo // _i CU Q N Ns NJ O /I ti z Li \\ - z 3 o U G CJ N C U LL W z s Q Y Lu C H- G W ~ Z QZ G J CO U C C a J II v 0 ry tI U • STAFF REVIEW FORM ikcPe L Pet✓llio- RECEIVED AGENDA REQUEST MFc.GriL orn (eriSfr CONTRACT REVIEW AUG 02 1999 GRANT REVIEW CITY OF FAYETTEVILLE CITY CLERK'S OFFICE For the Fayetteville City Council meeting of tY1h C"R(k� ipTjn ANr�..* Connie Edmonston Parks & Recreation Public Works Name Division Department ACTION REQUIRED: Approval of Change Order with Heckathom Construction Company in the amount $3,500 to extend the stone columns on the Walker Park pavilion. COST TO CITY: gtd%.snn Cost of this Request 2250-9250-5806-00 T1Rn499n S39n_79 Account Number 98nn9_1 Project Number Category/Project Budget Funds Osed To Date sZ lII Remaining Balance _xx_ Budgeted Item Budget Adjustme CONTRACT/GRANT/LEASE REVIEW: C cer rec Walkar Park Pavilinn Category/Project Name Program Name •S7TTi' . ... . F GRANTING AGENC Date [taldf Date 7.3c -y Date ADA Coordinator Date 30-g 7 Date Da Cross Reference 8—Z Date����,jjj New Item: Yes No /9 Prev Ord/Res Y: 61-99 t9 Orig Contract Date: 5-4-99 Date Orig Contract Number: 711 Page 2 STAFF REVIEW FORM Description Walker Park Pavilion Comments: Budget Coordinator Accounting Manager City Attorney Purchasing Officer ADA Coordinator Internal Auditor Meeting Date Reference Comments: FAYETTEVILLE THE CITY OF FAYETTEVILLE. ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Connie Edmonston, Parks & Recreation Superintendent From: Theresa Johnson, Deputy City Clerk Date: August 3, 1999 Re: Heckathom Construction Company, Change Order to Res. 61-99 Attached please find a copy of the staff review form and one original for you to distribute. The other original will be microfilmed and filed with the City Clerk's office. cc: Yolanda Fields, Internal Auditor FAYETTEVILLE THE CITY OE FAYETTEVILLE. ARKANSAS DEPARTMENTAL CORRESPONDENCE TO: Charlie Venable, Public Works Director FROM: Cotdue-Edmonston, Parks & Recreation Superintendent DATE: July 28, 1999 RE: Change Order #1 request for Walker Park Pavilion The Parks and Recreation Division requests the approval of change order #1 in the amount of $3,500 with Heckathorn Construction for additional stone work at the Walker Park pavilion. The original plan was to install five foot of stone work on the pavilion columns. Due to mainly aesthetics reasons, but also safety and stability, we propose to extend the rock work the full height of eight foot two inches at an additional cost of $3,500. The total contingency amount for this project is $3,500. No additional funds are anticipated for the project. Jan Simco, Community Development Coordinator, also approves of the change order since this is a joint project of Community Development and the Parks and Recreation Division. HECKATHORN CONSTRUCTION CO., INC. CHANGE ORDER # 99402-1 1880 Birch Avenue FAYETTEVILLE, AR. 72703 DATE: 07/26/99 ---------------------------------------------------------------- TO: City of Fayetteville i FOR: Walker Park Pavilion Parks Department Fayetteville, Arkansas 1455 Happy Hollow Road Fayetteville, AR 72701 i JOB#:99402 This is our Change Order authorizing the following revisions to the above cited Contract. Included shall be all labor, equipment and materials to complete the following changes: Revise Arkansas Stone Columns from 5' to a full height of 8'2 7/8" Total Cost of Change $ 3,500.00 ------------------------------------------------------------------- WE AGREE hereby to make change(s) specified Amt Add $ 3,500.00 ------------------------------------------------------------------- Date: 7-27-99 ; Previous contract Amt $ 64,618.00 Authorized By: i Revised contract Total $ 68,118.00 A+wV ----------------------------------------- ACCEPTED--The above prices and specifications of this change order are satisfactory and are hereby accepted. All work to be performed under same terms and conditions as specified in original contract unless otherwise stipulated. Date of accep nce 8 - 2 `l i---- Copy To:---- signature �1G1�C !�lyw/ File_ Supt_ ER SS_ Other PLEASE SIGN AND RETURN ONE COPY STAFF REVIEW FORM xx AGENDA REQUEST xx _ CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting May4, 1999 FROM: Connie Edmonston Name Parks & Recreation Division MICROFILMED Works • a\. • 1 _fl ll\LY. Approval of bid award 99-46 for the Walker Park pavilion to Heckathorn Construction in the amount of $64,618, plus a project contingency of $3,500 for a total of $68,118. 1.U51"1u c.i 1r : $RR 11R Cost of this Request 2180-4990-5390-29 27cn-Q?cn-Sang-nn Account Number 98009 Project Number Category/Project Budget $300 Funds Used To Date $79,700 Remaining Balance _xx_ Budgeted Itemf (�Bvdget Adjustmen Il r I I Walker Park Pavilinn Category/Project Name Program Name Community Development Parks Development Fund to Budget Coordinator - Administiative Services Director CONTRACT/GRANT/LEASE REVIEW: GRANTING AGENCY: v 1f -la -9`1 Acco 'n M age Date A Coordin Date y ? Ciky Attorne Date I ternal Auditor Date Purchasing Officer Date Approval of bid award 99-46. Date Cross Reference aa�Dattee�^WnI� New Item: Yes No ,,tte Prev Ord/Res Date Orig Contract Date: 'I I1" III: s. --.---__. ., - R X'� -- . Pavilio%Site it-• I >5+"-'j-' 5 + ; '. {' , x-' r� t-'� j F WALKER PARK s u Cu:. •0 )J J SC. a N WE S 2 F Cafe/ lie AGREEMENT FOR PAVILION & SITE IMPROVEMENTS This AGREEMENT executed this 19th day of April 1999, between the City of Fayetteville, Arkansas, hereinafter called the "City" and Heckathorn Construction Inc., hereinafter called the "Contractor", and having an address at 1880 Birch Avenue, Fayetteville, AR 72703. IN CONSIDERATION OF THE FOLLOWING COVENANTS contained herein the parties agree as follows: 1. The Contractor shall at the written request of the City provide material, labor and equipment for the work as outlined in the specifications. 2. City shall pay Contractor for services rendered as set out in Contractor's Bid. Charges will be invoiced to City at the end of each Contractor's monthly accounting periods based upon the fee outlined in Contractor's Bid. All invoices are due upon receipt and shall be paid by the City unless disputed within thirty (30) days of their receipt. The maximum amount billed under this agreement shall not exceed $64,618.00. 3. The contract documents which comprise the contract between City and the Contractor consist of this contract and the following documents: a. Bid form identified as Invitation to Bid 99-46 with the specifications, conditions, and requirements typed thereon; b. The Contractor's proposal and all supporting documents and correspondence submitted by the Contractor in response to Bid 99-46. 4. These contract documents constitute the entire agreement between the City and the Contractor and may be modified only by a duly executed written instrument signed by the City and the Contractor. 5. Contractor shall not assign his duties under the terms of this contract. 6. Contractor agrees to hold the City harmless and indemnify the City against any and all claims for property damage, personal injury or death, arising from Contractor's performance of this contract. 7. The Contractor shall furnish a 100% performance and payment bond guaranteeing the full completion of the project and a certificate of insurance addressed to the City, showing that he carries the following insurance which shall be maintained throughout the term of the contract. Workers Compensation Comprehensive General and Automobile Insurance Bodily Injury Liability Property Damage Liability Statutory Amount $ 300,000 for each person injured. $ 500,000 for each accident. $ 250,000 for each accident. $ 500,000 aggregate The premiums for all insurance and the bond required herein shall be paid by the Contractor. 8. Contractor agrees to begin work within ten (10) days after issuance by the City of a "work order" or "Notice to Proceed" and to complete the project within 90 days. 9. All work called for herein shall be coordinated directly with the Project Manager. 10. City shall have the right to terminate this Agreement for City's convenience upon written notice to Contractor, and Contractor shall terminate performance of services on a schedule acceptable to City. In the event of termination for City's convenience City shall pay Contractor for all services performed to date of termination. 11. Nothing in this agreement shall be construed to give any rights or benefits to anyone other than Contractor and City. IN WITNESS WHEREOF, City and Contractor have executed this agreement, the effective date of which shall be CITY OF FAYETTEVILLE By: Fred Hanna, Mayor ATTEST: By: Heather Woodruff, City Clerk Heckathorn Construction Company, Inc. ntra for C p y Name By: L. ecl a orn Title: President ATTEST: By: t 1 / . ° 4t27( LT.� Janet S. Heckathorn, Secretary Bid -Schedule Bid items will include all applicable taxes. 1. Removal and demolition of existing shelter and concrete base. 2. Six (6) custom columns of Arkansas Native Stone. Must be .5-.75 inch joint, type S mortar (2'x2'x5'H) Costs will include stone, mortar and labor. area. 3. One (1) Ironwood series G/W 36 S Gazebo Shelter with vented cupola in Evergreen and light Stone- Porter/Poligon park Architecture or equal. 4. Site preparation, provide and install concrete base and footings for shelter, concrete sidewalk around shelter and connecting concrete sidewalk to existing sidewalk (to be approximately 35 ' long) as described in specifications. 5. Provide and install 3 electrical outlets and light fixture with timer in shelter. 6. Installation of shelter listed above by licensed contractor including finish paint on frame and any touch up paint. 7. Freight costs F.O.B. Fayetteville, AR 72701 Total Bid including all deductive alternates listed and any applicable tax: S_________________ lc l a o 6 Y � () Please show deductive costs for each item: 1. 5' cowl 5 2. 3. 333 °I %c 4.—1t2ca om 5. Co Om 6. -1� too2 ors 7. I�b35 i� The Bidder understands the Owner reserves the right to reject any or all bids and to waive any formalities in the bidding. Bidder agrees that this bid shall be good and may not be withdrawn for a period of (60) sixty calendar days after the scheduled closing time for receiving bids. Company Name Name (Type or Print) Title: Address: Telephone: BID MUST BI CONSIDEREI SIGNATURE: HECKATHORN CONSTRUCTION COMPANY, INC. Don L. Heckathorn President 1880 Birch Avenue Fayetteville, AR 72703 501/442-5386 Fax: 501/442-7385 Acknowledgment of Addendums: Al.>,,.l� Arkansas License No. 0023780499 (*)Per Terms and Conditions, Item 10: Anticipated number of days from the date of receipt of an order for delivery of equipment and installation CID calendar days !y :.f.._ I i• . c:t• -- I • - - 1880 BIRCH AVE. FAYETTEVILLE, AR 72703 Date SAMPLE To: Project: Dear PHONE (501) 442-5386 FAX (501) 442-7385 We are requesting that this letter be accepted as our Notification of Guarantee and Warranty on the above cited project. The date of origination of our Warranties shall be set for One Year from the date of substantial completion, since on this date the project was substantially complete and accepted for use by the Owner. This Contractor absolutely guarantees and warranties his and his Subcontractor's work and material for a period of One Year from date of substantial completion. This includes the Electrical Subcontractor and the materials and work of the Suppliers of the Contractor and his Subcontractors. The warranty shall be for a longer period on certain items so designated in the specifica- tions. This warranty acknowledges the Standard 5 Year Warranty on the Gazebo. This letter is respectfully submitted for your approval. If any problems should arise, please contact us. Thank you for the opportunity to work with your organization on this project. Sincerely, HECKATHORN CONSTRUCTION COMPANY, INC. Don L. Heckathorn President DLH:ss 02875/POH BuyLine 4455 GENERAL SPECIFICATIONS A. GENF.R.4L SI'ECIFIC:ATIO\'S Standard!I'OLIGOV structures manufactured by W. H. Porter. Inc. o(Holland. ,Michigan shall be designed in accordance with the current Uni- form BuililingCosdecommonlyucinga Live Load of 30 ps1'. p minimum Wind Load bawd on a 90 mph wind speed. and A Seismic Load (canh- quake) based on Zone 4. Consul, POLIGON if heavier Inads are required All POLIGON struc- tutes shag have a clear span. without center columns or ripen knee bracing. the structures shall bra pre-cut and pie -fabricated p.ickagc that includes: anictural bole-rogethcr fume, mofdetk system, ra3ttncrs.:rim, and insrallarion instruc- tions. Each structure cha!I beshipped ipped in a knocked down manner rn minimize shipping charges. All buildings'are made cat the U.S.A. B. FRAME I. DESIGN C :RI I EItIA I'OL1 CUD4 si ruct tires shall be decignrd i cpAce fumes using three dimensional oructural analy- ses to determine member loads and forces. All steel menlben shall be designed in strict accor- dance with the requirements and specifications of the Amepcan Institu:e of Steel Construction (AISC) or the American Iron and Stccl Instimie (AISI) foicold formed memben as applicable. 2. WELDING All shop welding shall Inc performed by certified welders. All welding shall be performed in suic4 accordance with the American Welding Socicry (AWS) Structural Welding Code - Steel. AWS DI.1. Na field welding shall be required. 3. STRUCTURE ANCHORAGE Most POLIGON structures shall he surface mounted?over a single internal anchor bolt per column, %1ith access to the anchor halt provided through thole :n the column covered by a plate installed with tamper remnant screws. POLI- GON structures will, buried columns are the SunShdtgr. ForestTablc. DugOut. DoubleTree. two colorists Square 12. POLIGON'. and ocher shchcn m,necessary•. Some large snuetu rrs. struc- tures widj cxccssive wind loads, and structures with a tall column height may require multiple external anchor bolts 6" below finished grade. 1. TUR6 .iEC:T1oNS AND CONCEALED fv\S'I'E:NIiICS All structural framing shall he steel tubes or suuaucal steel scctmns. with Lult con nett ions concealed within tht tubing srhuever possible. 5. FINISHES .Standard steel free:::es shall be prime pam:ed with 3 run! inhibitive run l flcd alkyd primer. I\vu mars of finish paint )lull lsc field applied with material and IAur by oilers. GAlcanired frames and powder coated francs are available at an added cost. Consult POLIGON for galvanizing and powder coating cpecitica:ions- C. ROOF I. SANDWICH PANFI, ROOTSYSTEM The Sandwich Panel Roof System ahxll be pre fabricated. pre-cut sandwich panels with an a - posed interior surface (ceiling of 518" rough sawn fu plywood grooved 4' on center (TI. II) of wwnd grade with no synthctico tr plastic matcrisl, l he tore shrill Ise i S/N' thick esµ i ded p.dy'i - renc. and the rood deck chill be 7116' nricnicd surnndboard. Sandwich panels shall be structural using a factor applied. code listed adhesive. Sandwich panels shall be attached to the steel frame with self rapping screws according co the manufacturer's schedule. All panels shall be 48" wide with pre-cut lengths and antics. Fascia shall be western red cedar or equivalent. 2. METAL PANEL ROOF SYSTEM Pre-cut 24 gauge multi -ribbed galvanized steel toofpanc s with ribs 12" on center shall he factory painted to a selec,ed color with a Kynar 500 finish. The undcnidc (ceiling) shall be white. Panels shall be attached to the steel frame with self -upping screws per manufacturers plans and schedule. Color matching roof trim in galvanized steel shall be supplied. 3. TONGUE & CROOVE ROOF SYSTEM Random length Southern Ycllow Pine (or equiva- lent) 2 x 6 tongue And groove planking shall he supplied. Planking shall be 6cld cut and attached with KIT -rapping screws per manufacturer's plans and schedule. Fascia shall be cut front 2 x 6 plank. D. ROOF PEAK OPTIONS The standard mcf shall come to an apex. GOX, GOC& P.AV CLhavecupnlasosstandard. Other structures may add cupolas as options. E. POUNDA'I ION Foundation shall be conuuucinl in Iota! UNIC and good cu nu Inc elms pracricci for the 'pctifc site conditions Anchor Ixdrc and Incatlnn his same shall he sappl:cd by W. H. Purser. Inc Fnu nda Linn engineering will bt by ethers (not W. H. I'r.r,cr. Inc.). F. BUILDING E,ltEC IION Erection of the s: rucrtue shall he dunC Will A enmperen: tupcnisor in ilic uinsvucsian wades and aceurding to the inuallaiion irunuctiuh,t of the mantilscmrer and good um.tructinis prac- tires. Some adlusunc nL Ciitti iii. living and shimming will be requi rid by the contract or liu proper erCCtioo. C. Ll\111ED WARRANTY \W. H. Pont r. Inc l 'min its warranty to the uipply of nutcrials this will lit. lw nrnctttr.illy a,uud, and tan be auruthlcd with, normal caper - rise and tools required and found in the eanstrue- tion trades. W. H. Porter. Inc. limits this limited warranty to conforming and structural parts fur a period of five (5) years with the following provisions: it is expressly undcrcnood that W. H. Porter's liability be limited to repair or replace- ment of defective material that is supplied, and shall not be liable for deterioration of any ,(the building cmnponenrs due to finish coatings. weatherproofing. or lackof )acne. Ii is the owner's and contractors responsibility. jointly and sever- ally. to apply initially and periodically maintain the weatherproofingand vermin resistance. W.H. Porter, Inc. shall nor be held liable for meeting building codes, or lot updating designs or speci- fications to meet building codes or insurance standards. W. H. ('oster. Inc. shall not be rc- spnnsible fur delays due to mining andlor non - con Forming pare. Pans short-Chippcd and non- conforming parts shall lie replaced or reworked by VC'. H. Putter. Inc. at Putter's own option. Any rework of nun-eonrnrminp parts by the contractor must he authuriacd in writing by W. H. Por:er. Inc. prior to rework. W. H. Poricr,lnc. shall not be liable for any act Al cod. lire. vandAliset, or settlement. In tin event shall VP. H. Poner.Inc be li.ihicFor incidental orconsequcn t sal d:un.iPca. The 24 gauge metal pand roof syxens is available in the following culon: indicates colors available for powder coat frame finish. Consult factory for additional powder coat colon.) DE P RED RO BRIGHT WHITE EVERGREEN' 29 POMPANO GREEN TUDOR BROWN SURREY BEIGE - LIGHT STONE ASH GRAY' DELFT BLUE' PATIN ARCHITECTURAL RED TOTAL P.02 FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE TO: Mayor Hanna and City Council THRU: Charles Venable, Public Works Director FROM: Cbimie Edmonston, Parks and Recreation Superintendent DATE: April 13,1999 SUBJECT: APPROVAL OF BID# 99-46 WALKER PARK PAVILION The Parks and Recreation Division requests approval of bid #99-46 to Heckathorn Construction in the amount of $64,618, with a 5 percent project contingency of $3,500, for a total cost of $68,118 to construct a pavilion at Walker Park. Three bids were received with Heckathorn submitting the lowest. This is a joint project of the Parks and Recreation Division and Community Development Block Grant program. This project will include demolition of the old pavilion on the southeast side of Walker Park and replacement of a new 36 foot pavilion on the old site. (See attached site map.) The hexagon shaped pavilion contains 1,039 square feet which will accommodate large groups up to 200 people. It will be aesthetically designed with five feet rock columns, shingle roofing and a cupola on top. Walker Park is a very popular site for family, neighborhood, team gatherings, and picnicking. This facility will greatly enhance the appearance of one of Fayetteville's oldest parks, Walker Park. I will be available to answer questions at 444-3473. Attachments: Site map Bid tabulation Pavilion picture Contract