HomeMy WebLinkAbout98-99 RESOLUTIONRESOLUTION NO 98-99
A RESOLUTION AWARDING BID NO. 99-66 IN THE AMOUNT
OF $264,364.50, TO GRAY CONSTRUCTION, INC.;
APPROVING A PROJECT CONTINGENCY IN THE AMOUNT
OF $26,436 AND $1,000 FOR MATERIALS TESTING; AND
APPROVAL OF A BUDGET ADJUSTMENT IN THE AMOUNT
OF $95,496.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1 That the City Council hereby awards Bid No. 99-66 in the amount of
$264,364.50, to Gray Construction, Inc.; approving a project contingency in the amount of $26,436
and $1,000 for materials testing; and authorizes the Mayor and City Clerk to execute a contract for
said amount. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof.
Section 7 The City Council hereby approves a budget adjustment in the amount of
$95,496 increasing Building Costs, Acct. No. 5550 3960 5804 00, Project No. 980561 by decreasing
Use of Fund Balance, Acct. No. 5550 0955 4999 99. A copy of the budget adjustment is attached
hereto marked Exhibit "B" and made a part hereof.
PASSED AND APPROVED this 20th day of July , 1999.
, Heather Woodruff, City Cl
APPROVED:
By.
Fred anna, Mayor
City of Fayetteville, Arkansas ,
Budget Adjustment Fbrm
EXHIBIT B
Budget Year
1999
Department: General Government
Division: Airport
Program: Airport Capital
Date Requested
July 20,1999
Adjustment #
Project or Item Requested:
$95,496 is requested in the T -Hangar Unit
Capital Project.
Project or Item Deleted:
None. $95,496 from the Use of Fund
Balance Account.
Justification of this Increase:
The additional funding is required to fund
the construction of an Eight -Bay T -Hangar
Unit.
Sufficient funding remains in
Fund to comply with City Policy.
Increase Expense (Decrease Revenue)
Account Name Amount Account Number Project Number
Building Costs
95,496 5550 3960 5804 00 98056 1
Decrease Expense (Increase Revenue)
Account Name Amount Account Number Project Number
Use of Fund Balance
95,496 5550 0955 4999 99
Approval Signatures
Reques)ed By Date
Budget Magfiger
tCn 7-2r
Dae
Department Director Date
Adminiry
iicces Director
v . /�Yf1t/✓Mayor
Date
7/IM1
Date
Budget Office Use Only
Type: A B C
Date of Approval
Posted to General Ledger
Posted to Project Accounting
Entered in Category Log
Blue Copy: Budget & Research / Yellow Copy: Requester
E
C:\DATA\FORNSBA-ADABADJF3N. WX4
Employers Mutual Casualty Company
HOME OFFICE • DES 14011ES
Bond No S247211
STANDARD CONTRACT BOND
KNOW ALL MEN BY THESE PRESENTS: That We
.101
Gray Construction, Inc.
(hereinafter called "Principal"), es Principal. and the EMPLOYERS MUTUAL CASUALTY COMPANY, a corpo-
ration organized and existing under the laws of the State of lows with its principal office in the CITY OF DES
MOINES. IOWA, end authorized to transect business in the State of Arkansas
es Surety are held and firmly bound unto
City of Fayetteville, Arkansas
(hereinafter called "Obligee"), in the penal sum of Two Hundred Sixty -Four Thousand
Three Hundred Sixty -Four Dollars and 50/100**********************
DOLLARS ($ 264,364.50 ) good and lawful money of the United States of America. for the payment
of which, well end truly to be made we bind ourselves, our heirs, administrators. executors, successors and assigns.
jointly and severally firmly by these presents.
SEALED, with our seals and dated this
day of - A D 19
WHEREAS. the above bounden Principal has entered into a certain written contract with the above named
Obligee, dated the
day of 19
Fayetteville Municipal Airport (Drake Field)
8 -Bay T -Hangar
which contract is hereby referred to and made a part hereof as fully and to the same extent as if cooed at length
herein for the purpose of explaining but not of varying or enlarging the obligation.
NOW, THEREFORE. THE CONDITION OF THE ABOVE OBLIGATION IS SUCH. That if the above
bounden Principal shall well and truly keep, do and perform, each and every. all and singuiar, the matters and
things in said contract set forth and specified to be by the said Principal kept. done and performed at the
time and in the manner in said contract specified. and shall pay over, make good and reimburse to the above
named Obligee. all loss and damage which said Obligee may sustain by reason of failure cr default on the parr
of said Principal, then this obligation shall be void: otherwise, to be and remain in full force and effect.
PROVIDED, HOWEVER. this bond is executed by the Surety, upon the express condition that no right of
action shall accrue upon or by reason hereof, to or for the use or benefit of any one other than the Obligee
named herein; end the obligation of the Surety is and shall be construed str'ctly as one of suretyship only.
WITNESS:
ATTE
Of Individual or Firm)
(If Coroor.tionl
Gray Construction, Inc.
BY•
Prindpft • (S«I)
EMPLOYERAt CASUALTY COMPANY
so / (S..I)
BY•
Attorney -in -Fe
William H. Griffen
•
•
THE FACE OF THIS DOCUMENT HAS A COLORED BACKGROUND ON WHITE PAPER • BACK OF THIS DOCUMENT HAS ASIMULATED WATERMARK - HOLD AT AN ANGLE TO VIEW
EMC Insurance Companies
P.O. Box 712 • Des Moines, Iowa 50303
CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY-IN-FACT
KNOW ALL MEN BY THESE PRESENTS, that
1. Employers Mutual Casualty Company, an Iowa Corporation 5. Dakota Fire Insurance Company, a North Dakota Corporation
2. EMCASCO Insurance Company, an Iowa Corporation 6. EMC Property & Casualty Company, an Iowa Corporation
3. Union Insurance Company of Providence, an Iowa Corporation 7. The Hamilton Mutual Insurance Company, an Ohio Corporation
4. Illinois EMCASCO Insurance Company, an Illinois Corporation
hereinafter referred to severally as "Company" and collectively as "Companies", each does by these presents, make, constitute and appoint
KNIGHT CASHION, BENSON A. CASHION, MATTHEW KNIGHT CASHION, JR., JUDY SCHOGGEN, WILLIAM R. PLEGGE, WILLIAM H.
GRIFFIN, CYNTHIA L. WADLEY, INDIVIDUALLY, LITTLE ROCK, ARKANSAS..
No. 384552
its true and lawful attomey-in-fact, with full power and authority conferred to sign, seal, and execute its lawful bonds, undertakings, and other obligatory instruments of a
similar nature as follows:
IN AN AMOUNT NOT EXCEEDING TEN MILLION DOLLARS ($10,000,000.00)
and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all of
the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed.
The authority hereby granted shall expire
April 1, 2002 unless sooner revoked.
AUTHORITY FOR POWER OF ATTORNEY
This Power-of-Attomey is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at a
regularly scheduled meeting of each company duly called and held in 1999:
RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power
and authority to (1) appoint attomeys-in-fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and
undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (2) to remove any such attomey-in-fact at any time and revoke
the power and authority given to him or her. Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power-of-attorney issued to them,
to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and
other writings obligatory in the nature thereof, and any such instrument executed by any such attomey-in-fact shall be fully and in all respects binding upon the Company.
Certification as to the validity of any power-of-attomey authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects
binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power-of-attomey of the Company, shall be valid and binding upon the Company with the same force and affect as though manually affixed.
IN WITNESS WHEREOF, the Companies have caused these presents to be signed for each by their officers as shown, and the Corporate seals to be hereto affixed this
2Rth day of April 1999 .
Seals
",oscp,INSUg4
`W ; tat'
POP4:- o:
o€ SEAL =a
•
INUS.
pNsURA
pP Yqq Co, 0
• f
SEAL
, Yo,,,,,,,,' • S
IewN
Companies,
on behalf of
are true and
In Testi
,,, DE'C'O,.
2 1863 c' 6
:_.
•AZO s, An 1••••'‘''•
':''•,4
n u.,
`'pSU,,
gPE NLP':
¢:°4t".'2,;
SEAL _.
-....40%. t ‘-
•.,,
—. ;LT. orrn`
RUTA KRUMINS
MY COMMISSION EXPIRES
September 30, 2000
i
Bruce G. Kelley, Chairman
of Companies 2, 3, 4, 5 846; President
of Company 1; Vice Chairman and
CEO of Company 7
Donald L. Coughen iwer
Assistant Secretary
On this 28th day of April AD 1999 before me a
Notary Public in and for the State of Iowa, personally appeared Bruce G. Kelley and Donald
L. Coughennower, who, being by me duly swom, did say that they are, and are known to me
to be the Chairman President, Vice Chairman and CEO, and/or Assistant Secretary,
respectively, of each of The Companies above; that the seals affixed to this instrument are
the seals of said corporations; that said instrument was signed and sealed on behalf of each
of the Companies by authority of their respective Boards of Directors; and that the said
Bruce G. Kelley and Donald L. Coughennower, as such officers, acknowledge the execution
of said instrument to be the voluntary act and deed of each of the Companies.
My Commission Expires Sep(emper 30, 2000. ,
CERTIFICATE
I, David L. Hixenbaugh, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the
and this Power of Attomey issued pursuant thereto on Apnl 28, 1999
Notary Public in and for the State of Iowa
Knirht Cashion, Benson A. Cashion, Matthew Knight Cashion, Jr., Judy Schoggen, William R. Plegge, William H. Griffin,
char II force and effect.
�@
e if i 1°� bscribed my name and affixed the facsimile seal of each Company this of
Vice -President
Form 7832 15 991
"For verification of the authenticity of the Power of Attorney you may call (515) 280-2689.”
Employers Mutual Casualty Company
NOM[ OPRICS • Ott MOINES
PAYMENT BOND
Bond No 5'`41211
KNOW ALL MEN BY THESE PRESENTS: That We Gray Construction. Inc.
(hereinafter called "Principal"), es Principal, and the EMPLOYERS MUTUAL CASUALTY COMPANY, a corpo-
ration organized and existing under the laws of the State of Iowa and authorized to transact business in the
State of Arkansas (hereinafter called "Surety"), es Surety, an held and firmly
bound unto the City of Fayetteville. Arkansas
(hereinafter called "Obligee"), in the penal sum of Two Hundred Sixty—Four Thousand Three
Hundred Sixty—Four & 50DOLURS, ($ 264, 364.50 ), good and lawful money of the United
States of America. for the payment of which, well and truly to be mode, we bind ourselves. our heirs, adminis-
trators, executors. successors and assigns. jointly and severally, firmly by these presents.
SEALED with our seals and dated this
day of A.D 19
WHEREAS The above bounden Principal has entered into a certain written contract with tho above named
Obligee, dated the - - day of 19
Fayetteville Municipal Airport (Drake Field)
8—Bay T—Hangar
Which contract a hereby referred to and made a pert hereof as fully end to the same extent es if copied et
length herein.
NOW, THEREFORE, IF the Principal shall promptly meke payment to all persons supplying labor and material
in the prosecution of the work provided for in said contract then this obligation to be void: otherwise to remain
in full force and virtue.
Signed end Sealed this
WITNESS:
day of 19
Gray�nstr�tion, Inc.
(If Individual or Finn)
c
[Soil]
ATTEST: (Soil]
/ i•
(If Corporation)
EMPLOYERS MUTUAL CASUALTY COMPANY
alb
Suety
William H. Griffin
Atfomay+o-:act
THE FACE OF THIS DOCUMENT HAS A COLORED BACKGROUND ON WHITE PAPER • BACK OF THIS DOCUMENT HAS A SIMULATED WATERMARK - HOLD AT AN ANGLE TO VIEW.
•
EMC Insurance Companies
P.O. Box 712 • Des Moines, Iowa 50303
CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY-IN-FACT
KNOW ALL MEN BY THESE PRESENTS, that
1. Employers Mutual Casualty Company, an Iowa Corporation 5. Dakota Fre Insurance Company, a North Dakota Corporation
2. EMCASCO Insurance Company, an Iowa Corporation 6. EMC Property & Casualty Company, an Iowa Corporation
3. Union Insurance Company of Providence, an Iowa Corporation 7. The Hamilton Mutual Insurance Company, an Ohio Corporation
4. Illinois EMCASCO Insurance Company, an Illinois Corporation
hereinafter referred to severally as "Company" and collectively as "Companies", each does, by these presents, make, constitute and appoint:
KNIGHT CASHION, BENSON A. CASHION, MATTHEW KNIGHT CASHION, JR., JUDY SCHOGGEN, WILLIAM R. PLEGGE, WILLIAM H.
GRIFFIN, CYNTHIA L. WADLEY, INDIVIDUALLY, LITTLE ROCK, ARKANSAS
No. 384551
its true and lawful attomey-in-fact, with full power and authority conferred to sign, seal, and execute its lawful bonds, undertakings, and other obligatory instruments of a
similar nature as follows:
IN AN AMOUNT NOT EXCEEDING TEN MILLION DOLLARS ($10,000,000.00)
and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all of
the acts of said attomey pursuant to the authority hereby given are hereby ratified and confirmed.
The authority hereby granted shall expire
April 1, 2002 unless sooner revoked.
AUTHORITY FOR POWER OF ATTORNEY
This Power-of-Attomey is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at a
regularly scheduled meeting of each company duly called and held in 1999:
RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power
and authority to (1) appoint attomeys-in-fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and
undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (2) to remove any such attomey-in-fact at any time and revoke
the power and authority given to him or her. Attomeys-in-fact shall have power and authority, subject to the terms and limitations of the power-of-attomey issued to them,
to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and
other writings obligatory in the nature thereof, and any such instrument executed by any such attomey-in-fact shall be fully and in all respects binding upon the Company.
Certification as to the validity of any power-of-attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects
binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power-of-attomey of the Company, shall be valid and binding upon the Company with the same force and affect as though manually affixed.
IN WITNESS WHEREOF, the Companies have caused these presents to be sigged for each by their officers as shown, and the Corporate seals to be hereto affixed this
28th day of April 1999 .
Seals
``,p,INSUgq'
s,, ti•,,
nt
SEAL F's
�pPN;E CO 0 ".,�
ciPP OR
- 1863T_
SEAL
s
/awP
▪ 'F.P; 11 B,�4 •
0 c• pPPOgI/ ,G t
a. ▪ 1953
a
/0 YO 02
` S
o ::. _pi 0 g1j:16 :
% SEAL `:
T-ty o
'• M• OINES \0•.`
RUTA KRUMINS
MY COMMISSION EXPIRES
September 30, 2000
Bruce G. Kelley, Chairman
of Companies 2, 3, 4, 5 & 6; President
of Company 1; Vice Chairman and
CEO of Company 7
Jo
Donald L. Coughennwer
Assistant Secretary
On this 28th day of April AD 1999 before me a
Notary Public in and for the State of Iowa, personally appeared Bruce G. Kelley and Donald
L. Coughennower, who, being by me duly sworn, did say that they are, and are known to me
to be the Chairman, President, Vice Chairman and CEO, and/or Assistant Secretary,
respectively, of each of The Companies above; that the seals affixed to this instrument are
the seals of said corporations; that said instrument was signed and sealed on behalf of each
of the Companies by authority of their respective Boards of Directors; and that the said
Bruce G. Kelley and Donald L. Coughennower, as such officers, acknowledge the execution
of said instrument to be the voluntary act and deed of each of the Companies.
My Commission Expires Sepjemper 30, 2000. ,
CERTIFICATE
1, David L. Hixenbaugh, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the
Companies, and this Power of Attomey issued pursuant thereto on Apnl 28, 1999
Notary Public in and for the State of Iowa
on behalf of Kni h Cashion, Benson A. Cashion, Matthew Knight Cashion, Jr, Judy Schoggen, William R. Plegge, William H. Griffin,
are true and cpRa p prr t4 j(pll force and effect.
In Testimon ereo 1 hive ysuubscribed my name and affixed the facsimile seal of each Company this of
Vice -President
Form 783215 991
"For verification of the authenticity of the Power of Attorney you may call (515) 280-2689.”
XX AGENDA REQUEST
XX CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City Council meeting of
STAFF REVIEW FORM
July 20. 1999
FROM:
Dale Frederick
Name
Airport General Govt.
Division Department
ACTION REQUIRED: Airport staff requests approval of the contract for the construction of an Eight -Bay T -Hangar with Gray
Construction, Inc. for a bid amount of $264,364.50. A project contingency of 10% ($26,436.00) to cover unforeseen project expenditures
and $1,000.00 for materials testing is requested. A budget adjustment is requested to cover the project contingency and the increased
cost over the original project estimate. Garver Engineers, the engineers for this project, have recommended the award of this project to
Gray Construction, Inc.
COST TO CITY:
$ 291.801.00
Cost of this Request
5550-3960-5804.00
Account Number
98056
Project Number
$ 223 000 00
Category/Project Budget
$ 26,695.00
Funds used to date
$ 196,305.00
Remaining Balance
Eight -Bay T -Hangar
Category/Project Name
Fixed Assets
Program Name
Airport
Fund
B71GRE/
Budget Coord
or
X Budgeted Item
Administrative Services Director
X Budget Adjustment Attached
C
1
NTRACT/G
/LEASE REVIEW:
Accoanting
City Att
mey
PR
Purchasing Officer
teitz
Date
7-1-99
Date
GRANTING AGENCY:
Dili f,
n al Auditor Date
rdinai�
STAFF RECOMMENDATION:
Airport staff recommends approval.
Division Head
ct
•
d • istr. ti Services Director
..i�
Ma
0
Date
Cross Reference
New Item:
Prev. Ord/Rest
Orig Cont. Date:
No
•
•
•
STAFF REVIEW FORM Page 2
Description: Meeting Date: July 20. 1999
Approval of a contract with Gray Construction, Inc. for the Construction of an 8 -Bay T -Hangar
Comments:
Budget Coordinator Reference Comments:
Accounting Manager Reference Comments:
City Attorney Reference Comments:
Purchasing Officer Reference Comments:
ADA Coordinator Reference Comments:
Internal Auditor Reference Comments:
FAYETTEVILLE
AIRPORT DEPARTMENT
THE CITY OF FAYETTEVILLE, ARKANSAS
TO: Fayetteville City Council
THRU• Fred Hanna, Mayor
FROM: Dale Frederick, Airport Manage
DATE: July 6, 1999
SUBJECT: CONTRACT APPROVAL WITH GRAY CONSTRUCTION, INC. FOR AN
8 -BAY T -HANGAR CONSTRUCTION
Airport staff requests approval of the contract for the construction of an Eight -Bay T -Hangar
with Gray Construction, Inc. for a bid amount of $264,365.00. A project contingency of 10%
($26,436.00) to cover unforeseen project expenditures and $1 000.00 for materials testing is
requested. A Budget Adjustment is requested to cover the project contingency and the increased
cost over the original project estimate.
This project will be funded with Airport funds but will generate revenue for the airport. The
demand from general aviation for this project is apparent by the waiting list for hangar space kept
by Airport Administration.
Garver Engineers, the engineers for this project, have recommended the award of this project to
Gray Construction, Inc. who was the second lowest bidder The lowest bidder, Phase I Turnkey,
Inc., did not sign or complete their proposal and was not recommended by the engineers. The
Airport Board at their July 1, 1999, meeting did recommend that the award go to the second
lowest bidder, if the lowest bidder did not qualify.
DF/bjm
Attachments: Contract Review Form
Letter of Recommendation
Specifications and Contract Documents
Bid Tabulation
Budget Adjustment
4500 SOUTH SCHOOL AVENUE, SUITE F • AIRPORT TERMINAL BUILDING • FAYETTEVILLE, AR 72701
PHONE 501-521-4750 Ext.6 • FAX 501-521-1735
•
Garver Inc.
1111in,,. "..
:TOW lnuq 1.1it, tir11Ip 1:1
1 :11.1.111:-•:111:• pl1 i.•,01
'•111 9IIVI
1 A\': :'.YET ntnl
WWWIIVVi",IT I OA
July 2. 1999
Mr. Dale Frederick
Airport Manager
Fayetteville Municipal Airport
4500 S. School Avenue, Suite F
Airport Terminal Building
Fayetteville, AR 72701
Re: Fayetteville Municipal Airport
8 -Bay T -hangar Construction
Recommendation of Contract Award
Dear Dale:
GARVER1ENGINEERS
Four bids for the "8 -Bay T -I langar Construction" project were received on June 29, 1999, The
low bid vas from Phase 1 Turnkey, Inc- in the amount of $256,708.00. However, Phase 1
Turnkey. Inc. did not sign the Proposal or complete the Proposal -farms." I'hey also did not
complete the "Statement of Bidder's Qualifications" section. For these reasons, according to
Peggy Vice, Phase 1 Turnkey's bid is disqualified.
The second lowest bid was from Gray Construction, Inc. in the amount of $264,364.50. This
amount is less than the City's Certified Funding Amount and the Engineer's Estimate. We
believe the amount bid by Grey Construction represents a good value to the airport and
recommend that the City award the contract to Gray Construction, Inc.
If you have any questions, please call me.
Sincerely yours,
GARVER 1 ENGINEERS
Brock F.. Hoskins, P.E.
Vice President/ Project Manager
BE}I/kf
Cc: Rick McKinney
Aleft Little
1:W rojecls\ 11p4\9R11130\Adminlcunespd\reenmmrnd-IIr02.doe
11' i nnOrl DJ • r1111.111:%911' • AH • MIs'Isvil lg Al • Mei1R.;c. MS • Lit!: IIIrd.. Ali • 1 •wr:'JIC k
•
•
O 40 9 N N 0 N 0 0 VI
n P 'V.` 9 9 5 9 9 9 "'i
0 0
u u _ _ t1.•
-
c w _ L
0
rto, tn ip rap r r i
N T T K T N N
C y
3
a
r V cr.
o o :74
.\' u u o-N-u.\\.c. 0
in
N N '0 L
« « 0 N Al -.N A 2
o t.Jtiton=.]
o « i N o o 0 0- 00 U m
o o 0 o 0 0 o 0 0 o
N «n
4. «4«-03
��
0 AtACO 00- .140 o y
00 0 0 0 0 'O o N o -.0 m
O 0 0 0 0 0 0 0 0 0
uoqulnqul PIA
31YIVI.S3 S U33NIJN3
«
bLA
O
N
0
o
CO
0
o
0
0
fin
O
o
O
0
44.
O
0
44.
O
to
nd
03
4-1
a
La 0
0
0
LA
O
O
ta
O
0
0
o
o
4.4
0
0
V
0
Y
0
O
00
0
«
00
co
0
La
La
Q
O
00
0
0
0
04O
b
0
CO
O
0
b
O
0
P
m
0
P
b
0
an
0
0
LA
O
O
O
La
kab
0
b
0
o
0
O
ij
M
71 No m r
C r
m
a
n
a a'
m
r -
(21
m
r
0
•
Garver, Inc.
Engineers
3810 Front Street. Suite 10
Fayetteville, AR 72703
501-527-9100
FAX 501.527-9101
..sv,
garverinc com
July 7, 1999
Ric Gray, President
Gray Construction, Inc.
2271 Dawn Hill Road
Siloam Springs, AR 72761
Re: Fayetteville Municipal Airport (Drake Field)
8 -Bay T -Hangar
GARVER ENGINEERS
Dear Mr. Gray:
The Fayetteville Municipal Airport Board has approved a recommendation for the City Council
to award the construction contract for the "8 -Bay T -Hangar" project at Drake Field to your
company. Award is subject to approval by the Fayettteville City Council.
Four sets of "Specifications and Contract Documents" are hereby submitted with the proper
information included. In each of the four (4) sets of "Specifications and Contract Documents,"
please execute the contract on Page C-4. Do not enter any dates on the contract.
Also, please provide separate performance and payment bonds (either using the forms on Pages
PEB-1, -2, and PAB-1, -2, or forms provided by your surety) with a power-of-attorney for
surety's attorney-in-fact for each of the two bonds. Do not enter dates on the bonds or power-of-
attomey certifications.
Please provide General Liability and Third Party Insurance coverage in accordance with the
specifications (reference Page SC -2, Section SC -04, "Insurance").
Please return all four sets of the "Specifications and Contract Documents" to me on or before July
13, 1999. If you have any questions, please call me. Thank you for your cooperation.
Sincerely yours,
GsARVERIENGINEERS
Brock Hoskins, P.E.
Vice President / Project Manager
Enclosures
cc: Dale Frederick
98-6230
Brentwood. TN • Fayetteville. AR • Huntsville. AL • Madison. MS • Little Rock. AR • Louisville. KY • Tulsa, OK
•
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Dale Frederick, Airport Manager
From: Heather Woodruff, City Clerk
Date: July 26, 1999
Attached is a copy of the resolution and the contract awarding Bid 99-66 to Gray Construction.
I am also returning four originals for you to distribute. Your purchase requisition has been
forwarded to the Internal Auditor for a contract number. The original resolution and one contract
will be microfilmed and filed with the City Clerk.
cc: Yolanda Fields, Internal Auditor
Steve Davis, Budget and Research
faeoG/C /Vogtbs/6-.?,apo)c. r Cnieu /Dice/0 Gd0
FRAM : Mike MoSS Insurance
FAX NO. : 501 524 8943
Jul. 15 1999 10:04AM P1
ACORE. CERTIFICATE OF LIABILITY INSURANC GSRYCiil
PRODUCER
Mike Mesa Agency, Inc.
803 S. Dogwood St.
P. O. Box 220
Siloam Springs AR 72761
9hone:501-524-5111 Fax:501-524-8943
DATE (WAIDOIYY)
07/15/99
THIS CERTIFICATE IS ISSUED ASA MATTER OF INFORMATION
ONLY AND CONFERS NO R GHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURED
Gray Construction, Inc.
P.O. Box 457
Siloam springs An 72761
INSURERS AFFORDING COVERAGE
U SURER A American States Insurance
INSURER B: Calcomp Insurance Company
wsURER0 Allstate Insurance Company
INSURER D
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
POUCIEDS DESCRIBED BY EDD HEREAID IN SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDmoNs OF SUCH
MAY PERT�HE AFFORDED BYAHAVE
GATE WAITS tAAY
IN91TType
OF INSURANCE
POLICY NUMBER
DATE BAWD DIYY)
DA (IALIIDONY)
WARS
LR
EACH OCCURRENCE
5 500 , 000
GENERAL LIABIIm
Ne)
1200,000
010E56612410
05/02/99
05/02/00
PIREDMAAGE(Myw
A
X
rOMIFROAL GENERALW&BUTY
MED EJP (Any w ppcen)
510 , 000
CLAIMS MADE
X
OCCUR
PERSONAL SADVINAJRY
1500,000
GENERAL AGGREGATE
$1,000,000
PER
PRODUCTS-COMPIDP AGO
1500,000
''-GEENII
AGGREGATE LIMIT APPLIES
POLICY II ECTT n LOC
AUTOMOERE
LIABILITY
COMBINED SINGLE LIMIT
(E°dent)
Pc
$100,000
ANY AUTO
050572445BAP
04/10/99
04/10/00
C
X_
ALL OWNED AUTOS
BODILY INJURY
1
SCMFDULED AUTOS
(Per person)
HIRED AUTOS
BODILY INJURY
1
NON -OWNED AUTOS
Far Accident)
PROPERTY DAMAGE
S .
(Pm 1ccomS
GARAGE
UABLRY
AUTO ONLY• EA ACCIDENT
5
ANY AUTOOTNDITNAN
EA ACC
1
AUTO ONLY: AGG
1
EXCESS
LIBNTY
EACH OCCURRENCE
1
Occur.
CLNAT9 MADE
AGGREOATE
1
1
OEOUCDS2E
5
RETENTION 5
MPSHSATON AND
YY{. BIATLL
TORY LIMBS
OIH-
ER
B
EMPLOs warnwarnRSfLf'
EMPLOYERS'
W988161804
08/01/98
08/01/99
ELEACHACCIDEM
1100000
E.L OISEASE.EAEMROYEE
1100000
E.L DISEASE.POUCYUWT
S500000
DRIER
DESCRIPTION OF OPERATONSILOCATIONSNOIICLSS€KCLUSONS ADDED BY ENDORSEMENT?SPEEDAL PROVISIONS
Certificate Holder is Additional Insured with regards to Insured's property
CERTIFICATE HOLDER
N I ADDITIONAL INSURED. INSURER LERER
CANCELLATION
GREBE -1
Garver Engineers, Inc.
Fax 501-527-9101
Brock E. Hoskins, P.E.
3810 Front Street, Suite 10
Fayetteville AR 72703
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLW BEMIRE THE
GYPIRARON DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MM.
10 DAYS WRITTEN NOTICE TO THE CERTIRCATE MOLDER NAMED TOTE
LER, RUT FAILURE TO DO SO SMALL IMPOSE NO OBLIGATION OR UABLm OF
ANY KIN Q�3 ORTTEPRESENTATVES.
O UPON . E�`� •
ACORD 255 (7/97)
" ACORD CORPORATION1Ia88
r • AIL
FRAM : Mike MoSS Insurance
FAX N0. : 501 524 8943
•
Jul. 14 1999 04:00PM P2
ACORD,. CERTIFICATE OF LIABILITY INSURANC
PCNJCIFR
REQUIREMENT.
PERTAIN.
OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO TRE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWONSTANDING
TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN W SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH
LIMITSCIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAMS.
TYPE OF INSURANCE
POLICY NUMBER
DATE MM DOA Y)
07/14/99
CSR EW
YC -1
HMUUM
!like Moss Agency, Inc.
803 S. Dogwood St.
P. O. Box 220
Siloam Springs AR 72761
Phone:501-524-5111 Fax2501-524-8943
THIS CERT FICATE IS ISSUED ASA MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND
ALTER THE COVERAGE AFFORDED BY THE POLICIES
OR
BELOW.
INSURERS AFFORDING COVERAGE
NSURED
Gray Construction,
P.O. Box 457
Siloam Springs AR
I
Inc.
72761
INSURER A: American States Insurance
INSURER E: Calcomp Insurance
Company
Company
05/02/00
INSURER C: Allstate
1500 000
Insurance
INSURER D:
-
INSURER E:
COVERAGES
THE
ANY
MAY
POU
LDA!
PCNJCIFR
REQUIREMENT.
PERTAIN.
OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO TRE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWONSTANDING
TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN W SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH
LIMITSCIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAMS.
TYPE OF INSURANCE
POLICY NUMBER
CE
LIMBS
DATE iWDIVY
DATE
A
GENERAL
URBILITY
cOUMEROALGENERALLUEIITV
I XL) OCCUR
010E56612410
05/02/99
05/02/00
EACH OCCURRENCE
1500 000
X
FIREDAMAGE(AnyonoSo)
5200,000
!CLAMSMADE
MED EXP (Any ono Forman)
f 10,000
—_..
PERSONAL &ADV IWURY
f 500,000
GENERAL AGGREGATE
51,000,000
GENL AGGREGATE LIMITAPPLIES PER:
7Parrnm r 'LDC
RO
PDUCES-COMPOP AGG
5500,000
C
AUTOMOBILE UABILIiV
0505724458AF
04/10/99
04/10/00
COMBINED SINGLE LIMIT
�Bamder0
1100/000
0
X
ANYAUTo
ALL OWNED AUTOS
BODILY ()HURT
(Per PArmA)
5
SCHEDULED AUTOS
NRW AUTOS
PH
PROPERTY
IP-aea-eM)
LY INJURY
LY
$
NON -OWNED AUTOS
DAMAGE
GARAGE
WBLITY
ANY AUTO
AUTO ONLY. EA ACCCQR
f
OTHER THAN
AUTO ONLY.
EA ACC
f
AGO
$
O(CGBS
LIABRRY
OCCUR ❑ CLAIMS MADE
DEDUCTIBLE
RETENTION $
EACH OCCURRENCE
$
AODREGATE
$
1
$
H
WORKERS COMPENSATION AND
EYMItovERe LIABILITYW988161604
08/01/98
OLDSIA t$
71N
ER
08/01/99
SL.EACHAcabea
1100000
EL DISEASE - EA EMPLOYEE
t 100000
EL DISEASE- PODGY waft
1500000
OTHER
DESCRIPTION OF OPERAUQNSIIOCATIONGIVEMW7EDFXCLUSIONS ADDED BY ENDORSEMENUSPECYIL PROVISIONS
Certificate Holder is Additional Insured with regards to Insured's property
ADO INSURED; INSURER LEITER;
CANCELLATION
City of Fayetteville
113 W. Mountain
Fayetteville AR 72701
ACORD 25-S (7/97)
CITYF-1
SHOLAO ANY OF THE ABOVE DESCRIBED POUCIES 0E CANCELLED BEFORE THE
EXPIRATION DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL
10 DAY$ WHIZ IkN NOTICE To CERTIFICATE HOLDER NAMED TO THE
LEFT. ENT FAILURE TO 0050 SHALL IU POSE NO OBUGATION OR LIABILITY OF
ATNES.
ANY W
ACORD CORPORATION 1988
•
•
STAFF REVIEW FORM
_ AGENDA REQUEST
X CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City Council meeting of N/A
ees 78-97
ch'-eao 2e/
t Vaa? to.
A/e
MICROFILMED
FROM:
Dale Frederick
Name
Airport General GMT.
Division Department
ACTION REQUIRED: The Airport staff requests approval of and the Mayor's signature for Contract Change Order No. 1 in
the amount of $3,500.00 to the contract with Garver Engineers, Inc. for the engineering for the construction of an 8 -Bay T -Hangar.
The need for extra services became necessary after all of the first bids were at least 20% over the amount of the Airpdrt's
Certification of Funds. Modifications to the plans and specifications were necessary to lower costs for the re -bid of the project. The
cost of this change order is budgeted with an approved project contingency.
COST TO CITY:
$3.500.00
Cost of this Request
5550-3960-5804.00
Account Number
98056
Project Number
udget Coordinator
$ 318.496.00
Category/Project Budget
$ 291.060.00
Funds used to date
$ 27.436.00
Remaining Balance
Administrative Services Director
Eight -Bay T -Hangar
Category/Project Name
Fixed Asset
Program Name
Airport
Fund
Budget Adjustment Attached
C 1 NTRACT/GRA�N T/LEASE
1. t / ., 4'
Acte ' :':er
%C jty114.�tt►,P4gmeyJ
U
REVIEW:
d -a6 -99
Date
-27-9
Date
Snarl'CM
Purchasing Officer
STAFF RECOMMENDATION:
Date
GRANTING AGENCY:
Ai /A
.
-rn..
. :�tor 1012 -
Dr -07-t7
Date
012-
Staff recommends approval of this change order.
to
Date
Cross Reference
New Item: Yes
Pre. Ord/Res#: 98-99
Orig Cont. Date: 7-20-99
Date
No
4
STAFF REVIEW FORM Page 2
Description: Meeting Date: N/A
Change Order #1 for Garver Engineers, Inc. for an 8 -Bay T -Hangar Design Modification
Comments:
Budget Coordinator Reference Comments:
Accounting Manager Reference Comments:
City Attorney Reference Comments:
Purchasing Officer Reference Comments:
ADA Coordinator Reference Comments:
Internal Auditor Reference Comments:
•
FAYETTEVILLE
AIRPORT DEPARTMENT
THE CITY OF FAYETTEVILLE, ARKANSAS
TO: FRED HANNA, MAYOR
FROM: DALE FREDERICK, AIRPORT MANAGE
DATE: AUGUST 25, 1999
SUBJECT: CHANGE ORDER #1 FOR DESIGN MODIFICATIONS FOR
AN 8 -BAY T -HANGAR
The Airport staff requests approval of and the Mayor's signature for Contract Change Order
No. 1 in the amount of $3,500.00 to the contract with Garver Engineers, Inc. for the
engineering for the construction of an 8 -Bay T -Hangar. The need for extra services became
necessary after all of the first bids were at least 20% over the amount of the Airport's
Certification of Funds. Modifications to the plans and specifications were necessary to lower
costs for the re -bid of the project.
The cost of this change order is budgeted with an approved project contingency.
DF/bjm
Attachments: Contract Review Form
Three originals of Change Order 1
4500 SOUTH SCHOOL AVENUE, SUITE F • AIRPORT TERMINAL BUILDING • FAYETTEVILLE, AR 72701
PHONE 501-521-4750 Ext.6 • FAX 501-521-1735
1
•
RESOLUTION NO 98-99
A RESOLUTION AWARDING BID NO. 99-66 IN THE AMOUNT
OF $264,364.50, TO GRAY CONSTRUCTION, INC.;
APPROVING A PROJECT CONTINGENCY IN THE AMOUNT
OF $26,436 AND $1,000 FOR MATERIALS TESTING; AND
APPROVAL OF A BUDGET ADJUSTMENT IN THE AMOUNT
OF $95,496.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1 That the City Council hereby awards Bid No. 99-66 in the amount of
$264,364.50, to Gray Construction, Inc.; approving a project contingency in the amount of $26,436
and $1,000 for materials testing; and authorizes the Mayor and City Clerk to execute a contract for
said amount. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof.
Section ? The City Council hereby approves a budget adjustment in the amount of
$95,496 increasing Building Costs, Acct. No. 5550 3960 5804 00, Project No. 980561 by decreasing
Use of Fund Balance, Acct. No. 5550 0955 4999 99. A copy of the budget adjustment is attached
hereto marked Exhibit "B" and made a part hereof.
PASSED AND APPROVED this 20th day of July , 1999.
Heather Woodruff, City Cl
APPROVED:
By.
Fred anna, Mayor
•
CHANGE ORDER No. 1
Date: 7/16/99
ENGINEER'S PROJECT NO. 986230
PROJECT: Fayetteville Municipal Airport - 8 -Bay T -Hangar Construction
AIP 3-05-0020-26
CONTRACTOR: Garver Engineers, Inc.
Contract for: 8 -Bay T -Hangar Design, Bidding Services and Construction Observation
Contract date: June 15, 1998
TO: Garver Engineers, Inc.
You are directed to make the changes noted below in the subject Contract:
THE CITY OF FAYETTEVILLE
Owner
Nature of the Changes:
1. Following receipt of high bids, revise design of T -hangar project to bring bids to within the City and
Airport budget for the project. Modify plans and specifications as needed, conduct bidding services for
re -bid of the project.
These changes result in the following adjustment of Contract Price and Contract Time:
CONTRACT PRICE prior to this Change Order
Increase Resulting from this Change Order:
CONTRACT PRICE Including this Change Order
Completion Time Prior to This Change Order:
Current Contract Completion Dates Including This Change Order:
Page 1 of 2
$26,300.00
$3,500.00
$29,800.00
N/A
N/A
The Foregoing Changes Are Recommended:
N/A
By:
The Foregoing Changes Are Accepted:
The Foregoing Changes Are Approved:
Date:
GARVER ENGINEERS, INC.
By:
Date:
THE CITY OF FAYETTEVILLE
By: e�
1999
Date: p/'/ , 1999
Page 2 of 2
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDEN
To: Dale Frederick, Airport Director
From: Heather Woodruff, City Clerk
Date: September 29, 1999
Attached is a copy of the completed staff review and change order for the contract with Garver
Engineers for the 8 -bay T -hangar. I am also returning three originals for you to distribute.
cc. Yolanda Fields, Internal Auditor
?es 91'-q4
C'HAJ60 w/
ma? 0/IlolaD
STAIN 7 M
_ AGENDA REQUEST
XX CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City Council meeting of
FROM:
Dale Frederick Airport
Name Division
JAN 12 2000
CITY OF F,.'r i v,.LE
CITY CLERK'S CFFICE
General GMT.
Department
ACTION REQUIRED: The Airport staff requests approval and the Mayor's signature for Change Order #1 to Contract
#733 with Gray Construction Co. This change order includes three different items. Item A is needed to remove an installed
support beam and replace the beam with one that provides the extra strength needed for the revised design. Item B results
from changes in the location of the electrical source to facilitate future growth. Item C will result in a credit to the contract
price by eliminating an additional coat of paint after the construction of the building. The cost of this change order is funded
with a project contingency. The Airport Board approved these changes at their January 6, 2000 meeting.
COST TO CITY:
$ 1.253.00
Cost of this Request
5550-3960-5804.00
Account Number
98056
Project Number
BUDGET REVIEW:
Atta hep d ___�
Budget Coordinator
$ 314.439.00
Category/Project Budget
$ 294.564.50
Funds used to date
$ 19.874.50
Remaining Balance
XX Budgeted Item
Administrative Services Director
CONTRACT/GRANT/LEASE REVIEW:
i�LGL, /—/O -z90
Accot tin ana r Date
/O Ua
ny Attome Date
ulCp 1-1O-OO
Purchasing Officer
STAFF RECOMMENDATION:
Date
Fixed Assets
Category/Project Name
Capital
Program Name
Airport
Fund
Budget Adjustment
GRANTING AGENCY:
Staff recommends approval.
Ste., r0, lO&
Date
htit
Lam__ /�✓Li ��
Cross Reference
New Item: Yes No
Prev. Ord/Res#: _7-99/98-99
Orig Cont. Date: 7-20-99/#722
STAFF REVIEW FORM
Description: Meeting Date: N/A
Change Order #1 for Gray Construction for construction of an 8 bay T -hangar.
Comments:
Budget Coordinator Reference
Accounting Manager Reference
City Attorney Reference
Purchasing Officer Reference
ADA Coordinator Reference
Internal Auditor Reference
Comments
Comments
Comments
Comments
Comments
Comments
1 ,.
FAYETTEVI LLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
TO: FRED HANNA, MAYOR
FROM: DALE FREDERICK, AIRPORT MANAGE1
DATE: JANUARY 10, 2000
SUBJECT: CHANGE ORDER #1 TO GRAY CONSTRUCTION
The Airport staff requests approval and Mayor's signature for Change Order #1 to
Contract #733 with Gray Construction Company. This change order includes three
different items which will result in a net increase of $1,253.00 in the price of the
construction of an 8 -bay T -Hangar.
Item A is needed to remove an installed support beam and replace the beam with one
that provides the extra strength needed for the revised design. The special shape
needed for this hangar was sucessfully communicated to the engineers, but not the
fact that is was necessary not to have a column erected in the open area of the unit.
The unit is being designed for a special aircraft which requires additional wing
clearance.
Item B results from some variations in plans to allow for future growth. The
original plans required the location of the electrical power source to be provided by
the transformer located on the west side of the ramp. However, after some
discussion between the airport manager, the electric company officials, and the
engineers, a decision was made that the best source for electrical power for this
hangar, when considering the future growth on the ramp, would be to use the east
side transformer.
The last change, item C, will result in a credit to the contract price of the unit by
eliminating additional painting after the construction of the building has been
completed. Since the metal building materials are treated and painted before
shipment, the airport staff recommends not repainting the building after it has been
constructed.
The total increased cost of this change order is funded with a project contingency
Attachments: Contract Review Form
Two Originals of Change Order 1
Construction Contract Change Order
1. Owner
2. Owner's Address
3. Change Order
City of Fayetteville
113 West Mountain
No. I
Fayetteville, AR 72701
4. Name of Project
5. Project Number
6. Date Prepared
Drake Field 8 Bay T -hangar
98-6230
January 6, 2000
7. Name and Address of Contractor
Gray Construction Company, 1743 Park Drive, Siloam Springs, AR 72761
Phone 501-524-8499
8. Description of Work Included in Contract
Construction of a prefabricated T -hangar with eight aircraft bays. Installation of associated utilities.
9. Changes Ordered and Reason Ordered (List Individual Changes as: A, B, C, D, etc.)
A. Remove installed Column B-18 as shown on the contract drawings and restore the floor underneath the removed column. Install a
W24x68 support beam between Columns B-16 and B-19 as shown on attached Sketches CO -1.1 and CO -1.2. Column B-18 must be
removed in order to fit a special aircraft in the southeast bay. The support beam is needed to replace Column B-18.
B. Change the location of the electrical power source from the west side transformer as shown on the contract drawings to the east side
as shown on attached Sketch CO -1.3. Owner requested change to facilitate construction of additional hangars.
C. Delete the requirement to field paint structural steel. This deletion does NOT include any spot painting required to repair abrasions
or any damage caused during transportation of the steel or during construction. Owner requested change.
10.
Bid
Original
Contract
Revised
Negotiated
Original
Revised
Contract
Item
Estimated
Unit
Estimated
C.O. Unit
Estimated
Estimated
Changes
No.
Quantity
Price
Quantity
Price
Cost
Cost
A.
SP-5-3.la
n/a
$0.00
1
$4,800.00
n/a
$4,800.00
B.
SP-5-3.lb
n/a
$0.00
1
$473.00
n/a
$473.00
C.
SP -5-3-1c
n/a
$0.00
1
($4,020.00)
n/a
($4,020.00)
TOTAL n/a $1,253.00
11. Original Contract Amount $264,364.50
12. Original Contract Time 90
Previously Approved Changes $0.00
Previously Approved Changes 0
This Change Order (increase) $1,253.00
This Change Order (increase) 14
New Contract Amount $265,617.50
New Contract Time (calendar days) 104
THIS AGREEMENT IS SUBJECT TO ALL ORIGINAL CONTRACT PROVISIONS
13. ISSUED FOR REASONS I
/
INDICATED ABOVE Vi' I ^ I -( (-co
ngineer's Signature Title Date
14. ACCEPTED BY
CONTRACTOR ' C�
Contractor's Signature Title Date
15. ACCEPTED BY
OWNER /
O er's Signature Title Date
GARVER ENGINEERS Sheet No. 1 of
,
Project qD2�'W-F �IZ'1.'T> Job No.q 2 O Made By Date
Subject .. Ask J C) eLA j L Chkd. By Date
1a4a Q PRAT
tyR
';fZ x e x ,
G�if 7
STIFF: ..ir . t�adit^J)
s7,wx g. LTi��
L.
SK CO -1.1
GARVER
ENGINEERS Sheet No. 2 Ol 2
Project y✓�— 'F' ei Job No. 98 -230 Made By Date
Subject J Chkd. By Dale
i �'Iz wa4x� 8
ja
I*
_
U
SK Co -9.2
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Dale Frederick, Airport Manager
From: Heather Woodruff, City Clerk
Date: January 19, 2000
Attached is a copy of the completed staff review form and signed change order for your records.
I am also returning one original change order for you to distribute. The original will be
microfilmed and filed with the City Clerk.
cc: Yolanda Fields, Internal Auditor
STAFF REVIEW FORM
___AGENDA REQUEST
XX CONTRACT REVIEW
GRANT REVIEW
%1-99
U j9
MICROFILMED
For the Fayetteville City Council meeting of N/A
FROM:
Dale Frederick Airport General GMT
Name Division Department
ACTION REQUIRED: The Airport staff requests approval and the Mayor's signature for Change Orders #2 and #3 to
Contract #722 with Gray Construction Co. for the construction of an eight bay T -Hangar. Change order #2 is for a decrease
in project costs of $3,263.72, and Change Order #3 increases the contract amount for $4,293.35. The increased net cost of
$1,029.63 to the City for these Change Orders will be funded with an approved project contingency.
COST TO CITY:
$ 1.029.63 $ 314.439.00 Fixed Assets
Cost of this Request Category/Proiect Budget -Lt Category/Project Name
5550-3960-5804.00 $_295.817.50 Capital
Account Number Funds used to date Program Name
98056 $ 18.621.50 Airport
Project Number Remaining Balance Fund
BUDGET REVIEW: XX Budgeted Item _ Budget Adjustment
Purchasing Officer
STAFF RECOMMENDATION:
Division
Administrative Services Director
VIEW:
`t-13-OO
Date
CIO
Date
GRANTING AGENCY:
Staff recommends approval.
Date
Cross Reference
New Item: Yes
Pre. Ord/Res#: _7-99/98-99
Orig Cont. Date: 7-20-99/#722
STAFF REVIEW FORM
Description: Meeting Date: N/A
Change Order #2 and #3 for Gray Construction for construction of an eight bay T -hangar.
Comments:
Budget Coordinator
Accounting Manager
CA(a,wnti4tC
City Attorney
Purchasing Officer
ADA Coordinator
Internal Auditor
Reference Comments:
Reference Comments:
Reference Comments:
Reference Comments:
Reference Comments:
Reference Comments:
Page 2
FAYETTEVI LLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
TO: FRED HANNA, MAYOR
FROM: DALE FREDERICK, AIRPORT MANAGER
DATE: April 10, 2000
SUBJECT: CHANGE ORDER #2 and #3 TO GRAY CONSTRUCTION
The Airport staff requests approval and the Mayor's signature for Change
Orders #2 and #3 to Contract #722 with Gray Construction Co. for the
construction of an 8 -bay T -Hangar. Change order #2 is for a decrease in
project costs of $3,263.72, and Change Order #3 increases the contract
amount for $4,293.35. The increased costs for these Change Orders are
funded with an approved project contingency. The change orders will cover
the outstanding changes required from the contractor to complete our new
8 -bay T -Hangar.
To simplify and update Change Order #2, Airport Staff requested that Garver
Engineers revise two previously received change orders into a revised Change
Order #2. Change Order #2 includes a credit for $4,800.00 for an item
covered in the approved Change Order #1 which was not performed. A more
economical alternative, which is Item C on the Change Order, was developed
to replace this deficiency. Item B was incorporated to avoid problems we have
had in our older units with the electric system. Items D, E, F, were items
considered extravagant and were deleted or replaced with a more economical
alternative. Item G was the result of a tenant's request to customize one of the
unit for which he is to reimburse the airport for the cost.
Change Order #3 results from changes required by the City's Engineering
Department for revised plans for the installation of two fire hydrants.
Engineering requested that the fire hydrants be located on different sites on the
Airport, the water lines be buried deeper, and the materials used in the road
cut and the width had to be changed.
Attachments: Contract Review Form
Three Originals of Change Order #2 and #3
Construction Contract Change Order
I. Owner
2. Owner's Address
3. Change Order Number
City of Fayetteville
113 West Mountain
2 (Revision 1)
Fayetteville, AR 72701
4. Name of Project
5. Project Number
6. Date Prepared
Drake Field 8 -Bay T -Hangar
98-6230
April 3, 2000
7. Name and Address of Contractor
Gray Construction Company, 1743 Park Drive, Siloam Springs, AR 72761
Phone 501-524-8499
8. Description of Work Included in Contract
Construction of a prefabricated T -hangar with eight aircraft bays. Installation of associated utilities.
9. Changes Ordered and Reason Ordered (List Individual Changes as: A, B, C, D, etc.)
This Change Order supercedes and incorporates Revised Change Order No.1 executed by the Contractor on 01/19/00 and Change Order
No. 2 executed by the Contractor on 02/08/00. The Owner executed neither of these changes.
See Continuation Sheet for Items A through G.
10.
Bid
Original
Contract
Revised
Negotiated
Original
Amount
Contract
Item
Estimated
Unit
Estimated
C.O. Unit
Estimated
of
Changes
No.
Quantity
Price
Quantity
Price
Cost
Change
A. -G.
SP -5-3.1
1
$233,120.50
1
$229,856.78
n/a
($3,263.72)
TOTAL ($3,263.72)
11. Original Contract Amount $264,364.50
12. Original Contract Time 90
Previously Approved Changes $1,253.00
Previously Approved Changes 14
This Change Order ($3,263.72)
This Change Order 1
New Contract Amount $262,353.78
New Contract Time (calendar days) 105
THIS AGREEMENT IS SUBJECT TO ALL ORIGINAL CONTRACT PROVISIONS
13. ISSUED FOR REASONS
INDICATED ABOVE , Ca)fj-[R, *R Q�O pc,
gineer's Sig ture Title Date
14. ACCEPTED BY
CONTRACTOR Up y Y O0
Co tractor' ignature Title Date
15. ACCEPTED BY ���
OWNER (�
`-�
Own is Signature Title Date
r ••
Drake Field 8 -Bay T -Hangar, Change Order No. 2 (Revision 1), Block 9, Continued
A. Credit Owner for Change Order No. I, Item A work (Column B-18 and beam) which was later deleted. -$4,800.00
B. Change electrical wiring: increases the number of active circuits in the panel and allows a separate circuit for each
aircraft bay. REASON FOR CHANGE: Owner requested to overcome power problems encountered in the airport's
existing T -hangars.
$1,152.00
C. Install wall: provides a wall between Columns C17 and C19 to create an airport storage area in the southwest
comer. The wall is to be a nonrated wall constructed as shown on the contract drawings except that: wall board is
nonrated and only on the east side and fire safing or stopping is not required. The change also includes
remobilization and detailing costs the Contractor incurred to prepare for a portion of this change that the Owner
elected to cancel. REASON FOR CHANGE: Misunderstanding during design phase between the Owner and the
Engineer as to the Owner's intent for the southeast aircraft bay.
$1,831.00
D. Ref. Sheet El Electrical Plan and Legend: Delete the requirement for 6 "metal halide, wet location, floodlight
with full visor (Lithonia TFL-250M-TAZ-120-FV or approved equal" at Fixture B locations). Install two yard
lights of the type that are currently installed on existing Hangars A through D. REASON FOR CHANGE: Owner
requested change to reduce costs. -$390.62
E. Ref. Sheet E1 Electrical Plan and
Panel Schedule:
Delete the requirement for a surge arrester. REASON FOR
CHANGE: Owner requested change
to reduce costs.
-$1,064.70
F. Ref. Sheet E2 Electrical Lighting Control Schematic: Delete the requirement for a timer to be included in the
lighting control center. The exterior lights are to be operated solely by photocell. The new photocell shall be the
120 -volt, in -line type and rated for the wattage of the lamps to be controlled. REASON FOR CHANGE: Owner
requested change to reduce costs. -$513.40
G. Ref. Sheet Al as amended by Change Order 1: Remove the wall between Columns C17 and C19. Refinish the
firewall at Column C17. Install a four plex receptacle and conduit in the southwest storage area. REASON FOR
CHANGE: Owner requested change to accommodate tenant. $522.00
Total Cost -$3,263.72
Construction Contract Change Order
1. Owner
2. Owner's Address
3. Change Order
City of Fayetteville
113 West Mountain
No. I
Fayetteville, AR 72701
4. Name of Project
5. Project Number
6. Date Prepared
Drake Field 8 Bay T -Hangar
98-6230
January 19, 2000
7. Name and Address of Contractor
Gray Construction Company, 1743 Park Drive, Siloam Springs, AR 72761
Phone 501-524-8499
8. Description of Work Included in Contract
Construction of a prefabricated T -hangar with eight aircraft bays. Installation of associated utilities.
9. Changes Ordered and Reason Ordered (List Individual Changes as: A, B, C, D, etc.)
A. Change electrical wiring as shown on Revision I to Contract Drawing Sheet El.
Change the location of the electrical
power source
from the west side transformer as shown on t on attached Sketch CO -1.1.
Delete the
requirement to field paint structural steel (thi
1Xquired to repair abrasions or any damage
caused during transportation of the steel or during construction). Install a non -rated
wall between Columns C17 and C19.
See continuation sheet for iter5d¼fa and reasons for the changes
10.
Bid
Original
Contract
Revised
Negotiated
Original
Amount
Contract
Item
Estimated
Unit
Estimated
C.O. Unit
Estimated
of
Changes
No.
Quantity
Price
Quantity
Price
Cost
Change
A.
SP -5-3.1
1
233,684.5
I
233,120.5
$233,684.50
B.
C.
D.
TOTAL
($564.00)
11. Original Contract Amount $264,364.50
12. Original Contract Time
90
Previously Approved Changes $0.00
Previously Approved Changes
0
This Change Order (decrease) ($564.00)
This Change Order (increase)
14
New Contract Amount $263,800.50
New Contract Time (calendar days)
104
THIS AGREEMENT IS SUBJECT TO ALL ORIGINAL CONTRACT PROVISIONS
13. ISSUED FOR REASONS
INDICATED ABOVE
52 cc&*(L ELZIL
O( l4 oo
gi er's Signature
Title
Date
14. ACCEPTED BY
CONTRACTOR
rot Cck h^6 -a r JL
- ) OC7
Contractor's Signature
Tide
Date
15. ACCEPTED BY
OWNER
Owner's Signature
Title
Date
1-I11UDO1J2 ' 7'
yz/ . y ,
»-o . Z I:.
Z' ' , • ji
S. -!.. Z
.I. . .� ® ,
a
/ .� ��
Z
I.! a2PI
® �� 1 !
Z /
. . / / N x
\ -t UI
m `7
« 2� /4 . � � / / n . ;
/k
/ @ ■ ■ /■ { Ce ` -
Th
- /
. U
,
O `.�
9
(
_
�
U.-
■.
■
xs
|q
■
#�
�K
0
■
0
•
7
Co._ suction Contract Change Order
1. Owner
2. Owner's Address
3. Change Order Number
City of Fayetteville
113 West Mountain
2
Fayetteville, AR 72701
4. Name of Project
5. Project Number
6. Date Prepared
Drake Field 8 -Bay T -Hangar
98-6230
7. Name and Address of Contractor
Gray Construction Company, 1743 Park Drive, Siloam Springs, AR 72761
Phone 501-524-8499
8. Description of Work Included in Contract
Construction of a prefabricated T -hangar with eight aircraft bays. Installation of associated utilities.
9. Changes Ordered and Reason Ordered (List Individual Changes as: A, B, C, D, etc.)
A. Ref. Sheet El Electrical Plan and Legend: Delete the requirement for 6 "metal halide, wet location, floodlight with full visor (Lithonia
L-250M-TAZ-120-FV or approved equal" at Fixture B locations). Install two yard lights of the type that are currently installed on
existing Hangars A through D. Owner requested chan eel.
edS'^J F'^J
B. Ref. Sheet El Electrical Plan Panel Sc'S191 RE=e Pa EgDrester. Owner
and requested change.
C. Ref. Sheet E2 Electrical Lighting Control Schematic: Delete the requirement for a timer to be included in the lighting control center.
The exterior lights are to be operated solely by photocell. The nBnell shall be the 120 -volt, in -line type and rated for the wattage
of the lamps to be controlled. Owner requested change.
D. Ref. Sheet Al as amended by Change Order 1: Remove the wall between Columns C17 and C19. Refinish the firewall at Column
C17. Install a four plex receptacle and conduit in the southwest storage area. Owner requested change to accommodate tenant.
10.
Contract
C f n
��ap n
ct
Rev'
Q
e
s V a1
' Oi
Amount
,a
Mstl
rirtZtedl
of
Changes
No.
Quantity
Price
Quantity
Price
Cost
Change
A. -D.
SP -5-3.1
1
$233,120.50
1
$231,673.78
n/a
($1,446.72)
TOTAL ($1,446.72)
11. Original Contract Amount $264,364.50
12. Original Contract Time 90
Previously Approved Changes ($564.00)
Previously Approved Changes 14
This Change Order ($1,446.72)
This Change Order 1
New Contract Amount $262,353.78
New Contract Time (calendar days) 105
THIS AGREEMENT IS SUBJECT TO ALL ORIGINAL CONTRACT PROVISIONS
13. ISSUED FOR REASONS
INDICATED ABOVE I VP' Z- $- QOC7O
Engineer's Signature Title Date
14. ACCEPTED BY �
CONTRACTOR TYoi f%31 , a. J^$ coca
Contractor's Signature Title Date
15. ACCEPTED BY
OWNER
Owner's Signature Title Date
FAYETTEVI LLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Dale Frederick, Airport Manger
From: Heather Woodruff, City Clerk
Date: April 18, 2000
Attached is a copy of the completed staff review form and signed change orders for the contract
with Gray Construction. I am also returning two originals of each change order for you to
distribute. The original will be microfilmed and filed with the City Clerk.
cc: Yolanda Fields, Community Development Coordinator
STAFF REVIEW FORM
AGENDA REQUEST Garver Engineers
X CONTRACT REVIEW
_ GRANT REVIEW MICROFILMED
For the Fayetteville City Council meeting of N/A
FROM:
Alett Little Airport Economic Development
Name Division Department
ACTION REQUIRED: Request approval of Contract Change Order No. 2 in the amount of $4,290.00 to the contract with
Garver Engineers, Inc. for additional engineering fees required for the construction of an 8 -Bay T -Hangar. The additional
charges resulted from changes in the building design during construction. The Engineering Department has recommended
that Garver Engineering be compensated for these charges. The cost for this Change Order is budgeted with an approved
project contingency.
COST TO CITY: 'a-l`C t3..AJJ
$ 4.290.00 $ 6A3 G2.O0 Z dLloo Eight -Bay T -Hangar
Cost of this Request Category/Project Budget Category/Project Name
5550 3960-5804.00 $ t91,'$77 Fixed Assets
Account Number Funds used to date Program Name
98056 $ 63.896 00 f&<53 Airport
Project Number Remaining Balance Fund
Accounting Man"
City
Purchasing Officer
X Budgeted Item
Administrative Services Dir.
Date Internal Aud#or
IYdtee ADA Coordinator
A -co
Date
Date
Date Grants Coordinator Date
STAFF RECOMMENDATION: Staff recommends approval of this change order.
Head
L
Director
Date
A• I. N
PIP
Budget Adjustment Attached
Cross Reference
New Item: Yes
Pre. Ord/Res#: _98-99_
Orig Cont. Date: 7-20-99
Orig Cont #: 667
4
STAFF REVIEW FORM
Description: Meeting Date: N/A
Change Order #2 for Garver Engineers. Inc. for the construction of an 8 -Bay T -Hangar
Comments:
Budget Manager Reference
Accounting Manager Reference
City Attorney Reference
Purchasing Officer Reference
Internal Auditor Reference
ADA Coordinator Reference
Grants Coordinator Reference
Comments
Comments
Comments
Comments
Comments
Comments
Comments
FAYETTEVILLE �
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDEN
To: FRED HANNA, MAYOR
FROM: ALETT LITTLE, ECONOMIC DEVELOPMENT DIRECTOR
DATE: AUGUST 4, 2000
SUBJECT: CHANGE ORDER #2 FOR GARVER ENGINEERS, INC. FOR
ENGINEERING SERVICE TO CONSTRUCTION AN EIGHT -BAY
T -HANGAR
The Economic Development Department requests approval of Contract Change Order No. 2 in the
amount of $4,290.00 to the contract with Garver Engineers, Inc. for additional engineering costs
required for the construction of an 8 -Bay T -Hangar. The additional charges resulted from changes
in the building design during construction.
The Engineering Department has recommended that Garver Engineering be compensated for these
charges. The cost for this Change Order is budgeted with an approved project contingency.
AL/bjm
Attachment: Contract Review Form
3 Original Change Orders
4 4
CHANGE ORDER No. 1
Date: 8/1/2000
ENGINEER'S PROJECT NO.: 976102
PROJECT: Fayetteville Municipal Airport - 8 -Bay T -Hangar
CONTRACTOR: Garver Engineers
Contract for: 8 -Bay T -Hangar
Contract date: September, 1998
TO: Garver Engineers
You are directed to make the changes noted below in the subject Contract:
THE CITY OF FAYETTEVILLE
Owner
Nature of the Changes:
1. Increase in lump sum
fee from $29,800 to $34,090
for additional construction
support services required
due to changes to the
construction contract during
the construction period as
requested
by the Airport.
These changes result in the following adjustment of Contract Price and Contract Time:
CONTRACT PRICE prior to this Change Order: $29,800.00
Increase Resulting from this Change Order: $4,290.00
CONTRACT PRICE Including this Change Order: $34,090.00
Completion Time Prior to This Change Order: N/A
Current Contract Completion Dates Including This Change Order: N/A
Page 1 of 2
4
The Foregoing Changes Are Recommended:
FAYETTEVILLE MUNICIPAL AIRPORT
By:
The Foregoing Changes Are Accepted:
The Foregoing Changes Are Approved:
Date:
GARVER ENGINEERS, INC. j?�i1( By: c44,i11
Date: 8 — f
2000
2000
THE CITY OF FAYETTEVILLE
By:e�
Date: U/ / 2000
Page 2 of 2
FAYETTEVI��LE �
THE CITY OF FAYETTEVILLE. ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Alert Little, Economic Development Coordinator
From: Heather Woodruff, City Clerk
Date: August 9, 2000
Attached is a copy of the completed staff review form and signed change order No. 2 with
Garver Engineers for the eight -bay t -hangar. I am also returning two original to you. The
original will be microfilmed and filed with the City Clerk.
cc: Nancy Smith, Internal Auditor
I:
g
SPECIFICATIONS•
AND•
CONTRACT DOCUMENTS
PREPARED FOR
1
1
•
I. PROJECT
��PZUTED
I.
PREPARED BY:
GARNER ENGINEERS
Garver, Inc. Engineers
'
1010 Battery Street
P.O. Box 50
Little Rock, Arkansas 72203-0050
'
501-376-3633
FAX 501-372-8042
I
1
I
CITY OF FAYETTEVILLE
DRAKE FIELD
FAYETTEVILLE, ARKANSAS
1
1
' 8 BAY T -HANGAR
' June, 1999
I.
986230
1
1
FAYETTEVILLE MUNICIPAL AIRPORT
DRAKE FIELD
8 BAY T -HANGAR
I
II.
TABLE OF CONTENTS
GENERAL DOCUMENTS Page No.
Advertisement for Bids A-1
Instructions to Bidders I -I
Bid Bond BB -I
Proposal P-1
Statement of Bidder's Qualifications SBQ-1
List of Proposed Subcontractors LPS-1
Contract C-1
Performance Bond PEB-1
Payment Bond PAB-1
GENERAL PROVISIONS
Definition of Terms
GP
10-1
Proposal Requirements and Conditions
GP
20-1
Award and Execution of Contract
GP
30-1
Scope of Work
GP
40-1
Control of Work
GP
50-I
Control of Materials
GP
60-1
Legal Regulations and Responsibility to Public
GP
70-1
Prosecution and Progress
GP
80-1
Measurement and Payment
GP
90-1
SPECIAL CONDITIONS
Paragraph No.
SC -01 General Description of the Work SC -1
SC -02 Special Instructions SC -1
i
I
TABLE OF CONTENTS (Cont'd)
Paragraph No. Page No.
SC -03 Restrictions on Time for Work SC -2
SC -04 Insurance SC -2
SC -05 Time for Completion & Liquidated Damages SC -3
SC -06 Legal Holidays SC -5
' SC -07 Instrument Control SC -6
SC -08 Security and Control of Access SC -6
SC -09 Safety SC -7
' SC -10 Documents for the Contractor SC -7
SC-lI NOTAMs SC -7
SC -12 Construction Activity and Aircraft Movement SC -8
' SC -13 Motorized Vehicles SC -8
SC -14 Clean Up SC -8
SC -15 Project Meetings and Coordination SC -9
' SC -16 Schedules and Record Documents SC -9
SC- 17 Contractor/Subcontractor/Supplier Legal Disputes SC -9
SC -18 Measurement and Payment SC -9
SC -19 Minimum Wages SC -10
SC -20 Soil Borings SC -10
' IV. WAGE RATES
IV. TECHNICAL SPECIFICATIONS
Item No.
'SP -1 Specifications, Arkansas State Highway and SP -1-1
Transportation Department
SP -2 Site Preparation SP -2-1
SP -3 Trench and Excavation Safety Systems SP -3-1
SPA Waterline SP -4-1
' SP -5 T -Hangar Construction SP -5-1
1. Drilled Piers Section 02380
2. Cast -In -Place Concrete Section 03300
' 3. Light Gage Metal Framing Section 05400
4. Gypsum Drywall Section 09200
'• 5. Painting Section 09900
6. Pre -Engineered Metal T -Hangar Section 13120
7. Basic Electrical Requirements Section 16010
8. Raceways and Conduit Systems Section 16100
9. Conductors Section 16120
ii
U
1
1
1
1
TABLE OF CONTENTS (Cont'd)
Paragraph No.
Page No.
10.
Outlet Boxes
Section
16130
11.
Pull and Junction Boxes
Section
16131
12.
Wiring Devices
Section
16140
13.
Device Plates
Section
16141
14.
Support Devices and Hangers
Section
16190
15.
Electrical Identification
Section
16195
16.
Grounding
Section
16452
17.
Panelboards
Section
16470
18.
Safety Switch
Section
16476
19.
Starters, Control and Connection
To Mechanical Equipment
Section
16481
20.
Interior Lighting and Lamps
Section
16515
21.
Exterior Lighting and Lamps
Section
16525
SP -6
Pavement Removal and Repair
SP -6-1
P-620 Taxiway Painting
iii
P-620-1
[1
ADVERTISEMENT FOR BIDS
Sealed bids for "8 Bay T -Hangar", Bid No. 99-62, to be constructed for the City of Fayetteville, at the
Fayetteville Municipal Airport, will be received at Room 306 of the City Administration Building, 113
West Mountain, Fayetteville, Arkansas until 10:00 a.m., Tuesday, June 29th, 1999. The location of the
bid opening will be announced in Room 306 at 10:00 a.m., Tuesday, June 29th, 1999. The bids shall
then be publicly opened and read aloud.
The work involves, but is not limited to, the construction of an 8 Bay T -Hangar including connections
to existing electrical service, and construction of approximately 525 feet of 6 -inch ductile iron water
line.
Contract documents, specifications, and drawings, may be seen at the office of Garver Engineers, 240
North Block Street, Fayetteville, Arkansas, or at the Airport Offices. Copies of the Plans and
"Contract Documents and Specifications" may be secured from Garver Engineers upon payment of
Seventy -Five Dollars ($75.00) for each complete set. NO REFUND of payment will be made.
' Each bid shall be accompanied by a bid guarantee consisting of a firm commitment such as a bid bond,
certified check, or other negotiable instrument equivalent to five (5) percent of the amount of the bid,
as assurance that the bidder will, upon acceptance of his bid, execute contractual documents within ten
' (10) calendar days following notice of award. Such bid guarantee shall be made payable to the City of
Fayetteville.
' The proposed contract is under and subject to Executive Order 11246 of September 24, 1965, and to
the Equal Opportunity Clause.
I
Id
I
I
I
iH
I
I
The bidder @roposer) must supply all information required by the bid or proposal form.
Act 150 of 1965, Arkansas Statutes, states that a contractor must be licensed by the State Licensing
Board of Contractors, or have an application for license on file with the Licensing Board, before he
may submit a bid for work when the cost thereof is Twenty Thousand Dollars ($20,000.00) or more.
The City of Fayetteville reserves the right to reject any or all bids and to waive formalities.
Bids must remain in effect for 60 days after the bid opening date.
CITY OF FAYETTEVILLE
Fred Hanna, Mayor
I A-1
L
INSTRUCTIONS TO BIDDERS
I
I
I
I
I
I
I
11
I
I
I
H
'J
H
1. Explanation to Bidders. Any explanation desired by bidders regarding the meaning or
interpretation of the plans and specifications must be requested in sufficient time allowed for a reply
to reach them before the submission of their bids. Oral explanations or instructions given before the
award of the contract will not be binding. Any interpretation made will be in the form of an
addendum to the specifications or plans and will be furnished to all bidders by certified mail or by
other verifiable means.
2. Conditions at Site of Work. Bidders should visit the site to ascertain pertinent local conditions
readily determined by inspection and inquiry, such as the location, accessibility, and general
character of the site. Other contractors may be working adjacent to the project site; the Contractor
shall coordinate through the Engineer to keep potential conflicts at a minimum and to accomplish
steady prosecution of the work.
3. Bidder's Qualifications. Before a bid is considered for award, the bidder is required by the
Owner to submit a statement of facts in detail as to his previous experience in performing similar or
comparable work, his business organization, financial resources, and plant available to be used in
performing the contemplated work. A "Statement of Bidder's Qualifications" is included for this
purpose in the bound contract documents (see Table of Contents). This form shall be completed and
submitted with the proposal at the time set for the opening of bids.
4. Bid Guarantee. Failure to submit a bid guarantee with the bid may be cause for rejection. The
bidder, at his option, may furnish a bid bond, postal money order, certified check, or cashier's check,
or may deposit, in accordance with Treasury Department regulations, bonds or notes of the United
States (at par value) as security in the amount required.
In case security is in the form of postal money order, certified check, cashier's check, or bonds or
notes of the United States, the Owner may make such disposition of the same as will accomplish the
purpose for which submitted. Checks may be held uncollected at the bidder's risk.
5. Preparation of Bids. Bids shall be submitted on the forms furnished, or copies thereof, and must
be manually signed. If erasures or other changes appear on the forms, each such erasure or change
must be initialed by the person signing the bid. Bidders must quote on all items within the proposal;
failure to do so may disqualify the bid.
6. Submission of Bids. Bids must be submitted as directed on the proposal form. The proposal
forms shall not be submitted separately but shall be attached within and submitted with the entire
"Specifications and Contract Documents" book.
Bids must be submitted in sealed envelopes bearing on the outside: the name of the bidder, his
address, and the name of the project for which the bid is submitted, and the date of opening. If
forwarded by mail, the sealed envelope containing the bid, and marked as directed above, must be
enclosed in another envelope properly addressed.
I-1
7. Receipt and Opening of Bids. Bids will be submitted prior to the time fixed in the
' Advertisement for Bids. Bids received after the time so fixed are late bids; late bids will not be
considered but will be held unopened and returned to the bidder. No responsibility will attach to
any person for the premature opening of, or the failure to open, a bid not properly addressed and
' identified.
8. Withdrawals of Bids. Bids may be withdrawn on written or telegraphic request received from
bidders prior to the time fixed for opening. Negligence on the part of the bidder in preparing the bid
confers no right for the withdrawal of the bid after it has been opened.
9. Bidders Present. At the time fixed for the opening of bids, their contents will be made public for
the information of bidders and others properly interested, who may be present either in person or by
representative.
10. Bidders Interested in More Than One Bid. If more than one bid be offered by any one party, by
or in the name of his or their clerk, partner, or other person, all such bids will be rejected. A party
who has quoted prices to a bidder is not thereby disqualified from quoting prices to other bidders or
from submitting a bid directly for the work.
11. DISQUALIFICATION OF BIDDERS. A bidder shall be considered disqualified for any of the
following reasons:
A. Submitting more than one proposal from the same partnership, firm, or corporation
under the same or different name.
B. Evidence of collusion among bidders. Bidders participating in such collusion shall
be disqualified as bidders for any future work of the owner until any such participating bidder has
been reinstated by the owner as a qualified bidder.
IC. If the proposal is not submitted in conformance with the requirements of State and
Federal law. For the bidders information:
' Act 150 of 1965, as amended, has been interpreted, by the State Contractor's Licensing
Board, to require a contractor to have a current Arkansas contractor's license, or an application for a
license before the board, in order to submit a valid bid.
' Act 159 of 1949, as amended, requires the bidder to list his mechanical, plumbing,
' electrical and roofing and sheet metal subcontractors.
Other State laws may affect the submission of bids. The bidder should be familiar with
State and Federal laws affecting his bid.
D. If the bidder is considered to be in "default" for any reason specified in the
subsection titled ISSUANCE OF PROPOSAL FORMS of section GP -20.
' I-2
I]
LI
1:
I
I
I
I
I
I
I
iI
I
Li
I
I
I
I
I
I
12. Award of Contract. The above contract(s) will be awarded to the lowest responsible bidder
on each, price and other factors considered, provided the bid is reasonable and it is in the interest
of the Owner to accept it. The work involves, but is not limited to, the construction of 8 Bay T -
Hangar including connections to existing electrical and water services.
The contract will be awarded as soon as practicable after federal funds are available. Bids must
remain in effect for sixty (60) days after opening thereof.
The Owner
reserves the
right to waive any
informality in
bids received
when such waiver is in
the interest
of the Owner.
In case of error in
the extension
of prices, the
unit price will govern.
See the "Award and Execution of Contract" section of the General Provisions of these Contract
Documents.
13. Rejection of Bids. The Owner reserves the right to reject any and all bids when such rejection
is in the interest of the Owner; to reject the bid of a bidder who has previously failed to perform
properly or complete on time contracts of a similar nature; and to reject the bid of a bidder who is
not, in the opinion of the Owner, in a position to perform the contract.
All bids may be rejected if the lowest responsive bid received exceeds the Engineer's estimate by
more than seven (7) percent and it is determined that an award of contract would cause excessive
inflationary impact.
14. Contract and Bonds. The bidder to whom award is made shall, within the time established,
enter into a written contract with the Owner and furnish certificates of insurance coverage and
performance and payment bonds. The bonds shall be in the amount of the awarded contract.
Insurance coverage shall be in the amounts indicated in the "Special Conditions" (see Table of
Contents).
15. Contractor's Liability Insurance Requirements. The bidder shall provide with the Proposal a
listing of both automobile and personal liability insurance coverage currently in force, along with a
copy of a Certificate of Insurance as verification of that coverage. In addition, the bidder shall
provide a statement of premium cost issued by the agent or insurance carrier for that coverage.
In the event
the
Owner determines that the low
bidder's coverage in force is inadequate, the Owner
may require
the
low bidder to procure additional
coverage in amounts specified
by the Owner.
16. Third Party Coverage. In the event the bidding documents require the contractor to name the
consultant and/or the Owner as additional insured, the bidder shall show the premium cost for the
additional insured in the Proposal in the item for additional coverage. The amount shown in the bid
item for additional premium cost shall be that amount of additional premium above the premium for
the coverage shown in the Certificate of Insurance submitted with the bid. In the event additional
coverage is required by the Owner, the additional premium cost for third party coverage above the
amounts shown in the Certificate of Insurance shall be paid by the Owner in the form of a
reimbursement under the contract.
I-3
LI
I17. Signatory and Contract Submittals. The contract documents call for all bidders, and for the
awarded contractor, to complete and/or submit certain information. Following is a list of the items
that each bidder on the project must complete/submit with the sealed bid:
• Bid Bond (pages BB -1,2)
' • Proposal (all pages)
• Bidder's Qualifications (pages 1-1, para. 3; and SBQ-1,2; and para. GP -20-02)
• List of Proposed Subcontractors (page LPS-1)
' • Current automobile and liability insurance coverage (para. SC -04)
The following is a list of completed forms/submittals that the apparent low bidder will be required
to complete before execution and award of the contract:
• Contract (pages C-1 thru C-4)
' • Performance Bond (pages PEB-1,2)
• Payment Bond (pages PAB-1,2)
• Certificates of Insurance (para. SC -04)
• Third Party Insurance (para. SC -04)
The following is a list of completed forms/submittals that the awarded contractor will be required to
'submit before construction begins:
I. Construction Schedule (para. GP -80-03; SC -16)
Additional certifications and submittals will be required for construction materials and other items
in the technical specifications.
I
END OF INSTRUCTIONS TO BIDDERS SECTION
I
I
[I
I
C
I
Ll
H
I
BID BOND
KNOW ALL MEN BY THESE PRESENTS:
That we, Gray Construction, Inc.
Iand
LI
II
n
I
I
BB -I
I
(Name of Principal)
Surety)
as PRINCIPAL,
SURETY,
are held and firmly bound unto the City of Fayetteville, Arkansas, hereinafter called the
OWNER, in the penal sum of
five percent (5%)
Dollars ($ 5% ) lawful
money of the United States, for the payment of which sum, we bind ourselves, our heirs,
executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that, WHEREAS, the Principal has
submitted or is about to submit the accompanying proposal on a contract for "8 Bay T -Hangar",
Fayetteville Municipal Airport, Fayetteville, Arkansas.
NOW, THEREFORE, if the said contract be awarded to the Principal and the Principal shall,
within ten (10) days after the prescribed forms are presented to him for signature, enter into a
written contract with the Owner in accordance with the Proposal as accepted, and give bonds
with good and sufficient surety or sureties, as may be required, for the faithful performance and
proper fulfillment of suc'..- -.ontract, and for the prompt payment of labor and material furnished
in the prosecution therec then the above obligation shall be null and void, otherwise to remain
in full force and effect.
IN WITNESS WHEREOF, the above bound parties have executed this instrument, under their
several seals this 29th day of June , 19999, the name and corporate seal of each
corporate party being hereto affixed and these presents duly signed by its undersigned
representatives, pursuant to authority of its governing body.
Gray Construction, Inc.
Principal
By f4Ay. (L.S.)
Title
722 E. Jefferson, Siloam Spring;
Address
Seal (If a corporation)
Corporate Surety
Countersigned
By Se -c f6/�da
Attorney -In -Fact, State of Arkansas
NOTE: Power -of -Attorney for person
signing for Surety Company
must be attached to bid.
Address
IEmployers Mutual Casualty Company
HOME OFFICE - DES MOINES
BID BOND
KNOW ALL MEN BY THESE PRESENTS: That we
GRAY CONSTRUCTION, INC.
as Principal, and EMPLOYERS MUTUAL CASUALTY COMPANY, a corporation
' organized and existing under the laws of the State of Iowa and
authorized to do business in the State of Arkansas, as Surety, are
held and firmly bound unto
CITY OF FAYETTEVILLE
as Obligee, in the sum of FIVE PERCENT OF THE AMOUNT BID (5%s of bid),
' lawful money of the United States of America, to the payment of which
sum of money well and truly to be made, the Principal and Surety bind
themselves, their and each of their heirs, executors, administrators,
successors and assigns, jointly and severally, by these presents.
1 THE CONDITION OF THIS OBLIGATION IS SUCH that if the Obligee shall
make any award to the Principal for:
' 8 BAY T -HANGAR, BID NO. 99-62
FAYETTEVILLE MUNICIPAL AIRPORT DRAKE FIELD
' according to the terms of the proposal or bid made by the Principal
therefor, and the Principal shall duly make and enter into a contract
with the Obligee in accordance with the terms of such proposal or bid
' and award and shall give bond for the faithful performance thereof,
with the Employers Mutual Casualty Company as Surety or with other
Surety or Sureties approved by the Obligee; or if the Principal shall,
in case of failure so to do, pay to the Obligee the damages which the
' Obligee may suffer by reason of such failure not exceeding the
penalty of this bond, then this obligation shall be null and void;
otherwise it shall be and remain in full force and effect.
Signed, Sealed and Dated JUNE 29, 1999
(Jiu
nness £7
GRAY CONSTRUCTION INC.
4tie' By: / %
Dt
EMPLOYERS MUTUAL CASUALTY COMPANY
By:
M TTHEW Ki CAON, JR.
Attorney -in -Fact
EMC Insurance Companies
No. 384538
P.O. Box 712 • Des Moines, Iowa 50303
CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY -IN -FACT
KNOW ALL MEN BY THESE PRESENTS, that:
1. Employers Mutual Casualty Company, an Iowa Corporation
2. EMCASCO Insurance Company, an Iowa Corporation
3. Union Insurance Company of Providence, an Iowa Corporation
4. Illinois EMCASCO Insurance Company, an Illinois Corporation
hereinafter referred to severally as "Company" and collectively as "Companies", each does, by these presents, make, constitute and appoint:
KNIGHT CASHION, BENSON A. CASHION, MATTHEW KNIGHT CASHION, JR., JUDY SCHOGGEN, WILLIAM R. PLEGGE, WILLIAM H.
GRIFFIN, CYNTHIA L. WADLEY, INDIVIDUALLY, LITTLE ROCK, ARKANSAS.................................................................................................
5. Dakota Fire Insurance Company, a North Dakota Corporation
6. EMC Property & Casualty Company, an Iowa Corporation
7. The Hamilton Mutual Insurance Company, an Ohio Corporation
its true and lawful attorney -in -fact, with full power and authority conferred to sign, seal, and execute its lawful bonds, undertakings, and other obligatory instruments of a
similar nature as follows:
IN AN AMOUNT NOT EXCEEDING TEN MILLION DOLLARS............................................................................................... ($10,000,000.00)
and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all of
the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed.
The authority hereby granted shall expire
April 1, 2002 unless sooner revoked.
AUTHORITY FOR POWER OF ATTORNEY
This Power -of -Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at a
regularly scheduled meeting of each company duly called and held in 1999:
RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power
and authority to (1) appoint attorneys -in -fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and
undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (2) to remove any such attorney -in -fact at any time and revoke
the power and authority given to him or her. Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power -of -attorney issued to them,
to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and
other writings obligatory in the nature thereof, and any such instrument executed by any such attorney -in -fact shall be fully and in all respects binding upon the Company.
Certification as to the validity of any power -of -attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects
binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power -of -attorney of the Company, shall be valid and binding upon the Company with the same force and affect as though manually affixed.
IN WITNESS WHEREOF, the Companies have caused these presents to be sig ed for each by their officers as shown, and the Corporate seals to be hereto affixed this
28th day of April 1999 r /, f(
t�l
Seals
.SOO INSUggZ S "c€ Co
,
cY.Pv0.P'. c; 4Jd0PY0Fai: 0 ,% :O�`4•PPOFq�Ss
€o SEAL si Eo 1863 ;:6s 1953
°- rc :'s: :nr
: Sal ''pnun..J 7. i"•ynn.`
•R UNG6�:' ,"en • •F „•, /Ow,.
,.,.r...... , I.
lSURA&C :`\NSUR4ry �•`\r.U.',, '•..
O JPrnry.f.• ... c. Ps ,.u.,rr.C9
]4 :,Pr091�'O.- jw :`�PVOv4/:, Cam. pa"'.`Pv0<d':fp
?5 SEAL• a, SEAL SEAL e,;
: ,.: : b' r O a
'. ,w ', 4rm onO\,: ., OINE$
,>Oy.
",....,,.,.` r, r,,,,,,
aM
`'UTNU's___
RUTAKRUMINS
MY COMMISSION EXPIRES
September 30, 2000
Bruce G. Kelley, Chairman V Donald L. Coughen&wer
of Companies 2, 3, 4, 5 & 6; President Assistant Secretary
of Company 1; Vice Chairman and
CEO of Company 7
On this 2828th day of April AD 1999 before me a
Notary Public in and for the State of Iowa, personally appeared Bruce G. Kelley and Donald
L. Coughennower, who, being by me duly sworn, did say that they are, and are known tome
to be the Chairman, President, Vice Chairman and CEO, and/or Assistant Secretary,
respectively, of each of The Companies above: that the seals affixed to this instrument are
the seals of said corporations; that said instrument was signed and sealed on behalf of each
of the Companies by authority of their respective Boards of Directors; and that the said
Bruce G. Kelley and Donald L. Coughennower, as such officers, acknowledge the execution
of said instrument to be the voluntary act and deed of each of the Companies.
My Commission Expires Sep er 30, 2000.
I
Notary Public in and for the State of Iowa
CERTIFICATE
I, David L. Hixenbaugh, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the
Companies, and this Power of Attorney issued pursuant thereto on April 28, 1999
on behalf of Knight Cashion, Benson A. Cashion, Matthew Knight Cashion, Jr., Judy Schoggen, William R. Plegge, William H. Griffin,
are true and cet 8r�a*M61 jull force and effect.
In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 29t of ivae 1999
Vice -President
I
I
I
I
Li
n
PROPOSAL
City Administration Bldg.
Place Rm. 306, Fayetteville, AR
Date_ June 29, 1999
Proposalof Gray Construction, Inc. ,a Corporation
organized and existing under the laws of the State of Arkansas
OR
Proposal of
a partnership consisting of
and
OR
' Proposal of
an individual trading as
TO: CITY OF FAYETTEVILLE
' The undersigned Bidder, having visited the site and examined the Plans, Specifications, and
other Contract Documents, including all Addenda and being familiar with all the conditions
relating to the proposed project, hereby proposes to furnish all tools, appliances, equipment and
specified materials, and perform all necessary labor for "8 Bay T -Hangar", in strict accordance
with the Plans, Specifications, and other Contract Documents at and for the unit prices proposed
' herein.
The undersigned Bidder, having read the Advertisement for Bids, understands that sealed bids
' for the "8 Bay T -Hangar" will be received by the City of Fayetteville at Room 306 of the City
Administration Building, 113 West Mountain, Fayetteville, Arkansas, until 10:00 a.m., Tuesday,
June 29th, 1999 at which time the bids shall be publicly opened and read aloud.
All extensions of the unit prices in the Unit Price Schedule will be subject to verification by the
Owner. In case of discrepancy between a unit price and its extension, the unit price will be
considered to be the bid.
1
I
P-1
FAYETTEVILLE MUNICIPAL AIRPORT
FAYETTEVILLE, ARKANSAS
8 BAY T -HANGAR
UNIT PRICE SCHEDULE
Item Estimated
No. Description Unit Ouantity
SP -2-10.1 Site Preparation L.S. 100%
SP -3-4.1 Trench and Excavation Safety L.S. 100%
Systems
SP -4-20.1
6" D.I. Pipe, Installed
L.F.
SP -4-20.2
6" x 6" Tapping Sleeve
and Valve
EACH
SP -4-20.3
Fire Hydrant and ` "alve
Assembly
EACH
SP -5-3.1
8 Bay T -Hang.. onstruction
(Foundation, B. ding & Erection,
Electrical)
L.S.
SP -6-5.1
Pavement Removal and
Repair
S.Y.
P -620-5.1a
Taxiway Paint Removal
S.F.
P-620-5.Ib
Taxiway Painting
S.F.
SC -04
Third Party Insurance
L.S.
TOTAL BID AMOUNT
P-2
525
I
2
Amount
$ 5,900.00
$ 1,180.00
$ 1n.ne4.nn
$ 4,484.00
$ 498.00.
100%
$211
4.50
6.0
$ 1,888.00
375
$
708.00
175
$
413.00
100%
$
590.00
$264,364.50,
I
' Accompanying this Proposal is a Certified Check, Bid Bond, X Other _
in an amount not less than five (5) percent of the total amount of bid which, it is
' agreed, shall be retained as liquidated damages by the City of Fayetteville if the undersigned fails
to execute the Contract and furnish bond as specified within ten (10) days after formal
notification of award to the undersigned.
' The undersigned Bidder agrees to begin work within ten (10) calendar days after the notice to
proceed is issued and complete the work within ninety (90) calendar days. A Notice To Proceed,
' for materials purchasing only, shall be issued by the Owner to the Contractor after execution of the
contract documents. A separate Notice to Proceed shall be issued by the Owner to the Contractor to
' begin construction, at which time the ninety (90) calendar day construction period shall begin.
Should the bidder fail to fully complete the work within the above stated time, he shall pay the
City of Fayetteville, as fixed, agreed and liquidated damages, and not as a penalty, the sum
' specified in subparagraph TIME FOR COMPLETION AND LIQUIDATED DAMAGES of
SPECIAL CONDITIONS, for each calendar day of delay until the work is completed or
accepted, and that additional time is only to be allowed for delays as stipulated in the Contract
Documents.
The undersigned Bidder agrees that this bid may not be withdrawn for a period of sixty (60) days
' after the opening of the bi
In submitting this bid, it is understood by the undersigned Bidder that the right is reserved by the
City of Fayetteville to reject any and all bids.
' Previous Contracts. Section 60-1.7(b) of the Regulations of the Secretary of Labor requires each
bidder or prospective prime contractor and proposed subcontractor, where appropriate, to state in
the bid or at the outset of negotiations for the contract whether it has participated in any previous
' contract or subcontract subject to the equal opportunity clause; and if so, whether it has filed with
the Joint Reporting Committee, the Director, an agency, or the former President's Committee on
Equal Employment Opportunity all reports due under the applicable filing requirements. In any
case in which a bidder or prospective prime contractor or proposed subcontractor which
participated in a previous contract subject to Executive Order 10925, 11114, or 11246 has not
filed a report due under the applicable filing documents, no contract or subcontract shall be
' awarded unless such contractor submits a report covering the delinquent period or such other
period specified by the FAA or the Director, OFCCP.
' The bidder (proposer) shall complete the following statements by checking the appropriate
boxes:
' 1. The bidder (proposer) has has not x participated in a previous
Contract subject to the equal opportunity clause prescribed by Executive Order 10925, or
' Executive Order 11114, or Executive Order 11246.
2. The bidder (proposer) has has not X submitted all compliance
reports in connection with any such Contract due under the applicable filing requirements; and
' P-3
C
that representations indicating submission of required compliance reports signed by proposed
Subcontractors will be obtained prior to award of Subcontracts.
J
H
I
I
I
C
J
Li
If the bidder (proposer) has participated in a previous contract subject to the equal opportunity
clause and has not submitted compliance reports due under applicable filing requirements, the
Bidder shall submit a compliance report on Standard Form 100, "Employee Information Report
EEO -I" prior to the award of the contract.
Standard Form 100 is normally furnished contractors annually, based on a mailing list currently
maintained by the Joint Reporting Committee. In the event a contractor has not received the
form, he may obtain it by writing to Joint Reporting Committee, 1800 "G" Street, Washington,
D. C. 20506.
Gray Construction, Inc.
.........................................................................................................................................................
Name of Bidd
By:......</.••••..................................................................................................................................
(Signature)
...R...S.. Grays.President.....................................................................................--.........
(Print Name and Till
(Sitxe s s ............................f �..�............
(Signature)
722 E. Jefferso , Siloam Springs,
P.O. Box 457, Siloam Springs,,.. AR
(Office Address of Bidder)
SEAL (If Bidder is a Corporation)
NOTES: Sign in ink. Do not detach.
All items listed in the Unit
Price Schedule must be bid upon.
I
J
AR 72761
72.761
................................
I P-4
11
' STATEMENT OF BIDDER'S QUALIFICATIONS
(Prime Contractor)
All questions must be answered and the data given must be clear and comprehensive. This
statement must be notarized. If necessary, questions may be answered on separate attached
' sheets. The Bidder may submit any additional information he desires. This form must be
completed and submitted at the time of the bid opening.
1. Name of Bidder: Gray Construction, Inc.
2. Permanent main office address: 722 E. Jefferson, Siloam Springs, AR 72761
3. When and where organized (or incorporated): October, 1996
' 4. Similar Projects under Contract (include location, percent complete, cost):
III
5. Similar Projects Completed (include location, date completed, cost) :................................
Pro Design & Pro Trucks, Siloam Springs, 1990
........................................................................................................................4............. 0.4....
Country Market Place, Garfield, 1995
6. Have you ever failed to complete any work awarded to you?
If so, where and why? No
I
7. Have you ever defaulted on a contract?
If so, where and why? No
' 8. List the major equipment available for this contract.
'96 Case 4W Drive Backhoe, Komatsu Dozer, '96 SK200 Track hoe,
Job trailer, Mack Dump Truck, Misc. tools compressors, generators,
etc.
9. Credit available: $ 100,000
..............................................................................................
' 10. Give Bank reference: Mike Luttrell, First Financial Bank, Siloam Springs
1
SBQ-1
[l
11. Will you, upon request, fill out a detailed financial statement and furnish any other
information that may be required? yes
12. The undersigned hereby authorizes and requests any person, firm, or corporation to
' furnish any information requested by the City of Siloam Springs in verification of the
recitals comprising this Statement of Bidder's Qualifications.
Dated at this �cl day of J K ti 19 99
' Gray Construction, Inc.
....................................................................................................................................
(Name of Bidder) 1,7
1 BY:
..
.......... ......0 ............ .....'... ........................................4.4....................
(Signature) _
'
.........................................................................................................................................................
(Title)
'
STATE OF Arka:sas )
) SS.
COUNTY OF Benton )
1
being duly sworn deposes and
I
I
I
I
I
H
I
says that he is President of Gray Construction, Inc.
(Name of Organization)
and that the answers to the foregoing questions and all statements therein contained are true and
correct.
SUBSCRIBED AND SWORN TO Before me this 29 day of ,Tune
19 99 .
t.
NOTARY PU LIC
MY COMMISSION EXPIRES:
....... OF.FIGAL SEAL .......................................
BEVERLY FRAIZER
NOTARY PUBLIC -STATE OF ARKANSAS
BENTON COUNTY
........ ...... S Cotonsaion Etpime Allah I' OC9..
I
SBQ-2
I
I
I
C
C'
L
I
I
I
fi
H
H
LIST OF PROPOSED SUBCONTRACTORS
(This form must be completed and submitted at the time of the bid opening)
In compliance with Act 159 of 1949, as amended, of the Acts of the General Assembly of the
State of Arkansas, I, the undersigned General Contractor, hereby certify that proposals from the
following Subcontractors were used in the preparation of my bid. I agree that if I am the
successful Bidder and if the following subcontracts are approved, I will not enter into contracts
with others for these divisions of the work without prior written approval from the Engineer and
the Owner.
Type of Work: ......T..Hanger..............................................
Subcontractor's Name: ...L:k.k.�i.C.1?.......6oS. x.e.x.....Zzit...............................................................
License No.:.. Salvadore.. Lopez ].dex.Ss...InC.......A.062.49.Q3.9.9...
Address 3171 .., Warwick .....Fayettev„i,lie/AR .....7 .7.Q ............................................
Typeof Work: ......Electrical...................................................................................................
Subcontractor'sName:...Morrow &...Cash,.Construction
License No. ..............0025800399
................................... 0......... 4 ............................. 0.. 0.0.. 0..................
Address :......4.i9...S......Qun.t;.eF.r...$.i.l.Aam..S.Pz.i.ng.a,... AR.....7.2.7.51.......................................
Type of Work: ...Foundation
...............................................................................................................
Subcontractor'sName:...Lillich &_.Bog,glen.,,,Zn.q......................................................4.......
...............
License No.:........QQ.6.58.1.Q4.99..............................................................................
Address:..............100 S. Broadway, Ste. F, iJoa.m...S.pr.inaS....AR...:..7.2.7.6Z
Typeof Work:.P.].umb.inS...................................................................:........................................
Subcontractor's N aiii e .......H.i. A t.ne.t ..R.J umki.as....Z.nC...............................................................
License No.:.. Master. #5750
................................................................................................................
Address :.........19.1.59..Shinn ., Springs ..RD. ./...Siloam ,,,SP. in.SS.,...AIZ.....22.7.6.1.............
Bidder (General Contractor' Gray Construction, Inc.
.....................................................................
License No.:.. 0000 ... ................0061,001199
................................................................0000...................
By:............................................................................................................4.............0000.............*
Title: ...................w)I li(
*Signature must be the same as on the Proposal form.
I
LPS-1
I
El
I
I
L
11
EXHIBIT A
CONTRACT
THIS AGREEMENT Made this 2Ob day of 5 , 19, by and between
the City of Fayetteville, Arkansas, acting through its duly authorized representatives, party of the
first part, hereinafter called the "OWNER", and:
GOwirRVGTl01J
party of the second part, hereinafter called "CONTRACTOR'.
WITNESSETH:
' That for and in consideration of the payment hereinafter mentioned, to be made and
performed by the OWNER, the CONTRACTOR hereby agrees with the OWNER to commence
and complete "8 Bay T -Hangar", Fayetteville Municipal Airport.
The CONTRACTOR agrees to perform the work in accordance with the Plans,
Specifications and all provisions attached hereto and made a part hereof as though copied in full
' herein, for and at the prices bid in the Proposal.
I
I
I
I
I
I
I
I
I
The OWNER agrees to pay, and the CONTRACTOR agrees to accept, as full and
final compensation for all work done under this agreement, the price bid in the Proposal which is
hereto attached, said payments to be made in lawful money of the United States at the time and
in the manner set forth in the Specifications.
For the consideration above expressed, the CONTRACTOR agrees to begin work
within ten (10) calendar days, after direction from the OWNER, and complete the work within
ninety (90) calendar days: A Notice To Proceed, for materials purchasing only, shall be issued by
the Owner to the Contractor after execution of the contract documents. A separate Notice to
Proceed shall be issued by the Owner to the Contractor to begin construction, at which time the
ninety (90) calendar day construction period shall begin. If the CONTRACTOR shall fail to
complete the work in the time specified, he shall pay to the OWNER, as liquidated damages,
ascertained and agreed, and not in the nature of a penalty, the amount referenced in the Proposal
and specified in SPECIAL CONDITIONS for each day delayed; which shall be deducted from
the final payment to be paid under this Contract; provided that extensions of time with waiver of
liquidated damages may be granted as provided for in the Specifications.
The CONTRACTOR agrees to furnish a Performance Bond and a Payment Bond with an
approved Surety thereon guaranteeing the performance of this Contract as required by the law of
the Siate of Arkansas, in the principal amount not less than one hundred (100) percent of the
amount of this Contract. Said bonds shall be conditioned upon full and complete performance of
the Contract and for the payment of all labor, tools, equipment and materials furnished by the
CONTRACTOR entering into or incidental to the work and shall guarantee the work against
faulty workmanship or materials for a period of one (1) year after completion.
I
C-1
[l
I
' The Surety on said bonds
shall be a Surety
Company of financial resources satisfactory to the
OWNER and
authorized to
do business in the
State of Arkansas.
During the performance of this Contract, the CONTRACTOR for itself, its assignees
and successors in interest (hereinafter referred to as the "Contractor") agrees as follows:
1. Compliance with Regulations. The Contractor shall comply with the
Regulations relative to nondiscrimination in Federally -assisted programs of the Department of
Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may
be amended from time to time (hereinafter referred to as the Regulations), which are herein
incorporated by reference and made a part of this Contract.
' 2. Nondiscrimination. The Contractor, with regard to the work performed by it
during the Contract, shall not discriminate on the grounds of race, color, or national origin in the
selection and retention of Subcontractors, including procurements of materials and leases of
equipment. The Contractor shall not participate either directly or indirectly in the discrimination
prohibited by Section 21.5 of the Regulations, including employment practices when the
Contractor covers a program set forth in Appendix B of the Regulations.
3. Solicitations for Subcontracts, Including Procurements of Materials and
EE uipment. In all solicitations either by competitive bidding or negotiation made by the
Contractor for work to be performed under a Subcontract, including procurements of materials or
leases of equipment, each potential Subcontractor or supplier shall be notified by the Contractor
of the Contractor's obligations under this Contract and the Regulations relative to
nondiscrimination on the grounds of race, color, or national origin.
4. Information and Reports. The Contractor shall provide all information and
reports required by the Regulations or directives issued pursuant thereto, and shall permit access
' to its books, records, accounts, other sources of information, and its facilities as may be
determined by the Owner to be pertinent to ascertain compliance with such regulations, orders,
and instructions. Where any information required of a Contractor is in the exclusive possession
' of another who fails or refuses to furnish this information, the Contractor shall so certify to the
Owner and shall set forth what efforts it has made to obtain the information.
5. Sanctions for Noncompliance. In the event of the Contractor's
noncompliance with the nondiscrimination provisions of this Contract, the Owner shall impose
• such Contract sanctions as it may determine to be appropriate, including, but not limited to:
(a) Withholding of payments to the Contractor under the Contract until
the Contractor complies, and/or
(b) Cancellation, termination, or suspension of the Contract in whole or in
part.
I
C-2
[1
1
6. Incorporation of Provisions. The Contractor shall include the provisions of
1 paragraphs I through 5 in every Subcontract, including procurements of materials and leases of
equipment, unless exempt by the Regulations or directives issued pursuant thereto. The
Contractor shall take such action with respect to any Subcontract or procurement as the Owner
' may direct as a means of enforcing such provisions including sanctions for noncompliance.
Provided, however, that in the event a Contractor becomes involved in, or is threatened with,
1 litigation with a Subcontractor or supplier as a result of such direction, the Contractor may
request the Owner to enter into such litigation to protect the interests of the Owner.
H
I
H
H
I
I
I
I
I
I
I
I
BUY AMERICAN - STEEL AND MANUFACTURED
PRODUCTS FOR CONSTRUCTION CONTRACTS (JAN 1991)
(a) The Contractor agrees that only domestic steel and manufactured products will be used by the
Contractor, subcontractors, materialmen, and suppliers in the performance of this contract, as
defined in (b) below.
(b) The following terms apply to this clause:
1. Steel and manufactured products. As used in this clause, steel and manufactured
products include (1) those produced in the United States or (2) a manufactured
product produced in the United States, if the cost of its components mined, produced
or manufactured in the United States exceeds 60 percent of the cost of all its
components and final assembly has taken place in the United States.
2. Components. As used in this clause, components means those articles, materials, and
supplies incorporated directly into steel and manufactured products.
3. Cost of Component≤. This means the costs for production of the components,
exclusive of final assembly labor costs.
I
C-3
I
I
I
I
I
I
I
IN WITNESS WHEREOF, the parties of these presents have executed this Contract in four
(4) counterparts, each of which shall be deemed an original on the day and year first above
written.
ATTEST:
1
ATTEST:
1
I
1
1
NOTARY
:T:PUBLIC
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
By .yu/
( rty of the First Part)
Title y
SEAL (If a Corporation)
—
C-4
I
I
I
I
I
I
I
IE
I
I
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS:
THAT WE,
as Principal, hereinafter called "Principal", and
State of , as
Surety, hereinafter called "Surety", are held and firmly bound unto the City of Fayetteville,
Arkansas, as Obligee, hereinafter called "Owner", in the amount of
Dollars ($ ), in lawful
money of the United States of America, for the payment of which sum well and truly to be made,
we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally,
firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT:
WHEREAS, the Principal entered into a Contract with the Owner by written
agreement dated the day of , 19_, a copy of which is attached hereto and
made a part hereof, hereinafter referred to as the Contract,
"8 BAY T -HANGAR"
FAYETTEVILLE MUNICIPAL AIRPORT
' NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its
duties, all the undertakings, covenants, terms, conditions, and agreements of said Contract during
the original term thereof, and any extensions thereof which may be granted by the Owner, with
' or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such
Contract, and shall fully indemnify and save harmless the Owner from all costs and damages
which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all
I outlay and expense which the Owner may incur in making good any default, then this obligation
shall be void; otherwise to remain in full force and effect.
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 an extension of time for the performance of the
Contract, or any other forbearance on the part either of the Owner or the Principal to the other
shall not release in any way the Principal and Surety, or either of these, their heirs, personal
representatives, successors, or assigns from their liability hereunder, notice to the Surety of any
alteration, extension or forbearance hereby being waived.
PEB-1
In no event shall the aggregate liability of the Surety exceed the sum set out herein
No suit, action or proceeding shall be brought on this bond outside the State of
Arkansas. No suit, action, or proceeding shall be brought on this bond, except by the Owner,
after six (6) months from the date on which final payment to the Contractor falls due. No suit,
action or proceeding shall be brought by the Owner after two (2) years from the date on which
final payment to the Contractor falls due.
This bond is executed pursuant to the terms of Arkansas Act 351 of 1953 as
amended.
Executed on this day of
SEAL
SEAL
19_
(Principal)
By
Title
(Surety)
By
Attorney -In -Fact
NOTES: Attach Power of Attorney.
•Date of Bond must not precede date of Contract.
A copy of this Bond must be filed with the
Circuit Clerk in each county wherein the work
is to be performed.
PEB-2
' PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS:
THAT WE,
as Principal, hereinafter called "Principal", and
State of , as Surety, hereinafter called "Surety", are held
and firmly bound unto the City of Fayetteville, Arkansas, as Obligee, hereinafter called "Owner",
in the amount of
Dollars ($ ), in
lawful money of the United States of America, for the payment of which sum well and truly to be
made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT:
' WHEREAS, the Principal entered into a Contract with the Owner by written
agreement dated the day of , 19_, a copy of which is attached hereto and
made a part hereof, hereinafter referred to as the Contract,
•' "8 BAY T -HANGAR"
FAYETTEVILLE MUNICIPAL AIRPORT
NOW, THEREFORE, if the Principal shall promptly make payment to all persons,
' firms, subcontractors, and corporations furnishing materials for or performing labor in the
prosecution of the work provided for .in such contract, and any authorized extension or
modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and
I. coke, repairs on machinery, equipment and tools, consumed or used in connection with the
construction of such work, and all insurance premiums on said work, and for all labor performed
in such work, whether by subcontractor or otherwise, then this obligation shall be void;
otherwise to remain in full force and effect.
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 an extension of time for the performance of the
Contract, or any other forbearance on the part either of the Owner or the Principal to the other
shall not release in any way the Principal and Surety, or either of these, their heirs, personal
representatives, successors, or assigns from their liability hereunder, notice to the Surety of any
alteration, extension or forbearance hereby being waived.
PAB-1
In no event shall the aggregate liability of the Surety exceed the sum set out herein
No suit, action or proceeding shall be brought on this bond outside the State of
Arkansas. No suit, action, or proceeding shall be brought on this bond, except by the Owner,
after six (6) months from the date on which final payment to the Contractor falls due. No suit,
action or proceeding shall be brought by the Owner after two (2) years from the date on which
final payment to the Contractor falls due.
This bond is executed pursuant to the terms of Arkansas Act 351 of 1953 as
amended.
Executed on this day of
SEAL
SEAL
19_
(Principal)
By
Title
(Surety)
By
Attorney -In -Fact
NOTES: Attach Power of Attorney.
Date of Bond must not precede date of Contract.
A copy of this Bond must be filed with the
Circuit Clerk in each county wherein the work
is to be performed.
PAB-2
I
H
GENERAL PROVISIONS
'I
I
L
I
I
I
L
H
C
I
I
I
I
H
I
SECTION 10
DEFINITION OF TERMS
Whenever the following terms are used in these specifications, in the contract, in any documents
or other instruments pertaining to construction where these specifications govern, the intent and
meaning shall be interpreted as follows:
10-01 AASHTO. The American Association of State Highway and Transportation Officials, the
successor association to AASHO.
10-02 ACCESS ROAD. The right-of-way, the roadway and all improvements constructed
thereon connecting the airport to a public highway.
10-03 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for
work to be performed and materials to be furnished.
10-04 AIP. The Airport Improvement Program, a grant-in-aid program, administered by the
Federal Aviation Administration.
10-05 AIR OPERATIONS AREA. For the purpose of these specifications, the term air
operations area shall mean any area of the airport used or intended to be used for the landing,
takeoff, or surface maneuvering of aircraft. An air operation area shall include such paved or
unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in
addition to its associated runway, taxiway, or apron.
10-06
AIRPORT. Airport means an
area of land or water which is
used or intended to be used
for the
landing and takeoff of aircraft,
and includes its buildings and
facilities, if any.
10-07 ASTM. The American Society for Testing and Materials.
10-08 AWARD. The acceptance, by the owner, of the successful bidder's proposal.
10-09 BIDDER. Any individual, partnership, firm, or corporation, acting directly or through a
duly authorized representative, who submits a proposal for the work contemplated.
10-10 BUILDING AREA. An area on the airport to be used, considered, or intended to be used
for airport buildings or other airport facilities or rights -of -way together with all airport buildings
and facilities located thereon.
10-11 CALENDAR DAY. Every day shown on the calendar.
GP -10-1
H
10-12 CHANGE ORDER. A written order to the Contractor covering changes in the plans,
specifications, or proposal quantities and establishing the basis of payment and contract time
adjustment, if any, for the work affected by such changes. The work, covered by a change order,
shall be within the scope of the contract.
10-13 CONTRACT. The written agreement covering the work to be performed. The awarded
contract shall include, but is not limited to: The Advertisement; The Contract Form; The
Proposal; The Performance Bond; The Payment Bond; any required insurance certificates; The
Specifications; The Plans, and any addenda issued to bidders.
10-14 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided
in the contract. '
10-15 CONTRACT TIME. The number of calendar days or working days, stated in the
proposal, allowed for completion of the contract, including authorized time extensions. If a
calendar date of completion is stated in the proposal, in lieu of a number of calendar or working
days, the contract shall be completed by that date.
10-16 CONTRACTOR. The individual, partnership, firm, or corporation primarily liable for the
acceptable performance of the work contracted and for the payment of all legal debts pertaining
to the work who acts directly or through lawful agents or employees to complete the contract
work.
10-17 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or
subsurface waters are collected and conducted from the airport area.
10-18 ENGINEER. The individual, partnership, firm, or corporation duly authorized by the
owner (sponsor) to be responsible for engineering supervision of the contract work and acting
directly or through an authorized representative.
10-19 EQUIPMENT. All machinery, together with the necessary supplies for upkeep and
maintenance, and also all tools and apparatus necessary for the proper construction and
acceptable completion of the work.
10-20 EXTRA WORK. An item of work not provided for in the awarded contract as previously '
modified by change order or supplemental agreement, but which is found by the Engineer to be
necessary to complete the work within the intended scope of the contract as previously modified.
10-21 FAA. The Federal Aviation Administration of the U.S. Department of Transportation.
When used to designate a person, FAA shall mean the Administrator or his/her duly authorized
representative.
10-22 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards, and
supplements,. amendments, and indices thereto are prepared and issued by the General Services
Administration of the Federal Government.
GP -10-2
1
I
10-23 CONSTRUCTION OBSERVER. An authorized representative of the Engineer assigned
Ito make all necessary observations and/or tests of the work performed or being performed, or of
the materials furnished or being furnished by the Contractor.
10-24 INTENTION OF TERMS. Whenever, in these specifications or on the plans, the words
"directed", "required", "permitted", "ordered", "designated", "prescribed", or words of the like
import are used, it shall be understood that the direction, requirement, permission, order,
designation, or prescription of the Engineer is intended; and similarly, the words "approved",
"acceptable", "satisfactory", or words of like import, shall mean approved by, or acceptable to, or
satisfactory to the Engineer, subject in each case to the final determination of the owner.
Any reference to a specific requirement of a numbered paragraph of the contract specifications or
' a cited standard shall be interpreted to include all general requirements of the entire section,
specification item, or cited standard that may be pertinent to such specific reference.
' 10-25 LABORATORY. The official testing laboratories of the owner or such other laboratories
as may be designated by the Engineer.
I10-26 LIGHTING. A system of fixtures providing or controlling the light sources used on or
near the airport or within the airport buildings. The field lighting includes all luminous signals,
markers, floodlights, and illuminating devices used on or near the airport or to aid in the
operation of aircraft landing at, taking off from, or taxiing on the airport surface.
' 10-27 MAJOR AND MINOR CONTRACT ITEMS. A major contract item shall be any item
that is listed in the proposal, the total cost of which is equal to or greater than 20 percent of the
total amount of the award contract. All other items shall be considered minor contract items.
' 10-28 MATERIALS. Any substance specified for use in the construction of the contract work.
' 10-29 NOTICE TO PROCEED. A written notice to the Contractor to begin the actual contract
work on a previously agreed to date. If applicable, the Notice to Proceed shall state the date on
which the contract time begins.
' 10-30 OWNER (SPONSOR). The term owner shall mean the party of the first part or the
contracting agency signatory to the contract. For AIP contracts, the term sponsor shall have the
' same meaning as the term owner.
10-31 PAVEMENT. The combined surface course, base course, and subbase course, if any,
considered as a single unit.
' 10-32 PAYMENT BOND. The approved form of security furnished by the Contractor and
his/her surety as a guaranty that he will pay in full all bills and accounts for materials and labor
used in the construction of the work.
1
GP -10-3
I
10-33 PERFORMANCE BOND. The approved form of security furnished by the Contractor '
and his/her surety as a guaranty that the Contractor will complete the work in accordance with
the terms of the contract. '
10-34 PLANS. The official drawings or exact reproductions which show the location, character,
dimensions and details of the airport and the work to be done and which are to be considered as a
part of the contract, supplementary to the specifications.
10-35 PROJECT. The agreed scope of work for accomplishing specific airport development
with respect to a particular airport.
10-36 PROPOSAL. The written offer of the bidder (when submitted on the approved proposal ,
form) to perform the contemplated work and furnish the necessary materials in accordance with
the provisions of the plans and specifications.
10-37 PROPOSAL GUARANTY. The security furnished with a proposal to guarantee that the
bidder will enter into a contract if his/her proposal is accepted by the owner.
10-38 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft.
10-39 SPECIFICATIONS. A part of the contract containing the written directions and '
requirements for completing the contract work. Standards for specifying materials or testing
which are cited in the contract specifications by reference shall have the same force and effect as
if included in the contract physically.
10-40 STRUCTURES. Airport facilities such as bridges; culverts; catch basins, inlets, retaining
walls, cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts,
manholes, handholes, lighting fixtures and bases; transformers; flexible and rigid pavements;
navigational aids; buildings; vaults; and, other manmade features of the airport that may be
encountered in the work and not otherwise classified herein.
10-41 SUBGRADE. The soil which forms the pavement foundation.
10-42 SUPERINTENDENT. The Contractor's executive representative who is present on the
work during progress, authorized to receive and fulfill instructions from the Engineer, and who
shall supervise and direct the construction.
10-43 SUPPLEMENTAL AGREEMENT. A Written agreement between the Contractor and the
owner covering: (1) work that would increase or decrease the total amount of the awarded
contract, or any major contract item, by more than 25 percent, such increased or decreased work '
being within the scope of the originally awarded contract; or (2) work that is not within the scope
of the originally awarded contract.
10-44 SURETY. The corporation, partnership, or individual, other than the Contractor,
executing payment or performance bonds which are furnished to the owner by the Contractor.
GP -10-4
1
H
10-45 TAXIWAY. For the purpose of this document, the term taxiway means the portion of the
' air operations area of an airport that has been designated by competent airport authority for
movement of aircraft to and from the airport's runways or aircraft parking areas.
' 10-46 WORK. The furnishing of all labor, materials, tools, equipment, and incidentals
necessary or convenient to the Contractor's performance of all duties and obligations imposed by
the contract, plans, and specifications.
10-47 WORKING DAY. A working day shall be any day other than a legal holiday, Saturday,
or Sunday on which the normal working forces of the Contractor may proceed with regular work
' for at least 6 hours toward completion of the contract. Unless work is suspended for causes
beyond the Contractor's control, Saturdays, Sundays and holidays on which the Contractor's
' forces engage in regular work, requiring the presence of a construction observer, will be
considered as working days.
H
I
I
END OF SECTION GP -10
H
I
I
I
I
H
GP -10-5
'
I
SECTION 20
PROPOSAL REQUIREMENTS AND CONDITIONS
' 20-01 ADVERTISEMENT. (See Page A-1).
20-02 PREQUALIFICATION OF BIDDERS. Each bidder shall furnish the Owner satisfactory
evidence of his/her competency to perform the proposed work. Such evidence of competency,
unless otherwise specified, shall consist of statements covering the bidder's past experience on
similar work, a list of equipment that would be available for the work, and a list of key personnel
that would be available. To satisfy these requirements, each bidder must complete and submit,
with the sealed bid, the Statement of Bidder's Qualifications, SBQ-1,2.
In addition, if requested by the Owner after the bid opening, the apparent low bidder shall furnish
the Owner satisfactory evidence of his/her financial responsibility. Such evidence of financial
' responsibility, unless otherwise specified, shall consist of a confidential statement or report of the
bidder's financial resources and liabilities as of the last calendar year or the Contractor's last
fiscal year. Such statements or reports shall be certified by a public accountant. At the time of
' submitting such financial statements or reports, the bidder shall further certify whether his/her
financial responsibility is approximately the same as stated or reported by the public accountant.
If the bidder's financial responsibility has changed, the bidder shall qualify the public
accountant's statement or report to reflect his/her (bidder's) true financial condition at the time
such qualified statement or report is submitted to the Owner.
If requested, the apparent low bidder shall submit "evidence of financial responsibility" to the
Owner no later than 10 days after the request, and prior to the execution of the contract.
' Unless otherwise specified, a bidder may submit evidence that he is prequalified with the State
Highway Division and is on the current "bidder's list" of the state in which the proposed work is
'• located. Such evidence of State Highway Division prequalification may be submitted as
evidence of financial responsibility in lieu of the certified statements or reports hereinbefore
specified, at the discretion of the Owner.
' 20-03 CONTENTS OF PROPOSAL FORMS. The Owner shall furnish bidders with proposal
forms. All papers bound with or attached to the proposal forms are necessary parts and must not
' be detached.
The plans, specifications, and other documents designated in the proposal form shall be
'
considered a part of the proposal whether attached or not.
' 20-04 ISSUANCE OF PROPOSAL FORMS. The Owner reserves the right to refuse to issue a
proposal form to a prospective bidder should such bidder be in default for any of the following
reasons:
IGP -20-1
(a) Failure to comply with any prequalification regulations of the Owner, if such
regulations are cited, or otherwise included, in the proposal as a requirement for bidding.
(b) Failure to pay, or satisfactorily settle, all bills due for labor and materials on former '
contracts in force (with the Owner) at the time the Owner issues the proposal to a prospective
bidder. '
(c) Contractor default under previous contracts with the Owner.
(d) Unsatisfactory work on previous contracts with the Owner.
20-05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An estimate of '
quantities of work to be done and materials to be furnished under these specifications is given in
the proposal. It is the result of careful calculations and is believed to be correct. It is given only
as a basis for comparison of proposals and the award of the contract. The Owner does not
expressly or by implication agree that the actual quantities involved will correspond exactly
therewith; nor shall the bidder plead misunderstanding or deception because of such estimates of
quantities, or of the character, location, or other conditions pertaining to the work. Payment to
the Contractor will be made only for the actual quantities of work performed or materials
furnished in accordance with the plans and specifications. It is understood that the quantities
may be increased or decreased as hereinafter provided in the subsection titled ALTERATION OF
WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices.
20-06 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE. The bidder is expected '
to carefully examine the site of. the proposed work, the proposal, plans specifications, and
contract forms. He shall satisfy himself as to the character, quality, and quantities of work to be
performed, materials to be furnished, and as to the requirements of the proposed contract. The
submission of a proposal shall be prima facie evidence that the bidder has made such
examination and is satisfied as to the conditions to be encountered in performing the work and as
to the requirements of the proposed contract, plans, and specifications.
20-07 PREPARATION OF PROPOSAL. The bidder shall submit his/her proposal on the forms t
furnished by the Owner. All blank spaces in the proposal forms must be correctly filled in where
indicated for each and every item for which a quantity is given. The bidder shall state the price
(written in ink or typed) for which he proposes to do each pay item furnished in the proposal.
The bidder shall sign his/her proposal correctly and in ink. If the proposal is made by an
individual, his/her name and post office address must be shown. If made by a partnership, the
name and post office address of each member of the partnership must be shown. If made by a
corporation, the person signing the proposal shall give the name of the state under the laws of '
which the corporation was chartered and the name, titles, and business address of the president,
secretary, and the treasurer. Anyone signing a proposal as an agent shall file evidence of his/her
authority to do so and that the signature is binding upon the firm or corporation.
GP -20-2 '
I
20-08 IRREGULAR PROPOSALS. Proposals shall be considered irregular for the following
reasons:
(a) If the proposal is on a form other than that furnished by the Owner, or if the
Owner's form is altered, or if any part of the proposal form is detached.
(b) If there are unauthorized additions, conditional or alternate pay items, or
irregularities of any kind which make the proposal incomplete, indefinite, or otherwise
ambiguous.
(c) If the proposal does not contain a unit price for each pay item listed in the proposal,
except in the case of authorized alternate pay items, for which the bidder is not required to
furnish a unit price.
(d) If the proposal contains unit prices that are obviously unbalanced.
I (e) If the proposal is not accompanied by the proposal guaranty specified by the
Owner.
The Owner reserves the right to reject any irregular proposal and the right to waive technicalities
if such waiver is in the best interest of the Owner and conforms to local laws and ordinances
pertaining to the letting of construction contracts.
20-09 BID GUARANTEE. Each separate proposal shall be accompanied by a certified check,
or other specified acceptable collateral, in the amount specified in the proposal form. Such
check, or collateral, shall be made payable to the Owner.
' 20-10 DELIVERY OF PROPOSAL. Each proposal submitted shall be placed in a sealed
envelope plainly marked with the project number, location of airport, and name and business
address of the bidder on the outside. When sent by mail, preferably registered, the sealed
proposal, marked as indicated above, should be enclosed in an additional envelope. No proposal
will be considered unless received at the place specified in the advertisement before the time
specified for opening all bids. Proposals received after the bid opening time shall be returned to
the bidder unopened.
20-11 WITHDRAWAL OR REVISION OF PROPOSALS. A bidder may withdraw or revise
' (by withdrawal of one proposal and submission of another) a proposal provided that the bidder's
request for withdrawal is received by the Owner in writing or by telegram before the time
specified for opening bids. Revised proposals must be received at the place specified in the
'
advertisement before the time specified for opening all bids.
20-12 PUBLIC OPENING OF PROPOSALS. Proposals shall be opened, and read, publicly at
the time and place specified in the advertisement. Bidders, their authorized agents, and other
interested persons are invited to attend. Proposals that have been withdrawn (by written or
' GP -20-3
I
telegraphic request) or received after the time specified for opening bids shall be returned to the
bidder unopened.
20-13 DISQUALIFICATION OF BIDDERS. A bidder shall be considered disqualified for any '
of the following reasons:
(a) Submitting more than one proposal from the same partnership, firm, or corporation
under the same or different name.
(b) Evidence of collusion among bidders. Bidders participating in such collusion shall
be disqualified as bidders for any future work of the Owner until any such participating bidder
has been reinstated by the Owner as a qualified bidder.
(c) If the proposal is not submitted in conformance with the requirements of State and
Federal law. For the bidders information:
Act 150 of 1965, as amended, has been interpreted, by the State Contractor's Licensing
Board, to require a contractor to have a current Arkansas contractor's license, or an '
application for a license before the board, in order to submit a valid bid.
Act 159 of 1949, as amended, requires the bidder to list his mechanical, plumbing,
electrical and roofing and sheet metal subcontractors.
Other State laws may affect the submission of bids. The bidder should be familiar with State and
Federal laws affecting his bid.
(d) If the bidder is considered to be in "default" for any reason specified in the
subsection titled ISSUANCE OF PROPOSAL FORMS of this section.
I
I
END OF SECTION CTP-20 I
Li
1
GP -20-4
[1
El
I
H
II
Li
J
I
H
30-02 AWARD OF CONTRACT. The award of a contract, if it is to be awarded, shall be made
' within 30 calendar days of the date specified for publicly opening proposals, unless otherwise
specified herein.
Award of the contract shall be made by the Owner to the lowest, qualified bidder whose proposal
conforms to the cited requirements of the Owner.
' 30-03 CANCELLATION OF AWARD. The owner reserves the right to cancel the award
without liability to the bidder, except return of proposal guaranty, at any time before a contract
' has been fully executed by all parties and is approved by the owner in accordance with the
subsection titled APPROVAL OF CONTRACT of this section.
SECTION 30
AWARD AND EXECUTION OF CONTRACT
30-01 CONSIDERATION OF PROPOSALS. After the proposals are publicly opened and read,
they will be compared on the basis of the summation of the products obtained by multiplying the
estimated quantities shown in the proposal by the unit bid prices. If a bidder's proposal contains
an error in the above product, the correct product obtained with the unit price shall govern.
Until the award of a contract is made, the owner reserves the right to reject a bidder's proposal for
any of the following reasons:
(a) If the proposal is irregular as specified in the subsection titled IRREGULAR
PROPOSALS of Section 20.
(b) If the bidder is disqualified for any of the reasons specified in the subsection titled
DISQUALIFICATION OF BIDDERS of Section 20.
In addition, until the award of a contract is made, the owner reserves the right to reject any or all
proposals, waive technicalities, if such waiver is in the best interest of the owner and is in
conformance with applicable state and local laws or regulations pertaining to the letting of
construction contracts; advertise for new proposals; or proceed with the work otherwise. All
such actions shall promote the owner's best interests.
' 30-04 RETURN OF PROPOSAL GUARANTY. All proposal guaranties, except those of the
two lowest bidders, will be returned immediately after the owner has made a comparison of bids
as hereinbefore specified in the subsection titled CONSIDERATION OF PROPOSALS of this
' section. Proposal guaranties of the two lowest bidders will be retained by the owner until such
time as an award is made, at which time, the unsuccessful bidder's proposal guaranty will be
returned. The successful bidder's proposal guaranty will be returned as soon as the owner
'receives the contract bonds as specified in the subsection titled REQUIREMENTS OF
CONTRACT BONDS of this section.
GP -30-1
I
30-05 REQUIREMENTS OF CONTRACT BONDS. At the time of the execution of the '
contract, the successful bidder shall furnish the owner a surety bond or bonds which have been
fully executed by the bidder and the surety guaranteeing the performance of the work and the
payment of all legal debts that may be incurred by reason of the Contractor's performance of the
work. The surety and the form of the bond or bonds shall be acceptable to the owner. Unless
otherwise specified in this subsection, the surety bond or bonds shall be in a sum equal to the full ,
amount of the contract.
30-06 EXECUTION OF CONTRACT. The successful bidder shall sign (execute) the necessary
agreements for entering into the contract and return such signed contracts to the owner, along
with the fully executed surety bond or bonds specified in the subsection titled REQUIREMENTS
OF CONTRACT BONDS of this section, within 15 calendar days from the date mailed or
otherwise delivered to the successful bidder. If the contract is mailed, special handling is
recommended.
30-07 APPROVAL OF CONTRACT. Upon receipt of the contract and contract bond or bonds
that have been executed by the successful bidder, the owner shall complete the execution of the
contract in accordance with local laws or ordinances, and return the fully executed contract to the
Contractor. Delivery of the fully executed contract to the Contractor shall constitute the owner's
approval to be bound by the successful bidder's proposal and the terms of the contract.
30-08 FAILURE TO EXECUTE CONTRACT. Failure of the successful bidder to execute the
contract and furnish an acceptable surety bond or bonds within the 15 calendar day period
specified in the subsections titled REQUIREMENTS OF CONTRACT BONDS and
EXECUTION OF CONTRACT of this section shall be just cause for cancellation of the award
and forfeiture of the proposal guaranty, not as a penalty, but as liquidation of damages to the
owner.
I
H
H
END OF SECTION GP -30
I
GP -30-2
.1
' SECTION 40
' SCOPE OF WORK
40-01 INTENT OF CONTRACT. The intent of the contract is to provide for construction and
' completion, in every detail, of the work described. It is further intended that the Contractor shall
furnish all labor, materials, equipment, tools, transportation, and supplies required to complete
the work in accordance with the plans, specifications, and terms of the contract.
' 40-02 ALTERATION OF WORK AND QUANTITIES. The owner reserves and shall have the
right to make such alterations in the work as may be necessary or desirable to complete the work
originally intended in an acceptable manner. Unless otherwise specified herein, the Engineer
shall be and is hereby authorized to make such alterations in the work as may increase or
decrease the originally awarded contract quantities, provided that the aggregate of such
' alterations does not change the total contract cost or the total cost of any major contract item by
more than 25 percent (total cost being based on the unit prices and estimated quantities in the
awarded contract). Alterations which do not exceed the 25 percent limitation shall not invalidate
' the contract nor release the surety, and the Contractor agrees to accept payment for such
alterations as if the altered work had been a part of the original contract. These alterations which
are for work within the general scope of the contract shall be covered by "Change Orders" issued
by the Engineer. Change orders for altered work shall include extensions of contract time where,
in the Engineer's opinion, such extensions are commensurate with the amount and difficulty of
' added work.
Should the aggregate amount of altered work exceed the 25 percent limitation hereinbefore
' specified, such excess altered work shall be covered by supplemental agreement. If the owner
and the Contractor are unable to agree on a unit adjustment for any contract item that requires a
supplemental agreement, the owner reserves the right to terminate the contract with respect to the
item and make other arrangements for its completion.
All supplemental agreements shall be approved by the FAA and shall include valid wage
' determinations of the U.S. Secretary of Labor when the amount of the supplemental agreement
exceeds $2,000. However, if the Contractor elects to waive the limitations on work that
increases or decreases the originally awarded contract or any major contract item by more than
25 percent, the supplemental agreement shall be subject to the same U.S. Secretary of Labor
wage determination as was included in the originally awarded contract.
' All supplemental agreements shall require consent of the Contractor's surety and separate
performance and payment bonds.
1 40-03 OMITTED ITEMS. The Engineer may, in the owner's best interest, omit from the work
any contract item, except major contract items. Major contract items may be omitted by a
' supplemental agreement. Such omission of contract items shall not invalidate any other contract
provision or requirement.
GP -40-1
I
Should a contract item be omitted or otherwise ordered to be nonperformed, the Contractor shall
be paid for all work performed toward completion of such item prior to the date of the order to
omit such item. Payment for work performed shall be in accordance with the subsection titled
PAYMENT FOR OMITTED ITEMS of Section 90.
40-04 EXTRA WORK. Should acceptable completion of the contract require the Contractor to
perform an item of work for which no basis of payment has been provided in the original
contract or previously issued change orders or supplemental agreements, the same shall be called
Extra Work. Extra work that is within the general scope of the contract shall be covered by
and shall contain any adjustment to the contract time that, in the Engineer's opinion, is necessary
for completion of such extra work.
written change
order.
Change orders
for such extra work
shall contain
agreed unit
prices for
performing the
change
order work in
accordance with the
requirements
specified in
the order,
When determined by the Engineer to be in the owner's best interest, he may order the Contractor
to proceed with extra work by force account as provided in the subsection titled PAYMENT
FOR EXTRA AND FORCE ACCOUNT WORK of Section 90.
Extra work that is necessary for acceptable completion of the project, but is not within the
general scope of the work covered by the original contract shall be covered by a Supplemental
Agreement as hereinbefore defined in the subsection titled SUPPLEMENTAL AGREEMENT of
Section 10.
Any claim for payment of extra work that is not covered by written agreement (change order or ,
supplemental agreement) shall be rejected by the owner.
40-05 MAINTENANCE OF TRAFFIC. It is the explicit intention of the contract that the safety '
of aircraft, as well as the Contractor's equipment and personnel, is the most important
consideration. It is understood and agreed that the Contractor shall provide for the free and
unobstructed movement of aircraft in the air operations areas of the airport with respect to his/her
own operations and the operations of all his/her subcontractors as specified in the subsection
titled LIMITATION OF OPERATIONS of Section 80. It is further understood and agreed that
the Contractor shall provide for the uninterrupted operation of visual and electronic signals
(including power supplies thereto) used in the guidance of aircraft while operating to, from, and '
upon the airport as specified in the subsection titled CONTRACTOR'S RESPONSIBILITY FOR
UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70.
With respect to his/her own operations and the operations of all his/her subcontractors, the
Contractor shall provide marking, lighting, and other acceptable means of identifying: personnel;
equipment; vehicles; storage areas; and any work area or condition that may be hazardous to the
operation of aircraft, fire -rescue equipment, or maintenance vehicles at the airport.
When the contract requires the maintenance of vehicular traffic on an existing road, street, or
highway during the Contractor's performance of work that is otherwise provided for in the
contract, plans, and specifications, the Contractor shall keep such road, street, or highway open -
GP -40-2 '
I
to all traffic and shall provide such maintenance as may be required to accommodate traffic. The
Contractor shall furnish, erect, and maintain barricades, warning signs, flagmen, and other traffic
control devices in reasonable conformity with the manual of Uniform Traffic Control Devices for
Streets and Highways (published by the United States Government Printing Office), unless
otherwise specified herein. The Contractor shall also construct and maintain in a safe condition
any temporary connections necessary for ingress to and egress from abutting property or
intersecting roads, streets or highways. Unless otherwise specified herein, the Contractor will
not be required to furnish snow removal for such existing road, street, or highway.
The Contractor shall make his/her own estimate of all labor, materials, equipment, and
incidentals necessary for providing the maintenance of aircraft and vehicular traffic as specified
in this subsection.
The cost of maintaining the aircraft and vehicular traffic specified in this subsection shall not be
measured or paid for directly, but shall be included in the various contract items.
40-06 REMOVAL OF EXISTING STRUCTURES. All existing structures encountered within
the established lines, grades, or grading sections shall be removed by the Contractor, unless such
existing structures are otherwise specified to be relocated, adjusted up or down, salvaged,
abandoned in place, reused in the work or to remain in place. The cost of removing such existing
structures shall not be measured or paid for directly, but shall be included in the various contract
items.
Should the Contractor encounter an existing structure (above or below ground) in the work for
which the disposition is not indicated on the plans, the Engineer shall be notified prior to
disturbing such structure. The disposition of existing structures so encountered shall be
immediately determined by the Engineer in accordance with the provisions of the contract.
Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND
IN THE WORK of this section, it is intended that all existing materials or structures that may be
encountered (within the lines, grades, or grading sections established for completion of the work)
shall be utilized in the work as otherwise provided for in the contract and shall remain the
property of the owner when so utilized in the work.
' 40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the
Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or
' concrete slabs within the established lines, grades, or grading sections, the use of which is
intended by the terms of the contract to be either embankment or waste, he may at his/her option
either:
(a) Use such material in another contract item, providing such use is approved by the
' Engineer and is in conformance with the contract specifications applicable to such use; or,
(b) Remove such material from the site, upon written approval of the Engineer; or
1
GP -40-3
H
(c) Use such material for his/her own temporary construction on site; or, '
(d) Use such material as intended by the terms of the contract.
Should the Contractor wish to exercise option (a), (b), or (c), he shall request the Engineer's
approval in advance of such use.
Should the Engineer approve the Contractor's request to exercise option (a), (b), or (c), the
Contractor shall be paid for the excavation or removal of such material at the applicable contract
price. The Contractor shall replace, at his/her own expense, such removed or excavated material
with an agreed equal volume of material that is acceptable for use in constructing embankment,
backfills, or otherwise to the extent that such replacement material is needed to complete the
contract work. The Contractor shall not be charged for his/her use of such material so used in the
work or removed from the site.
Should the Engineer approve the Contractor's exercise of option (a), the Contractor shall be paid,
at the applicable contract price, for furnishing and installing such material in accordance with
requirements of the contract item in which the material is used.
It is understood and agreed that the Contractor shall make no claim for delays by reason of
his/her exercise of option (a), (b), or (c).
The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of
a structure which is located outside the lines, grades, or grading sections established for the work,
except where such excavation or removal is provided for in the contract, plans, or specifications.
40-09 FINAL CLEANING UP. Upon completion of the work and before acceptance and final '
payment will be made, the Contractor shall remove from the site all machinery, equipment,
surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees.
He shall cut all brush and woods within the limits indicated and shall leave the site in a neat and
presentable condition. Material cleared from the site and deposited on adjacent property will not
be considered as having been disposed of satisfactorily, unless the Contractor has obtained the
written permission of such property owner.
I
END OF SECTION GP -40
GP -40-4
I
U
I
I
I
I
J
H
I
I
SECTION 50
CONTROL OF WORK
50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions
which may arise as to the quality and acceptability of materials furnished, work performed, and
as to the manner of performance and rate of progress of the work. He shall decide all questions
which may arise as to the interpretation of the specifications or plans relating to the work, the
fulfillment of the contract on the part of the Contractor, and the rights of different Contractors on
the project. The Engineer shall determine the amount and quality of the several kinds of work
performed and materials furnished which are to be paid for under the contract.
50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials
furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross
sections, dimensions, material requirements, and testing requirements that are specified
(including specified tolerances) in the contract, plans or specifications.
If the Engineer finds the materials furnished, work performed, or the finished product not within
reasonably close conformity with the plans and specifications but that the portion of the work
affected will, in his/her opinion, result in a finished product having a level of safety, economy,
durability, and workmanship acceptable to the owner, he will advise the owner of his/her
determination that the affected work be accepted and remain in place. In this event, the Engineer
will document his/her determination and recommend to the owner a basis of acceptance which
will provide for an adjustment in the contract price for the affected portion of the work. The
Engineer's determination and recommended contract price adjustments will be based on good
engineering judgment and such tests or retests of the affected work as are, in his/her opinion,
needed. Changes in the contract price shall be covered by contract modifications (change order
or supplemental agreement) as applicable.
If the Engineer finds the materials furnished, work performed, or the finished product are not in
reasonably close conformity with the plans and specifications and have resulted in an
unacceptable finished product, the affected work or materials shall be removed and replaced or
otherwise corrected by and at the expense of the Contractor in accordance with the Engineer's
written orders.
For the purpose of this subsection, the term "reasonably close conformity" shall not be construed
as waiving the Contractor's rresponsibility to complete the work in accordance with the contract,
plans, and specifications. The term shall not be construed as waiving the Engineer's right to
' insist on strict compliance with the requirements of the contract, plans, and specifications during
the Contractor's prosecution of the work, when, in the Engineer's opinion, such compliance is
essential to provide an acceptable finished portion of the work.
For the purpose of this subsection, the term "reasonably close conformity" is also intended to
provide the Engineer with the authority to use good engineering judgment in. his/her
determinations as to acceptance of work that is not in strict conformity but will provide a
' GP -50-1
I
finished product equal to or better than that intended by the requirements of the contract, plans
and specifications.
50-03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS. The contract,
plans, specifications, and all referenced standards cited are essential parts of the contract
requirements. A requirement occurring in one is as binding as though occurring in all. They are
intended to be complementary and to describe and provide for a complete work. In case of
discrepancy, calculated dimensions will govern over scaled dimensions; contract technical
specifications shall govern over contract general provisions, plans, cited standards for materials
or testing, and cited FAA advisory circulars; contract general provisions shall govern over plans,
cited standards for materials or testing, and cited FAA advisory circulars; plans shall govern over ,
cited standards for materials or testing and cited FAA advisory circulars.
The Contractor shall not take advantage of any apparent error or omission on the plans or
specifications. In the event the Contractor discovers any apparent error or discrepancy, he shall
immediately call upon the Engineer for his/her interpretation and decision, and such decision
shall be final. '
50-04 COOPERATION OF CONTRACTOR. The Contractor will be supplied with three copies
each of the plans and specifications. He shall have available on the work at all times one copy
each of the plans and specifications. Additional copies of plans and specifications may be
obtained by the Contractor for the cost of reproduction.
The Contractor shall give constant attention to the work to facilitate the progress thereof, and he
shall cooperate with the Engineer and his/her construction observer and with other contractors in
every way possible. The Engineer shall allocate the work and designate the sequence of '
construction in case of controversy between contractors. The Contractor shall have a competent
superintendent on the work at all times who is fully authorized as his/her agent on the work. The
superintendent shall be capable of reading and thoroughly understanding the plans and
specifications and shall receive and fulfill instructions from the Engineer or his/her authorized
representative. ,
50-05 COOPERATION BETWEEN CONTRACTORS. The owner reserves the right to
contract for and perform other or additional work on or near the work covered by this contract.
When separate contracts are let within the limits of any one project, each Contractor shall
conduct his/her work so as not to interfere with or hinder the progress.of completion of the work ,
being performed by other Contractors. Contractors working on the same project shall cooperate
with each other as directed.
Each Contractor involved shall assume all liability, financial or otherwise, in connection with
his/her contract and shall protect and save harmless the owner from any and all damages or
claims that may arise because of inconvenience, delays, or loss experienced by him because of
the presence and operations of other Contractors working within the limits of the same project.
GP -50-2
n
I
L
H
H
The Contractor shall arrange his/her work and shall place and dispose of the materials being used
so as not to interfere with the operations of the other Contractors within the limits of the same
project. He shall join his/her work with that of the others in an acceptable manner and shall
perform it in proper sequence to that of the others.
50-06 CONSTRUCTION LAYOUT AND STAKES. The Engineer shall establish horizontal
and vertical control only. The Contractor must establish all layout required for the construction
of the work. Such stakes and markings as the Engineer may set for either his/her own or the
Contractor's guidance shall be preserved by the Contractor. In case of negligence on the part of
the Contractor, or his/her employees, resulting in the destruction of such stakes or markings, an
amount equal to the cost of replacing the same may be deducted from subsequent estimates due
the Contractor at the discretion of the Engineer.
' 50-07 AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever batching or mixing
plant equipment is required to be operated automatically under the contract and a breakdown or
malfunction of the automatic controls occurs, the equipment may be operated manually or by
' other methods for a period 48 hours following the breakdown or malfunction, provided this
method of operations will produce results which conform to all other requirements of the
contract.
I
I
I
I
I
L
I
IH
50-08 AUTHORITY AND DUTIES OF CONSTRUCTION OBSERVERS. Construction
observers employed by the owner shall be authorized to observe all work done and all material
furnished. Such observation may extend to all or any part of the work and to the preparation,
fabrication, or manufacture of the materials to be used. Observers are not authorized to revoke,
alter, or waive any provision of the contract. Observers are not authorized to issue instructions
contrary to the plans and specifications or to act as foreman for the Contractor.
Construction observers employed by the owner are authorized to notify the Contractor or his/her
representatives of any failure of the work or materials to conform to the requirements of the
contract, plans, or specifications and to reject such nonconforming materials in question until
such issues can be referred to the Engineer for his/her decision.
50-09 CONSTRUCTION OBSERVATION OF THE WORK. All materials and each part or
detail of the work shall be subject to observation by the Engineer. The Engineer shall be allowed
access to all parts of the work and shall be furnished with such information and assistance by the
Contractor as is required to make a complete and detailed observation.
If the Engineer requests it, the Contractor, at any time before acceptance of the work, shall
remove or uncover such portions of the finished work as may be directed. After examination, the
Contractor shall restore said portions of the work to the standard required by the specifications.
Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and
the replacing of the covering or making good of the parts removed will be paid for as extra work;
but should the work so exposed or examined prove unacceptable, the uncovering, or removing,
and the replacing of the covering or making good of the parts removed will be at the Contractor's
' expense.
GP -50-3
Any work done or materials used without supervision or observation by an authorized
representative of the owner may be ordered removed and replaced at the Contractor's expense
unless the owner's representative failed to observe after having been given reasonable notice in
writing that the work was to be performed.
Should the contract work include relocation, adjustment, or any other modification to existing
facilities, not the property of the (contract) owner, authorized representatives of the owners of
such facilities shall have the right to observe such work. Such observation shall in no sense
make any facility owner a party to the contract, and shall in no way interfere with the rights of
the parties to this contract.
50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work which
does not form to the requirements of the contract, plans, and specifications will be considered
unacceptable, unless otherwise determined acceptable by the Engineer as provided in the
subsection titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section.
Unacceptable work, whether the result of poor workmanship, use of defective materials, damage '
through carelessness, or any other cause found to exist prior to the fmal acceptance of the work,
shall be removed immediately and replaced in an acceptable manner in accordance with the
provisions of the subsection titled CONTRACTOR'S RESPONSIBILITY FOR WORK of
Section 70.
Work done contrary to the instructions of the Engineer, work done beyond the lines shown on the
plans or as given, except as herein specified, or any extra work done without authority, will be
considered as unauthorized and will not be paid for under the provisions of the contract. Work
so done may be ordered removed or replaced at the Contractor's expense.
Upon failure on the part of the Contractor to comply forthwith with any order of the Engineer
made under the provisions of this subsection, the Engineer will have authority to cause
unacceptable work to be remedied or removed and replaced and unauthorized work to be
removed and to deduct the costs (incurred by the owner) from any monies due or to become due
the Contractor.
50-11 LOAD RESTRICTIONS. The Contractor shall comply with all legal load restrictions in
the hauling of materials on public roads beyond the limits of the work. A special permit will not
relieve the Contractor of liability for damage which may result from the -moving of material or
equipment.
The operation of equipment of such weight or so loaded as to cause damage to structures or to
any other type of construction will not be permitted. Hauling of materials over the base course or
surface course under construction shall be limited as directed. No loads will be permitted on a
concrete pavement, base, or structure before the expiration of the curing period. The Contractor
shall be responsible for all damage done by his/her hauling equipment and shall correct such
damage at his/her own expense.
GP -50-4
I
50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall maintain the work
during construction and until the work is accepted. This maintenance shall constitute continuous
and effective work prosecuted day by day, with adequate equipment and forces so that the work
is maintained in satisfactory condition at all times.
In the case of a contract for the placing of a course upon a course or subgrade previously
I. constructed, the Contractor shall maintain the previous course or subgrade during all construction
operations.
' All costs of maintenance work during construction and before the project is accepted shall be
included in the unit prices bid on the various contract items, and the Contractor will not be paid
an additional amount for such work.
' 50-13 FAILURE TO MAINTAIN THE WORK. Should the Contractor at any time fail to
maintain the work as provided in the subsection titled MAINTENANCE DURING
CONSTRUCTION of this section, the Engineer shall immediately notify the Contractor of such
noncompliance. Such notification shall specify a reasonable time within which the Contractor
' shall be required to remedy such unsatisfactory maintenance condition. The time specified will
give due consideration to the exigency that exists.
Should the Contractor fail to respond to the Engineer's notification, the Engineer may suspend
any work necessary for the owner to correct such unsatisfactory maintenance condition,
depending on the exigency that exists. Any maintenance cost incurred by the owner, shall be
deducted from monies due or to become due the Contractor.
50-14 PARTIAL ACCEPTANCE. If at any time during the prosecution of the project the
' Contractor substantially completes a usable unit or portion of the work, the occupancy of which
will benefit the owner, he may request the Engineer to make final observation of that unit. If the
Engineer finds upon observation that the unit has been satisfactorily completed in compliance
'
with the contract, he may accept it as being completed, and the Contractor may be relieved of
further responsibility for that unit. Such partial acceptance and beneficial occupancy by the
' owner shall not void or alter any provision of the contract.
50-15 FINAL ACCEPTANCE. Upon due notice from the Contractor of presumptive completion
of the entire project, the Engineer and owner will make an observation. If all construction
provided for and contemplated by the contract is found to be completed in accordance with the
contract, plans, and specifications, such observation shall constitute the final observation. The
' Engineer shall notify the Contractor in writing of final acceptance as of the date of the final
observation.
' If, however, the observation discloses any work, in whole or in part, as being unsatisfactory, the
Engineer will give the Contractor the necessary instructions for correction of same and the
Contractor shall immediately comply with and execute such instructions. Upon correction of the
'
work, another observation will be made which shall constitute the final observation, provided the
GP -50-5
work has been satisfactorily completed. In such event, the Engineer will make the final
acceptance and notify the Contractor in writing of this acceptance as of the date of final
observation. ,
50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the Contractor
deems that additional compensation is due him for work or materials not clearly provided for in
the contract, plans, or specifications or previously authorized as extra work, he shall notify the
Engineer in writing of his/her intention to claim such additional compensation before he begins
the work on which he bases the claim. If such notification is not given or the Engineer is not
afforded proper opportunity by the Contractor for keeping strict account of actual cost as
required, then the Contractor hereby agrees to waive any claim for such additional
compensation. Such notice by the Contractor and the fact that the Engineer has kept account of
the cost of the work shall not in any way be construed as proving or substantiating the validity of
the claim. When the work on which the claim for additional compensation is based has been
completed, the Contractor shall, within 10 calendar days, submit his/her written claim to the
Engineer who will present it to the owner for consideration in accordance with local laws or
ordinances.
Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final
payment based on differences in measurements or computations. '
H
I
END OF SECTION GP -50
H
I
I
I
I
GP -50-6
I
' SECTION 60
CONTROL OF MATERIALS
60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used on the
work shall conform to the requirements of the contract, plans, and specifications. Unless
' otherwise specified, such materials that are manufactured or processed shall be new (as compared
to used or reprocessed).
' In order to expedite the inspection and testing of materials, the Contractor shall furnish complete
statements to the Engineer as to the origin, composition, and manufacture of all materials to be
used in the work. Such statements shall be furnished promptly after execution of the contract
but, in all cases, prior to delivery of such materials.
' At the Engineer's option, materials may be approved at the source of supply before delivery is
made. If it is found after trial that sources of supply for previously approved materials do not
produce specified products, the Contractor shall furnish materials from other sources.
60-02 SAMPLES, TESTS, AND CITED SPECIFICATIONS. All materials used in the work
shall be inspected, tested, and approved by the Engineer before incorporation in the work. Any
work in which untested materials are used without approval or written permission of the
Engineer shall be performed at the Contractor's risk. Materials found to be unacceptable and
unauthorized will not be paid for and, if directed by the Engineer, shall be removed at the
Contractor's expense. Unless otherwise designated, tests in accordance with the cited standard
methods of AASHTO or ASTM which are current on the date of advertisement for bids will be
made by and at the expense of the owner. All tests which fail to meet the specifications herein,
when tested in accordance with the cited standard methods, as stated above, will be at the
expense of the Contractor. Samples will be taken by a qualified representative of the owner. All
materials being used are subject to inspection, test, or rejection at any time prior to or during
incorporation into the work. Copies of all tests will be furnished to the Contractor's
representative at his/her request.
' 60-03 CERTIFICATION OF COMPLIANCE. The Engineer may permit the use, prior to
sampling and testing, of certain materials or assemblies when accompanied by manufacturer's
' certificates of compliance stating that such materials or assemblies fully comply with the
requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of
such materials or assemblies delivered to the work must be accompanied by a certificate of
compliance in which the lot is clearly identified.
Materials or assemblies used on the basis of certificates of compliance may be sampled and
tested at any time and if found not to be in conformity with contract requirements will be subject
to rejection whether in place or not.
The form and distribution of certificates of compliance shall be as approved by the Engineer.
I
GP -60-1
I
I
When a material or assembly is specified by "brand name or equal" and the Contractor elects to
furnish the specified "brand name", the Contractor shall be required to furnish the manufacturer's
certificate of compliance for each lot of such material or assembly delivered to the work. Such
certificate of compliance shall clearly identify each lot delivered and shall certify as to:
(a) Conformance to the specified performance, testing, quality or dimensional
requirements; and,
(b) Suitability of the material or assembly for the use intended in the contract work.
Should the Contractor propose to furnish an "or equal" material or assembly, he shall furnish the ,
manufacturer's certificates of compliance as hereinbefore described for the specified brand name
material or assembly. However, the Engineer shall be the sole judge as to whether the proposed
"or equal" is suitable for use in the work.
The Engineer reserves the right to refuse permission for use of materials or assemblies on the
basis of certificates of compliance.
60-04 PLANT INSPECTION. The Engineer or his/her authorized representative may inspect, at
its source, any specified material or assembly to be used in the work. Manufacturing plants may
be inspected from time to time for the purpose of determining compliance with specified
manufacturing methods or materials to be used in the work and to obtain samples required for
his/her acceptance of the material or assembly.
Should the Engineer conduct plant inspections, the following conditions shall exist: '
(a) The Engineer shall have the cooperation and assistance of the Contractor and the
producer with whom he has contracted for materials.
(b) The Engineer shall have full entry at all reasonable times to such parts of the plant '
that concern the manufacture or production of the materials being furnished.
(c) If required by the Engineer, the Contractor shall arrange for adequate office or
working space that may be reasonably needed for conducting plant inspections. Office or
working space should be conveniently located with respect to the plant.
It is understood and agreed that the owner shall have the right to retest any material which has
been tested and approved at the source of supply after it has been delivered to the site. The
Engineer shall have the right to reject only material which, when retested, does not meet the
requirements of the contract, plans, or specifications.
60-05 ENGINEER'S FIELD OFFICE AND LABORATORY. When specified and provided for '
as a contract item, the Contractor shall furnish a building for the exclusive use of the Engineer as
a field office and field testing laboratory. The building shall be furnished and maintained by the
Contractor as specified herein and shall become property of the Contractor when the contract
work is completed.
GP -60-2
1
I
I
I
I
I
I
Li
I
I
LI
I
I
I
I
60-06 STORAGE OF MATERIALS. Materials shall be so stored as to assure the preservation
of their quality and fitness for the work. Stored materials, even though approved before storage,
may again be inspected prior to their use in the work. Stored materials shall be located so as to
facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials
with the Engineer. Materials to be stored on airport property shall not create an obstruction to air
navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless
otherwise shown on the plans, the storage of materials and the location of the Contractor's plant
and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not
be used for storage purposes without written permission of the owner or lessee of such property.
The Contractor shall make all arrangements and bear all expenses for the storage of materials on
private property. Upon request, the Contractor shall furnish the Engineer a copy of the property
owner's permission.
All storage sites on private or airport property shall be restored to their original condition by the
Contractor at his/her entire expense, except as otherwise agreed to (in writing) by the owner or
lessee of the property.
60-07 UNACCEPTABLE MATERIALS. Any material or assembly that does not conform to
the requirements of the contract, plans, or specifications shall be considered unacceptable and
shall be rejected. The Contractor shall remove any rejected material or assembly from the site of
the work, unless otherwise instructed by the Engineer.
No rejected material or assembly, the defects of which have been corrected by the Contractor,
shall not be returned to the site of the work until such time as the Engineer has approved its used
in the work.
60-08 OWNER FURNISHED MATERIALS. The Contractor shall furnish all materials
required to complete the work, except those specified herein (if any) to be furnished by the
owner. Owner -furnished materials shall be made available to the Contractor at the location
specified herein.
All costs of handling, transportation from the specified location to the site of work, storage, and
installing owner -furnished materials shall be included in the unit price bid for the contract item in
which such owner -furnished material is used.
After any owner -furnished material has been delivered to the location specified, the Contractor
shall be responsible for any demurrage, damage, loss, or other deficiencies which may occur
durir:g the Contractor's handling, storage, or use of such owner -furnished material. The owner
will deduct from any monies due or to become due the Contractor any cost incurred by the owner
in making good such loss due to the Contractor's handling, storage, or use of owner -furnished
materials.
END OF SECTION GP -60
GP -60-3
I
I
' SECTION 70
' LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC
70-01 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all Federal and
state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or
tribunals having any jurisdiction or authority, which in any manner affect those engaged or
' employed on the work, or which in any way affect the conduct of the work. He shall at all times
observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall
protect and indemnify the owner and all his/her officers, agents, or servants against any claim or
' liability arising from or based on the violation of any such law, ordinance, regulation, order, or
decree, whether by himself or his/her employees.
' 70-02 PERMITS, LICENSES, AND TAXES. The Contractor shall procure all permits and
licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due
and lawful prosecution of the work.
70-03 PATENTED DEVICES, MATERIALS, AND PROCESSES. If the Contractor is required
or desires to use any design, device, material, or process covered by letters of patent or copyright,
' he shall provide for such use by suitable legal agreement with the patentee or owner. The
Contractor and the surety shall indemnify and save harmless the owner, any third party, or
political subdivision from any and all claims for infringement by reason of the use of any such
' patented design, device, material or process, or any trademark or copyright, and shall indemnify
the owner for any costs, expenses, and damages which it may be obliged to pay by reason of an
' infringement, at any time during the prosecution or after the completion of the work.
70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The owner reserves the
right to authorize the construction, reconstruction, or maintenance of any public or private utility
service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility
service of another government agency at any time during the progress of the work. To the extent
' that such construction, reconstruction, or maintenance has been coordinated with the owner, such
authorized work (by others) is indicated as follows:
' Owner Person to Contact (Phone Number)
Federal Aviation Administration (ATCT) Don Owens (501) 442-2182
'
Federal Aviation Administration (Facilities) Art Sellars (501) 442-5221
Fayetteville Municipal Airport Underground Utilities Don Green (501) 521-4750
II
I
I
Except as listed above, the Contractor shall not permit any individual, firm, or corporation to
excavate or otherwise disturb such utility services or facilities located within the limits of the
work without the written permission of the Engineer.
GP -70-1
Should the owner of public or private utility service, FAA, or NOAA facility, or a utility service '
of another government agency be authorized to construct, reconstruct, or maintain such utility
service or facility during the progress of the work, the Contractor shall cooperate with such
owners by arranging and performing the work in this contract so as to facilitate such
construction, reconstruction or maintenance by others whether or not such work by others is
listed above. When ordered as extra work by the Engineer, the Contractor shall make all
necessary repairs to the work which are due to such authorized work by others, unless otherwise
provided for in the contract, plans, or specifications. It is understood and agreed that the
Contractor shall not be entitled to make any claim for damages due to such authorized work by
others or for any delay to the work resulting from such authorized work.
70-05 FEDERAL AID PARTICIPATION. NOT USED. '
As required by the Act, the contract work is subject to the inspection and approval of duly
authorized representatives of the Administrator, FAA, and is further subject to those provisions
of the rules and regulations that are cited in the contract, plans, or specifications.
No requirement of the Act, the rules and regulations implementing the Act, or this contract shall ,
be construed as making the Federal Government a party to the contract nor will any such
requirement interfere, in any way, with the rights of either party to the contract.
70-06 SANITARY, HEALTH, AND SAFETY PROVISIONS. The Contractor shall provide
and maintain in a neat, sanitary condition such accommodations for the use of his/her employees
as maybe necessary to comply with the requirements of the state and local Board of Health, or of
other bodies or tribunals having jurisdiction.
Attention is directed to Federal, state, and local laws, rules and regulations concerning
construction safety and health standards. The Contractor shall not require any worker to work in
surroundings or under conditions which are unsanitary, hazardous, or dangerous to his/her health '
or safety.
70-07 PUBLIC CONVENIENCE AND SAFETY. The Contractor shall control his/her '
operations and those of his/her subcontractors and all suppliers, to assure the least inconvenience
to the traveling public. Under all circumstances, safety shall be the most important
consideration.
The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular
traffic with respect to his/her own operations and those of his/her subcontractors and all suppliers
in accordance with the subsection titled MAINTENANCE OF TRAFFIC of Section 40
hereinbefore specified and shall limit such operations for the convenience and safety of the '
traveling public as specified in the subsection titled LIMITATION OF OPERATIONS of Section
80 hereinafter. ,
GP -70-2 '
LI
LI
I
I
I
H
L
II
I
70-08 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS. The Contractor
shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards
necessary to protect the public and the work. When used during periods of darkness, such
barricades, warning signs, and hazard markings shall be suitably illuminated.
For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades,
warning signs, lights and other traffic control devices in reasonable conformity with the latest
edition of the Manual of Uniform Traffic Control Devices for Streets and Highways (published
by the United States Government Printing Office).
When the work requires closing an air operations area of the airport or portion of such area, the
Contractor shall furnish, erect, and maintain temporary markings and associated lighting
conforming to the requirements of AC 150/5340-1, Marking of Paved Areas on Airports, latest
edition.
The Contractor shall furnish, erect, and maintain markings and associated lighting of open
trenches, excavations, temporary stock piles, and his/her parked construction equipment that may
be hazardous to the operation of emergency fire -rescue or maintenance vehicles on the airport in
reasonable conformance to AC 150/5370-2, Operational Safety on Airports During Construction
Activity, latest edition.
The Contractor shall identify each motorized vehicle or piece of construction equipment in
reasonable conformance to AC 150/5370-2, latest edition.
' The Contractor shall furnish and .erect all barricades, warning signs, and markings for hazards
prior to commencing work which requires such erection and shall maintain the barricades,
warning signs, and markings for hazards until their dismantling is directed by the Engineer.
Open -flame type lights shall not be permitted within the air operations areas of the airport.
I
I
I
L
I
70-09 USE OF EXPLOSIVES. Explosives shall not be used or stored on the site.
70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The
Contractor shall be responsible for the preservation of all public and private property, and shall
protect careflilly from disturbance or damage all land monuments and property markers until the
Engineer has witnessed or otherwise referenced their location and shall not move them until
directed.
The Contractor shall be responsible for all damage or injury to property of any character, during
the prosecution of the work, resulting from any act, omission, neglect, or misconduct in his/her
manner or method of executing the work, or at any time due to defective work or materials, and
said responsibility will not be released until the project has been completed and accepted.
GP -70-3
El
I
When or where any direct or indirect damage or injury is done to public or private property by or
on account of any act, omission, neglect, or misconduct in the execution of the work, or in
consequence of the nonexecution thereof by the Contractor, he shall restore, at his/her own
expense, such property to a condition similar or equal to that existing before such damage or '
injury was done, by repairing, or otherwise restoring as may be directed, or he shall make good
such damage or injury in an acceptable manner.
70-11 RESPONSIBILITY FOR DAMAGE CLAIMS. The Contractor shall indemnify and save
harmless the Engineer and the owner and their officers, and employees from all suits actions, or
claims of any character brought because of any injuries or damage received or sustained by any
person, persons, or property on account of the operations of the Contractor; or on account of or in
consequence of any neglect in safeguarding the work; or through use of unacceptable materials in
constructing the work; or because of any act or omission, neglect, or misconduct of said
Contractor; or because of any claims or amounts recovered from any infringements of patent,
trademark, or copyright;, or from any claims or amounts arising or recovered under the
"Workmen's Compensation Act", or any other law, ordinance, order, or decree. Money due the
Contractor under and by virtue of his/her contract as may be considered necessary by the owner
for such purpose may be retained for the use of the owner or, in case no money is due, his/her
surety may be held until such suit or suits, action or actions, claim or claims for injuries or
damages as aforesaid shall have been settled and suitable evidence to that effect furnished to the
owner, except that money due the Contractor will not be withheld when the Contractor produces
satisfactory evidence that he is adequately protected by public liability and property damage
insurance.
70-12 THIRD PARTY BENEFICIARY CLAUSE. It is specifically agreed between the parties
executing the contract that it is not intended by any of the provisions of any part of the contract
to create the public or any member thereof a third party beneficiary or to authorize anyone not a
party to the contract to maintain a suit for personal injuries or property damage pursuant to the
terms or provisions of the contract. '
70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be necessary for the
Contractor to complete portions of the contract work for the beneficial occupancy of the owner
prior to completion of the entire contract, such "phasing" of the work shall be as indicated on the
plans. When so indicated, the Contractor shall complete such portions of the work on or before
the date specified or as otherwise specified. The Contractor shall make his/her own estimate of '
the difficulties involved in arranging his/her work to permit such beneficial occupancy by the
owner. Upon completion of any portion of the work, such portion shall be accepted by the owner ,
in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50.
No portion of the work may be opened by the Contractor for public use until ordered by the '
Engineer in writing. Should it become necessary to open a portion of the work to public traffic
on a temporary or intermittent basis, such openings shall be made when, in the opinion of the
Engineer, such portion of the work is in an acceptable condition to support the intended traffic.
Temporary or intermittent openings are considered to be inherent in the work and shall not
GP -70-4 I
I
I
Li
I
I
I
I
I
H
I
constitute either acceptance of the portion of the work
so opened or a
waiver of any provision of
the contract. Any
damage to the portion of the work
so opened that
is not attributable to traffic
which is permitted
by the owner shall be repaired by the Contractor at
his/her expense.
The Contractor shall make his/her own estimate of the inherent difficulties involved in
completing the work under the conditions herein described and shall not claim any added
compensation by reason of delay or increased cost due to opening a portion of the contract work.
70-14 CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the Engineer's final written
acceptance of the entire completed work, excepting only those portions of the work accepted in
accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50, the Contractor
shall have the charge and care thereof and shall take every precaution against injury or damage to
any part due to the action of the elements or from any other cause, whether arising from the
execution or from the nonexecution of the work. The Contractor shall rebuild, repair, restore,
and make good all injuries or damages to any portion of the work occasioned by any of the above
causes before final acceptance and shall bear the expense thereof except damage to the work due
to unforeseeable causes beyond the control of and without the fault or negligence of the
Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado,
hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of
government authorities.
If the work is suspended for any cause whatever, the Contractor shall be responsible for the work
and shall take such precautions necessary to prevent damage to the work. The Contractor shall
provide for normal drainage and shall erect necessary temporary structures, signs, or other
facilities at his/her expense. During such period of suspension of work, the Contractor shall
properly and continuously maintain in an acceptable growing condition all living material in
newly established planting, seedings, and soddings furnished under his/her contract, and shall
take adequate precautions to protect new tree growth and other important vegetative growth
against injury.
' 70-15 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF
OTHERS. As provided in the subsection titled RESTORATION OF SURFACES DISTURBED
BY OTHERS of this section, the Contractor shall cooperate with the owner of any public or
private utility service, FAA or NOAA, or a utility service of another government agency that
may be authorized by the owner to construct, reconstruct or maintain such utility services or
' facilities during the progress of the work. In addition, the Contractor shall control his/her
operations to prevent the unscheduled interruption of such utility services and facilities.
' To the extent that such public or private utility services, FAA, or NOAA facilities, or utility
services of another governmental agency are known to exist within the limits of the contract
work, the approximate locations have been indicated on the plans and the owners are indicated as
Ifollows:
I
GP-70-5
I
Li
Utility Service or Facility Person to Contact (Phone Number) '
Federal Aviation Administration (ATCT) Don Owens (501) 442-2182
Federal Aviation Administration (Facilities) Art Sellars (501) 442-5221
Fayetteville Municipal Airport Underground Utilities Don Green (501) 521-4750
Caution: '
Underground Utilities exist within and adjacent to the Limits of Construction. An attempt has
been made to locate these Utilities on the Plans. All existing Utilities may not be shown on the ,
Plans, and the location of the Utilities shown may vary from the location shown on the Plans.
Prior to beginning any type of excavation, the Contractor shall contact the Utilities involved and
make arrangements for the location of the Utility on the ground. The Contractor shall maintain I
the Utility Location Markings until they are no longer necessary.
It is understood and agreed that the owner does not guarantee the accuracy or the completeness
of the location information relating to existing utility services, facilities, or structures that may be
shown on the plans or encountered in the work. Any inaccuracy or omission in such information
shall not relieve the Contractor of his/her responsibility to protect such existing features from
damage or unscheduled interruption of service.
It is further understood and agreed that the Contractor shall, upon execution of the contract,
notify the owners of all utility services or other facilities of his/her plan of operations. Such
notification shall be in writing addressed to THE PERSON TO CONTACT as provided ,
hereinbefore in this subsection and the subsection titled RESTORATION OF SURFACES
DISTURBED BY OTHERS of this section. A copy of each notification shall be given to the
Engineer. '
In addition to the general written notification hereinbefore provided, it shall be the responsibility
of the Contractor to keep such individual owners advised of changes in his/her plan of operations
that would affect such owners.
Prior to commencing the work in the general vicinity of an existing utility service or facility, the
Contractor shall again notify each such owner of his/her plan of operation. If, in the Contractor's
opinion, the owner's assistance is needed to locate the utility service or facility or the presence of
a representative of the owner is desirable to observe the work, such advice should be included in '
the notification. Such notification shall be given by the most expeditious means to reach the
utility owner's PERSON TO CONTACT no later than two normal business days prior to the '
Contractor's commencement of operations in such general vicinity. The Contractor shall furnish
a written summary of the notification to the Engineer.
The Contractor's failure to give the two day's notice hereinabove provided shall be cause for the '
Engineer to suspend the Contractor's operations in the general vicinity of a utility service or
facility. ,
GP -70-6 1
I
' Where the outside limits of an underground utility service have been located and staked on the
ground, the Contractor shall be required to use excavation methods acceptable to the Engineer
within 3 feet (90 cm) of such outside limits at such points as may be required to ensure
protection from damage due to the Contractor's operations.
Should the Contractor damage or interrupt the operation of a utility service or facility by accident
or otherwise, he shall immediately notify the proper authority and the Engineer and shall take all
reasonable measures to prevent further damage or interruption of service. The Contractor, in
such events, shall cooperate with the utility service or facility owner and the Engineer
continuously until such damage has been repaired and service restored to the satisfaction of the
utility or facility owner.
The Contractor shall bear all costs of damage and restoration of service to any utility service or
facility due to his/her operations whether or not due to negligence or accident. The contract
' owner reserves the right to deduct such costs from any monies due or which may become due the
Contractor, or his/her surety.
70-16 FURNISHING RIGHTS -OF -WAY. The owner will be responsible for furnishing all
rights -of -way upon which the work is to be constructed in advance of the Contractor's operations.
70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the contract
provisions or in exercising any power or authority granted to him by this contract, there shall be
' no liability upon the Engineer, his/her authorized representatives, or any officials of the owner
either personally or as an official of the owner. It is understood that in such matters they act
solely as agents and representatives of the owner.
' 70-18 NO WAIVER OF LEGAL RIGHTS. Upon completion of the work, the owner will
expeditiously make final inspection and notify the Contractor of final acceptance. Such final
acceptance, however, shall not preclude or stop the owner from correcting any measurement,
estimate, or certificate made before or after completion of the work, nor shall the owner be
precluded or estopped from recovering from the Contractor or his/her surety, or both, such
1 overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his/her
obligations under the contract. A waiver on the part of the owner of any breach of any part of the
' contract shall not be held to be a waiver of any other or subsequent breach.
The Contractor, without prejudice to the terms of the contract, shall be liable to the owner for
' latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the owner's
rights under any warranty or guaranty.
' 70-19 ENVIRONMENTAL PROTECTION. The Contractor shall comply with all Federal,
state, and local laws and regulations controlling pollution of the environment, including the
applicable standards and requirements issued under Section 306 of the Clean Air Act (42 USC
' 1857 (h)), Section 508 of the Clean Water Act (33 USC 1368), Executive Order 11738, and
environmental protection regulations (40 CFR Part 15). He shall take necessary precautions to
I
GP -70-7
I
rET
prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or
other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous
matter.
70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS. Unless otherwise specified in ,
this subsection, the Contractor is advised that the site of the work is not within any property,
district, or site, and does not contain any building, structure, or object listed in the current
National Register of Historic Places published by the United States Department of Interior.
Should the Contractor encounter, during his/her operations, any building, part of a building,
structure, or object which is incongruous with its surroundings, he shall immediately cease
operations in that location and notify the Engineer. The Engineer will immediately investigate
the Contractor's finding• and will direct the Contractor to either resume his/her operations or to
suspend operations as directed. I
Should the Engineer order suspension of the Contractor's operations in order to protect an
archaeological or historical finding, or order the Contractor to perform extra work, such shall be
covered by an appropriate contract modification (change order or supplemental agreement) as
provided in the subsection titled EXTRA WORK of Section 40 and the subsection titled '
PAYMENT FOR EXTRA WORK AND FORCE ACCOUNT WORK of Section 90. If
appropriate, the contract modification shall include an extension of contract time in accordance
with the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of ,
Section 80.
H
END OF SECTION GP -70 '
I
I
I
1
GP -70-8 '
I
' SECTION 80
' PROSECUTION AND PROGRESS
80-01 SUBLETTING OF CONTRACT. The owner will not recognize any subcontractor on the
' project. The Contractor shall at all times when work is in progress be represented either in
person, by a qualified superintendent, or by other designated, qualified representative who is duly
' authorized to receive and execute orders of the Engineer.
Should the Contractor elect to assign his/her contract, said assignment shall be concurred in by
' the surety, shall be presented for the consideration and approval of the owner, and shall be
consummated only on the written approval of the owner. In case of approval, the Contractor
shall file copies of all subcontracts with the Engineer.
' 80-02 NOTICE TO PROCEED. The notice to proceed shall state the date on which it is
expected the Contractor will begin the construction and from which date contract time will be
' charged. The Contractor shall begin the work to be performed under the contract within 10
calendar days of the date set by the Engineer in the written notice to proceed, but in any event,
the Contractor shall notify the Engineer at least 24 hours in advance of the time actual
construction operations will begin.
80-03 PROSECUTION AND PROGRESS. Unless otherwise specified, the Contractor shall
'
submit his/her progress schedule for the Engineer's approval within 10 days after the effective
date of the notice to proceed. The Contractor's progress schedule, when approved by the
' Engineer, may be used to establish major construction operations and to check on the progress of
the work. The Contractor shall provide sufficient materials, equipment, and labor to guarantee
the completion of the project in accordance with the plans and specifications within the time set
forth in the proposal.
If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the
1 Engineer's request, submit a revised schedule for completion of the work within the contract time
and modify his/her operations to provide such additional materials, equipment, and labor
necessary to meet the revised schedule. Should the prosecution of the work be discontinued for
any reason, the Contractor shall notify the Engineer at least 24 hours in advance of resuming
operations.
80-04 LIMITATION OF OPERATIONS. When the work requires the Contractor to conduct
his/her operations within an AIR OPERATIONS AREA of the airport, the work shall be
' coordinated with airport management (through the Engineer) at least 48 hours prior to
commencement of such work. The Contractor shall not close an AIR OPERATIONS AREA
until so authorized by the Engineer and until the necessary temporary marking and associated
•' lighting is in place as provided in the subsection titled BARRICADES, WARNING SIGNS,
AND HAZARD MARKINGS of Section 70.
I
GP -80-1
I
When the contract work requires the Contractor to work within an AIR OPERATIONS AREA of
the airport on an intermittent basis (intermittent opening and closing of the AIR OPERATIONS
AREA), the Contractor shall maintain constant communications as hereinafter specified;
immediately obey all instructions to vacate the AIR OPERATIONS AREA; immediately obey
all instructions to resume work in such AIR OPERATIONS AREA. Failure to maintain the
specified communications or to obey instructions shall be cause for suspension of the
Contractor's operations in the AIR OPERATIONS AREA until the satisfactory conditions are
provided. '
80-05 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. The Contractor shall,
at all times, employ sufficient labor and equipment for prosecuting the work to full completion in ,
the manner and time required by the contract, plans, and specifications.
All workers shall have sufficient skill and experience to perform properly the work assigned to
them. Workers engaged in special work or skilled work shall have sufficient experience in such
work and in the operation of the equipment required to perform the work satisfactorily.
All equipment which is proposed to be used on the work shall be of sufficient size and in such
mechanical condition as to meet requirements of the work and to produce a satisfactory quality
of work. Equipment used on any portion of the work shall be such that no injury to previously
completed work, adjacent property, or existing airport facilities will result from its use.
When the methods and equipment to be used by the Contractor in accomplishing the work are
not prescribed in the contract, the Contractor is free to use any methods or equipment that will
accomplish the work in conformity with the requirements of the contract, plans, and
specifications.
When the contract specifies the use of certain methods and equipment, such methods and
equipment shall be used unless others are authorized by the Engineer. If the Contractor desires
to use a method or type of equipment other than specified in the contract, he may request
authority from the Engineer to do so. The request shall be in writing and shall include a full
description of the methods and equipment proposed and of the reasons for desiring to make the
change. If approval is given, it will be on the condition that the . Contractor will be fully
responsible for producing work in conformity with contract requirements. If, after trial use of the
substituted methods or equipment, the Engineer determines that the work produced does not
meet contract requirements, the Contractor shall discontinue the use of the substitute method or
equipment and shall complete the remaining work with the specified methods and equipment.
The Contractor shall remove any deficient work and replace it with work of specified quality, or
take such other corrective action as the Engineer may direct. No change will be made in basis of.
payment for the contract items involved nor in contract time as a result of authorizing a change in
methods or equipment under this subsection.
GP -80-2 - 1
I
I
I
I
I
I
I
I
I
I
Li
L�
I]
I
80-06 TEMPORARY SUSPENSION OF THE WORK. The Engineer shall have the authority
to suspend the work wholly, or in part, for such period or periods as he may deem necessary, due
to unsuitable weather, or such other conditions as are considered unfavorable for the prosecution
of the work, or for such time as is necessary due to the failure on the part of the Contractor to
carry out orders given or perform any or all provisions of the contract.
In the event that the Contractor is ordered by the Engineer, in writing, to suspend work for some
unforeseen cause not otherwise provided for in the contract and over which the Contractor has no
control, the Contractor may be reimbursed for actual money expended on the work during the
period of shutdown. No allowance will be made for anticipated profits. The period of shutdown
shall be computed from the effective date of the Engineer's order to suspend work to the effective
date of the Engineer's order to resume the work. Claims for such compensation shall be filed
with the Engineer within the time period stated in the Engineer's order to resume work. The
Contractor shall submit with his/her claim information substantiating the amount shown on the
claim. The Engineer will forward the Contractor's claim to the owner for consideration in
accordance with local laws or ordinances. No provision of this article shall be construed as
entitling the Contractor to compensation for delays due to inclement weather, for suspensions
made at the request of the Contractor, or for any other delay provided for in the contract, plans,
or specifications.
If it should become necessary to suspend work for an indefinite period, the Contractor shall store
all materials in such manner that they will not become an obstruction nor become damaged in
any way. He shall take every precaution to prevent damage or deterioration of the work
performed and provide for normal drainage of the work. The Contractor shall erect temporary
structures where necessary to provide for traffic on, to, or from the airport.
80-07 DETERMINATION AND EXTENSION OF CONTRACT TIME. The number of
calendar days allowed for completion of the work shall be stated in the proposal and contract
and shall be known as the CONTRACT TIME.
Should the contract time require extension for reasons beyond the Contractor's control, it shall be
adjusted as follows:
(a) CONTRACT TIME based on WORKING DAYS shall be calculated weekly by the
Engineer. The Engineer will furnish the Contractor a copy of his/her weekly statement of the
number of working days charged against the contract time during the week and the number of
working days currently specified for completion of the contract (the original contract time plus
the number of working days, if any, that have been included in approved CHANGE ORDERS or
SUPPLEMENTAL AGREEMENTS covering EXTRA WORK).
The Engineer shall base his/her weekly statement of contract time charged on the following
considerations:
GP -80-3
I
(1) No time shall be charged for days on which the Contractor is unable to proceed
with the principal item of work under construction at the time for at least 6 hours with the normal
work force employed on such principal item. Should the normal work force be on a double -shift,
12 hours shall be used. Should the normal work force be on a triple -shift, 18 hours shall apply.
Conditions beyond the Contractor's control such as strikes, lockouts, unusual delays in
transportation, temporary suspension of the principal item of work under construction or
temporary suspension of the entire work which have been ordered by the Engineer for reasons
not the fault of the Contractor, shall not be charged against the contract time. ,
(2) The Engineer will not make charges against the contract time prior to the effective
date of the notice to proceed. ,
(3) The Engineer will begin charges against the contract time on the first working day
after the effective date of the notice to proceed.
(4) The Engineer will not make charges against the contract time after the date of final '
acceptance as defined in the subsection titled FINAL ACCEPTANCE of Section 50.
(5) The Contractor will be allowed 1 week in which to file a written protest setting
forth his/her objections to the Engineer's weekly statement. If no objection is filed within such
specified time, the weekly statement shall be considered as acceptable to the Contractor.
The contract time (stated in the proposal) is based on the originally estimated quantities as
described in the subsection titled INTERPRETATION OF ESTIMATED PROPOSAL
QUANTITIES of Section 20. Should the satisfactory completion of the contract require '
performance of work in greater quantities than those estimated in the proposal, the contract time
shall be increased in the same proportion as the cost of the actually completed quantities bears to
the cost of the originally estimated quantities in the proposal. Such increase in contract time
shall not consider either the cost of work or the extension of contract time that has been covered
by change order or supplemental agreement and shall be made at the time of final payment.
(b) CONTRACT TIME based on CALENDAR DAYS shall consist of the number of
calendar days stated in the contract counting from the effective date of the notice to proceed and
including all Saturdays, Sundays, holidays, and non -work days. All calendar days elapsing
between the effective dates of the Engineer's orders to suspend and resume all work, due to
causes not the fault of the Contractor, shall be excluded. I
At the time of final payment, the contract time shall be increased in the same proportion as the
cost of the actually completed quantities bears to the cost of the originally estimated quantities in
the proposal. Such increase in the contract time shall not consider either cost of work or the
extension of contract time that has been covered by a change order or supplemental agreement. '
Charges against the contract time will cease as of the date of final acceptance.
GP -80-4
I
I
I
II
I
I
I
IT
I
I
I
I
I
(b) Fails to perform the work or fails to provide sufficient workers, equipment or materials to
I
assure completion of work in accordance with the terms of the contract, or
(c) When the contract time is a specified completion date, it shall be the date on which all
contract work shall be substantially completed.
If the Contractor finds it impossible for reasons beyond his/her control to complete the work
within the contract time as specified, or as extended in accordance with the provisions of this
subsection, he may, at any time prior to the expiration of the contract time as extended, make a
written request to the Engineer for an extension of time setting forth the reasons which he
believes will justify the granting of his/her request. The Contractor's plea that insufficient time
was specified is not a valid reason for extension of time. If the Engineer finds that the work was
delayed because of conditions beyond the control and without the fault of the Contractor, he may
extend the time for completion in such amount as the conditions justify. The extended time for
completion shall then be in full force and effect, the same as though it were the original time for
completion.
80-08 FAILURE TO COMPLETE ON TIME. For each calendar day or working day, as
specified in the contract, that any work remains uncompleted after the contract time (including
all extensions and adjustments as provided in the subsection titled DETERMINATION AND
EXTENSION OF CONTRACT TIME of this Section) the sum specified in the contract and
proposal as liquidated damages will be deducted from any money due or to become due the
Contractor or his/her surety. Such deducted sums shall not be deducted as a penalty but shall be
considered as liquidation of a reasonable portion of damages that will be incurred by the owner
should the Contractor fail to complete the work in the time provided in his/her contract.
Permitting the Contractor to continue and finish the work or any part of it after the time fixed for
its completion, or after the date to which the time for completion may have been extended, will
in no way operate as a wavier on the part of the owner of any of its rights under the contract.
80-09 DEFAULT AND TERMINATION OF CONTRACT. The Contractor shall be considered
in default of his/her contract and such default will be considered as cause for the owner to
terminate the contract for any of the following reasons if the Contractor:
(a) Fails to begin the work under the contract within the time specified in the "Notice to
Proceed",or
I
(c) Performs the work unsuitably or neglects or refuses to remove materials or to perform
anew such work as may be rejected as unacceptable and unsuitable, or
(d) Discontinues the prosecution of the work, or
CIiz:Zl1j
F I
I
(e) Fails to resume work which has been discontinued within a reasonable time after notice to 1
do so, or
(f) Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or 1
insolvency, or
(g) Allows any final judgment to stand against him unsatisfied for a period of 10 days, or
(h) Makes an assignment for the benefit of creditors, or I.
(i) For any other cause whatsoever, fails to carry on the work in an acceptable manner.
Should the Engineer consider the Contractor in default of the contract for any reason
hereinbefore specified, he shall immediately give written notice to the Contractor and the
Contractor's surety as to the reasons for considering the Contractor in default and the owner's
intentions to terminate the contract.
If the Contractor or surety, within a period of 10 days after such notice, does not proceed in 1
accordance therewith, then the owner will, upon written notification from the Engineer of the
facts of such delay, neglect, or default and the Contractor's failure to comply with such notice,
have full power and authority without violating the contract, to take the prosecution of the work
out of the hands of the Contractor. The owner may appropriate or use any or all materials and
equipment that have been mobilized for use in the work and are acceptable and may enter into an
agreement for the completion of said contract according to the terms and provisions thereof, or
use such other methods as in the opinion of the Engineer will be required for the completion of
said contract in an acceptable manner. 1
All costs and charges incurred by the owner, together with the cost of completing the work under
contract, will be deducted from any monies due or which may become due the Contractor. If
such expense exceeds the sum which would have been payable under the contract, then the
Contractor and the surety shall be liable and shall pay to the owner the amount of such excess.
80-10 TERMINATION FOR NATIONAL EMERGENCIES. The owner shall terminate the
contract or portion thereof by written notice when the Contractor is prevented from proceeding
with the construction contract as a direct result of an Executive Order of the President with
respect to the prosecution of war or in the interest of national defense.
When the contract, or any portion thereof, is terminated before completion of all items of work in
the contract, payment will be made for the actual number of units or items of work completed at
the contract price or as mutually agreed for items of work partially completed or not started. No
claims or loss of anticipated profits shall be considered.
Reimbursement for organization of the work, and other overhead expenses, (when not otherwise 1
GP -80-6 -
I
' included in the contract) and moving equipment and materials to and from the job will be
considered, the intent being that an equitable settlement will be made with the Contractor.
Acceptable materials, obtained or ordered by the Contractor for the work and that are not
incorporated in the work shall, at the option of the Contractor, be purchased from the Contractor
' at actual cost as shown by receipted bills and actual cost records at such points of delivery as
may be designated by the Engineer.
Termination of the contract or a portion thereof shall neither relieve the Contractor of his/her
responsibilities for the completed work nor shall it relieve his/her surety of its obligation for and
concerning any just claim arising out of the work performed.
LI
IH
I
I
H
I
I
I
I
END OF SECTION GP -80
GP -80-7
I
SECTION 90
MEASUREMENT AND PAYMENT
90-01 MEASUREMENT OF QUANTITIES. All work completed under the contract will be
measured by the Engineer, or his/her authorized representatives, using United States Customary
Units of Measurement or the International System of Units.
The method of measurement and computations to be used in determination of quantities of
material furnished and of work performed under the contract will be those methods generally
recognized as conforming to good engineering practice.
Unless otherwise specified, longitudinal measurements for area computations will be made
horizontally, and no deductions will be made for individual fixtures (or leave -outs) having an
area of 9 square feet (0.8 square meter) or less. Unless otherwise specified, transverse
measurements for area computations will be the neat dimensions shown on the plans or ordered
in writing by the Engineer.
Structures will be measured according to neat lines shown on the plans or as altered to fit field
conditions.
Unless otherwise specified, all contract items which are measured by the linear foot such as
electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel
to the base or foundation upon which such items are placed.
' In computing volumes of excavation the average end area method or other acceptable methods
will be used.
The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe,
metal plate pipe culverts and arches, and metal cribbing will be specified and measured in
decimal fraction of inches.
I
Li
I
I
[1
r
The term "ton" will mean the short ton consisting of 2,000 pounds (907 kilograms) avoirdupois.
All materials which are measured or proportioned by weights shall be weighed on accurate,
approved scales by competent, qualified personnel at locations designed by the Engineer. If
material is shipped by rail, the car weight may be accepted provided that only the actual weight
of material be paid for. However, car weights will not be acceptable for material to be passed
through mixing plants. Trucks used to haul material being paid for by weight shall be weighed
empty daily at such times as the Engineer directs, and each truck shall bear a plainly legible
identification mark.
Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles
and measured therein at the point of delivery. Vehicles for this purpose may be of any size or
type acceptable to the Engineer, provided that the body is of such shape that the actual contents
may be readily and accurately determined. All vehicles shall be loaded to at least their water
level capacity, and all loads shall be leveled when the vehicles arrive at the point of delivery.
n
GP -90-1
I
When requested by the Contractor and approved by the Engineer in writing, material specified to
be measured by the cubic yard (cubic meter) may be weighed, and such weights will be
converted to cubic yards (cubic meters) for payment purposes. Factors for conversion from
weight measurement to volume measurement will be determined by the Engineer and shall be
agreed to by the Contractor before such method of measurement of pay quantities is used.
Bituminous materials will be measured by the gallon (liter) or ton (kilogram). When measured '
by volume, such volumes will be measured at 60°F (15°C) or will be corrected to the volume at
60°F (15°C) using ASTM D 1250 for asphalts or ASTM D 633 for tars.
Net certified scale weights or weights based on certified volumes in the case of rail shipments
will be used as a basis of measurement, subject to correction when bituminous material has been
lost from the car or the distributor, wasted, or otherwise not incorporated in the work.
When bituminous materials are shipped by truck or transport, net certified weights by volume,
subject to correction for loss or foaming, may be used for computing quantities.
Cement will be measured by the ton (kilogram) or hundredweight (kilogram). '
Timber will be measured by the thousand feet board measure (M.F.B.M.) actually incorporated
in the structure. Measurement will be based on nominal widths and thicknesses and the extreme
length of each piece.
The term "lump sum" when used as an item of payment will mean complete payment for the
work described in the contract.
When a complete structure or structural unit (in effect, "lump sum" work) is specified as the unit '
of measurement, the unit will be construed to include all necessary fittings and accessories.
Rental of equipment will be measured by time in hours of actual working time and necessary
traveling time of the equipment within the limits of the work. Special equipment ordered by the
Engineer in connection with force account work will be measured as agreed in the change order
or supplemental agreement authorizing such force account work as provided in the subsection
titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of this section.
When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe
conduit, etc., and these items are identified by gage, unit weight, section dimensions, etc., such
identification will be considered to be nominal weights or dimensions. Unless more stringently
controlled by tolerances in cited specifications, manufacturing tolerances established by the
industries involved will be accepted.
Scales for weighing materials which are required to be proportioned or measured and paid for by
weight shall be furnished, erected, and maintained by the Contractor, or be certified permanently
installed commercial scales. Scales shall be accurate within one-half percent of the correct
weight throughout the range of use. The Contractor shall have the scales checked under the
observation of the inspector before beginning work and at such other times as requested. The ,
GP -90-2 '
I
intervals shall be uniform in spacing throughout the graduated or marked length of the beam or
dial and shall not exceed one -tenth of 1 percent of the nominal rated capacity of the scale, but not
less than 1 pound (454 grams). The use of spring balances will not be permitted.
Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the
inspector can safely and conveniently view them.
Scale installations shall have available ten standard 50 -pound (2.3 kilogram) weights for testing
the weighing equipment or suitable weights and devices for other approved equipment.
Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be
installed and maintained with the platform level and rigid bulkheads at each end.
Scales "overweighing" (indicating more than correct weight) will not be permitted to operate,
and all materials received subsequent to the last previous correct weighing -accuracy test will be
reduced by the percentage of error in excess of one-half of 1 percent.
In the event inspection reveals the scales have been "underweighing" (indicating less than correct
weight), they shall be adjusted, and no additional payment to the Contractor will be allowed for
' materials previously weighed and recorded.
All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for
' furnishing check weights and scale house; and for all other items specified in this subsection, for
the weighing of materials for proportioning or payment, shall be included in the unit contract
prices for the various items of the project.
When the estimated quantities for a specific portion of the work are designated as the pay
quantities in the contract, they shall be the final quantities for which payment for such specific
portion of the work will be made, unless the dimensions of said portions of the work shown on
the plans are revised by the Engineer. If revised dimensions result in an increase or decrease in
the quantities of such work, the fmal quantities for payment will be revised in the amount
'represented by the authorized changes in the dimensions.
' 90-02 SCOPE OF PAYMENT. The Contractor shall receive and accept compensation provided
for in the contract as full payment for furnishing all materials, for performing all work under the
contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of
' whatever character arising out of the nature of the work or the prosecution thereof, subject to the
provisions of the subsection titled NO WAIVER OF LEGAL RIGHTS of Section 70.
When the "basis of payment" subsection of a technical specification requires that the contract
price (price bid) include compensation for certain work or material essential to the item, this
same work or material will not also be measured for payment under any other contract item
' which may appear elsewhere in the contract, plans, or specifications.
I
I
GP-90-3
H
90-03 COMPENSATION FOR ALTERED QUANTITIES. When the accepted quantities of
work vary from the quantities in the proposal, the Contractor shall accept as payment in full, so
far as contract items are concerned, payment at the original contract price for the accepted
quantities of work actually completed and accepted. No allowance, except as provided for in the
subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40, will be made
for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered
or claimed by the Contractor which results directly from such alterations or indirectly from
his/her unbalanced allocation of overhead and profit among the contract items, or from any other
cause.
90-04 PAYMENT FOR OMITTED ITEMS. As specified in the subsection titled OMITTED
ITEMS of Section 40, the Engineer shall have the right to omit from the work (order '
nonperformance) any contract item, except major contract items, in the best interest of the owner.
Should the Engineer omit or order nonperformance of a contract item or portion of such item
from the work, the Contractor shall accept payment in full at the contract prices for any work
actually completed and acceptable prior to the Engineer's order to omit or• nonperform such
contract item.
Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the
Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become
the property of the owner.
In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for
all actual costs incurred for the purpose of performing the omitted contract item prior to the date
of the Engineer's order. Such additional costs incurred by the Contractor must be directly related
to the deleted contract item and shall be supported by certified statements by the Contractor as to
the nature and the amount of such costs.
90-05 PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK. Extra work, performed in
accordance with the subsection titled EXTRA WORK of Section 40, will be paid for at the
contract prices or agreed prices specified in the change order or supplemental agreement
paid for based on expended labor, equipment, and materials plus a negotiated and agreed upon
allowance for overhead and profit.
authorizing
the extra work. When
the
change order
or supplemental agreement authorizing
the
extra work
requires that it be done
by
force account,
such force. account shall be measured
and
a. Miscellaneous. No additional allowance will be made for general superintendence,
the use of small tools, or other costs for which no specific allowance is herein provided.
b. Comparison of Record. The Contractor and the Engineer shall compare records of
the cost of force account work at the end of each day. Agreement shall be indicated by signature
of the Contractor and the Engineer or their duly authorized representatives.
c. Statement. No payment will be made for work performed on a force account basis
until the Contractor has furnished the Engineer with duplicate itemized statements of the cost of
GP -90-4
CI
C
C
I
I
I
I
II
C
such force account work detailed as follows:
(1) Name, classification, date, daily hours, total hours, rate and extension for each
laborer and foreman.
(2) Designation, dates, daily hours, total hours, rental rate, and extension for each
unit of machinery and equipment.
(3) Quantities of materials, prices, and extensions.
(4) Transportation of materials.
(5) Cost of property damage, liability and workman's compensation insurance
premiums, unemployment insurance contributions, and social security tax.
Statements shall be accompanied and supported by a receipted invoice for all materials used and
transportation charges. However, if materials used on the force account work are not specifically
purchased for such work but are taken from the Contractor's stock, then in lieu of the invoices the
Contractor shall furnish an affidavit certifying that such materials were taken from his/her stock,
that the quantity claimed was actually used, and that the price and transportation claimed
represent the actual cost to the Contractor.
' 90-06 PARTIAL PAYMENTS. Partial payments will be made at least once each month as the
work progresses. Said payments will be based upon estimates prepared by the Engineer of the
value of the work performed and materials complete in place in accordance with the contract,
plans, and specifications. Such partial payments may also include the delivered actual cost of
those materials stockpiled and stored in accordance with the subsection titled PAYMENT FOR
MATERIALS ON HAND of this section.
I
I
C
1
I
No partial payment will be made when the amount due the Contractor since the last estimate
amounts to less than five hundred dollars.
From the total of the amount determined to be payable on a partial payment, 10 percent of such
total amount will be deducted and retained by the owner until the final payment is made, except
as may be provided (at the Contractor's option) in the subsection titled PAYMENT OF
WITHHELD FUNDS of this section. The balance (90 percent) of the amount payable, less all
previous payments, shall be certified for payment. Should the Contractor exercise his/her option,
as provided in the subsection titled PAYMENT OF- WITHHELD FUNDS of this section, no such
10 percent retainage shall be deducted.
When not less than 95 percent of the work has been completed the Engineer may, at his/her
discretion and with the consent of the surety, prepare an estimate from which will be retained an
amount not less than twice the contract value or estimated cost, whichever is greater, of the work
remaining to be done. The remainder, less all previous payments and deductions, will then be
certified for payment to the Contractor.
I
GP -90-5
C
It is understood and agreed that the Contractor shall not be entitled to demand or receive partial
payment based on quantities of work in excess of those provided in the proposal or covered by
approved change orders or supplemental agreements, except when such excess quantities have
been determined by the Engineer to be a part of the final quantity for the item of work in
question.
No partial payment shall bind the owner to the acceptance of any materials or work in place as to
quality or quantity. All partial payments are subject to correction at the time of final payment as
provided in the subsection titled ACCEPTANCE AND FINAL PAYMENT of this section.
90-07 PAYMENT FOR MATERIALS ON HAND. Partial payments may be made to the extent
of the delivered cost of materials to be incorporated in the work, provided that such materials
meet the requirements of the contract, plans, and specifications and are delivered to acceptable
sites on the airport property or at other sites in the vicinity that are acceptable to the owner. Such
delivered costs of stored or stockpiled materials may be included in the next partial payment after
the following conditions are met:
(a) The material has been stored or stockpiled in a manner acceptable to the Engineer at
or on an approved site.
(b) The Contractor has furnished the Engineer with acceptable evidence of the quantity
and quality of such stored or stockpiled materials.
(c) The Contractor has furnished the Engineer with satisfactory evidence that the
material and transportation costs have been paid.
(d) The Contractor has furnished the owner legal title (free of liens or encumbrances of
any kind) to the material so stored or stockpiled.
(e) The Contractor has furnished the owner evidence that the material so stored or
stockpiled is insured against loss by damage to or disappearance of such materials at anytime
prior to use in the work. 1
It is understood and agreed that the transfer of title and the owner's payment for such stored or
stockpiled materials shall in no way relieve the Contractor of his/her responsibility for furnishing
and placing such materials in accordance with the requirements of the contract, plans, and
specifications.
In no case will the amount of partial payments for materials on hand exceed the contract price for
such materials or the contract price for the contract item in which the material is intended to be
used.
No partial payment will be made for stored or stockpiled living or perishable plant materials.
The Contractor shall bear all costs associated with the partial payment of stored or stockpiled
materials in accordance with the provisions of this subsection.
GP -90-6
1
I
90-08 PAYMENT OF WITHHELD FUNDS. At the Contractor's option, he/she may request
that the owner accept (in lieu of the 10 percent retainage on partial payments described in the
subsection titled PARTIAL PAYMENTS of this section) the Contractor's deposits in escrow
under the following conditions.
(a) The Contractor shall bear all expenses of establishing and maintaining an escrow
account and escrow agreement acceptable to the owner.
(b) The Contractor shall deposit to and maintain in such escrow only those securities or
bank certificates of deposit as are acceptable to the owner and having a value not less than the 10
percent retainage that would otherwise be withheld from partial payment.
(c) The Contractor shall enter into an escrow agreement satisfactory to the owner.
(d) The Contractor shall obtain the written consent of the surety to such agreement.
90-09 ACCEPTANCE AND FINAL PAYMENT. When the contract work has been accepted in
accordance with the requirements of the subsection titled FINAL ACCEPTANCE of Section 50,
the Engineer will prepare the final estimate of the items of work actually performed. The
Contractor shall approve the Engineer's final estimate or advise the Engineer of his/her
objections to the final estimate which are based on disputes in measurements or computations of
the final quantities to be paid under the contract as amended by change order or supplemental
agreement. The Contractor and the Engineer shall resolve all disputes (if any) in the
measurement and computation of final quantities to be paid within 30 calendar days of the
' Contractor's receipt of the Engineer's final estimate. If, after such 30 -day period, a dispute still
exists, the Contractor may approve the Engineer's estimate under protest of the quantities in
dispute, and such disputed quantities shall be considered by the owner as a claim in accordance
' with the subsection titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50.
After the Contractor has approved, or approved under protest, the Engineer's final estimate, final
' payment will be processed based on the entire sum, or the undisputed sum in case of approval
under protest, determined to be due the Contractor less all previous payments and all amounts to
be deducted under the provisions of the contract. All prior partial estimates and payments shall
'be subject to correction in the final estimate and payment.
' If the Contractor has filed a claim for additional compensation under the provisions of the
subsection titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the -
provisions of this subsection, such claims will be considered by the owner in accordance with
' local laws or ordinances. Upon final adjudication of such claims, any additional payment
determined to be due the Contractor will be paid pursuant to a supplemental final estimate.
I
END OF SECTION GP -90
' GP -90-7
[1
I
I
I
I
J
I
I
11
I
J
I
I
I
I
I
SPECIAL CONDITIONS
SC -01 GENERAL NOTES AND DESCRIPTION OF THE WORK. Detailed descriptions of
the several items of work are given in the TECHNICAL SPECIFICATIONS that follow. In
general, the work consists of the construction of an 8 Bay T -Hangar including connections to
existing electrical service, and construction of approximately 525 feet of 6 -inch ductile iron
water line.
General Notes:
1. All of the work is within secure areas of the airport. Details of the Contractor's
responsibility to maintain security of the airport are included in these Special Conditions of
the Contract Documents.
2. All of the work will be accomplished adjacent to active aircraft movement areas, and
aircraft access and safety through these areas will be maintained throughout the contract.
3. Underground utilities exist within and adjacent to the limits of construction. Existing
utilities are not shown on the plans. Prior to beginning any type of excavation, the
Contractor shall contact the utilities involved and make arrangements for the location of the
utilities on the ground. The Contractor shall maintain the utility location markings until
they are no longer necessary.
Arkansas State Law, the Underground Facilities Damage Prevention Act, requires two
working days advance notification through the Arkansas One -Call system center before
excavating using mechanized equipment or explosives (except in the case of an emergency).
The One -Call system phone number is 1-800-482-8998. The Contractor is advised that
there is a severe penalty for not making this call. Not all utility companies are members of
the Arkansas One -Call system; therefore, the Contractor is advised to contact all non-
member utilities as well as the One -Call system.
SC -02 SPECIAL INSTRUCTIONS. It is the intent of these instructions to minimize
interference to airport operations; in areas not closed to aircraft, aircraft movement shall have
the right of way over construction -related vehicles and equipment.
The Contractor will be allowed access to the construction site only at the locations shown on
the plans. The Contractor shall adhere to security requirements of Paragraph SC -08 of these
Special Conditions.
The Contractor shall be responsible for the maintenance and repair of each access/haul route.
The Owner may have construction contract in progress, for the performance of other work,
that bounds the limits of work for this project. The Contractor shall cooperate with the other
II
I
Contractors on the Airport and shall conduct his work so as not to interfere with or hinder the
progress of any other work being performed. '
SC -03 RESTRICTIONS ON TIME FOR WORK.
1. Airport Security is a primary concern of the Airport and the FAA. The Contractor's ,
access gates into the secured area of the Airport shall be kept guarded or locked at all
times.
2. The intent of these contract documents is to organize and control the work so that it is '
accomplished with minimum inconvenience to the Airport and to insure the safety of
aircraft movements at the Airport during the construction period. To accomplish this,
the contractor's access to the airport is restricted to the immediate vicinity of the
construction, and a direct, approved access route to the construction. All of the work
accomplished on the terminal ramp is in the secure area of the airport, and the contractor
shall comply with the Owner's rules and regulations for access to the secure area.
3. At all times aircraft movement shall have the right of way over the Contractor's
equipment.
4. The Contractor will be allowed access to the construction areas at the locations '
indicated on the plans and as approved by the Owner. The Contractor shall be
responsible for maintaining continuous security at each point of access.
5. The Contractor's work shall be phased to maintain access from the general aviation
ramp to the runway. Before construction begins, the contractor shall submit a written
schedule of construction for review and approval by the engineer and the owner.
SC -04 INSURANCE. Insurance shall meet the following requirements:
I. Contractor's Liability Insurance Requirements. The bidder shall provide with the
Proposal a listing of both automobile and personal liability insurance coverage
currently in force, along with a copy of a Certificate of Insurance as verification of
that coverage. In addition, the bidder shall provide a statement of premium cost I
issued by the agent or insurance carrier for that coverage.
The kinds of insurance required are:
(1) Public Liability; ,
SC -2
I
I
(2) Property Damage and Vehicle Liability
(3) Workman's Compensation.
(4) Third Party Insurance.
' Prior to the execution of the contract, the successful Bidder shall furnish, to the
Owner, Certificate of Insurance coverages. During the life of the construction
contract, the Contractor shall purchase and maintain comprehensive and general
public liability insurance as is appropriate for the work being performed, as well as
provide protection from claims which result from the Contractor's performance of
the requirements of the contract documents.
The insurance required by this section shall include the specific coverages and be
written for not less than the limits of liability and coverages required by law. All
such insurance shall remain in effect until the work is formally accepted by the
Owner, and at all times thereafter that the Contractor may be correcting, removing,
or replacing such work.
The Contractor shall require all subcontractors on the job to carry insurance as
I. outlined above, or shall furnish coverage for the subcontractors as outlined above.
In the event the Owner determines that the low bidder's coverage in force is
inadequate, the Owner may require the low bidder to procure additional coverage in
amounts specified by the Owner. The cost of premiums for such additional
coverage shall be paid by the low bidder.
' In the event the low bidder is unable, after diligent effort, to procure such additional
coverage as may be required by the Owner, the Owner may, at his option, reduce
the amount of additional coverage required or waive any requirement for additional
coverage.
' 2. Third Party Coverage. In addition to the insurance described above, the Contractor
also shall provide "Owner Protective" insurance which names as the insured the
City of Fayetteville and Garver, Inc. Such insurance shall be in full force during
' the life of this Contract.
SC -05 TIME FOR COMPLETION AND LIQUIDATED DAMAGES. The number of
calendar days allowed for completion of the project is stipulated in the Proposal and in the
' Contract and shall be known as the Contract Time.
' SC -3
I
I
I
It is understood and agreed by and between the Owner and the Contractor that the
time of completion herein set out is a reasonable time. The Contractor shall perform
fully, entirely and in an acceptable manner, the work contracted for within the
contract time stated in the Contract. The construction contract performance time shall
be counted from ten days after the effective date of the "Notice to Proceed", or the
date work commences, whichever occurs first; and shall include all Sundays,
holidays, and. non -work days. All calendar days elapsing between the effective dates ,
of any orders of the Engineer for suspension of the prosecution of the work, due to
the fault of the Contractor, shall be counted as elapsed contract time, and shall not be
considered for an extension of time.
2. Extensions of time for completion, under the condition of 2(a) next below, will be
granted; extensions may be granted (in accordance with paragraph GP 80-07,
DETERMINATION AND EXTENSION OF CONTRACT TIME) under other stated
conditions:
a. If the satisfactory execution and completion of the Contract shall require work or
material in greater amounts or quantities than those set forth in the Contract, then the
Contract time shall be increased in the same proportion as the additional work bears
to the original work contracted for.
b. Extensions of time may be granted if work is delayed for the owner's convenience. ,
c. An average or usual number of inclement weather days, when work cannot proceed,
is to be anticipated during the construction period and is not to be considered as
warranting extension of time. If, however, it appears that the Contractor is delayed
by conditions of weather, times and seasons, so unusual as not to be reasonably
anticipated, extensions of time may be granted. No extension of time for inclement
weather days shall be granted after the Contract Time has expired.
d. Should the work under the Contract be delayed by other causes which could not have
been prevented or contemplated by the Contractor, and which are beyond the
Contractor's power to prevent or remedy, an extension of time may be granted. Such
causes of delay shall include but not necessarily be limited to the following:
(1) Priority or allocation order duly issued by the Federal Government. '
(2) Acts of God, acts of the public enemy, fires, floods, epidemics, quarantine '
restrictions, freight embargoes, and unusually severe weather.
(3) Any delays of Subcontractors or suppliers occasioned by any of the causes
specified in (1) or (2) above.
SC -4
I
I
' 3. The amount of all extensions of time for whatever reason granted shall be determined
by the Owner. In general, only actual and not hypothetical days of delay will be
' considered. The Owner shall have authority to grant additional extensions of time as
the Owner may deem justifiable.
The
amount of Liquidated
Damages to
be assessed shall be $350 per day for each day
'
over
the total contract time
stipulated in
the Contract.
4. Time is an essential element of the Contract, and it is important that the work be
pressed vigorously to completion. Loss will accrue to the public due to delayed
completion of the facility and the cost to the Owner of the administration of the
Contract, including engineering, construction observation, and supervision, will be
increased as the time occupied in the work is lengthened. All additional costs
incurred by the Owner for engineering (approx. $65/hour), construction observation
' (approx. $39/hour), and supervision (approx. $65/hour) shall be borne by the
Contractor.
5. Should the Contractor fail to complete the work as set forth in the Specifications and
within the time stipulated in the Contract, there shall be deducted the amount shown
above, for each day of delay, from any monies due or which may thereafter become
due him, not as a penalty, but as ascertained and liquidated damages.
' 6. Should the amount otherwise due the Contractor be less than the amount of such
ascertained and liquidated damages, the Contractor and his Surety shall be liable to
the Owner for such deficiency.
' 7. If the Contractor finds it impossible for reasons beyond his control to complete the
work within the Contract time as specified, or as extended in accordance with the
provisions of this subsection, he may, at any time prior to -the expiration of the
Contract time as extended, make a written request to the Engineer for an extension of
time setting forth the reasons which he believes will justify the granting of his
request. The. Contractor's plea that insufficient time was specified is not a valid
reason for extension of time. If the Engineer finds that the work was delayed
because of conditions beyond the control and without the fault of the Contractor, he
' may recommend to the Owner that the contract time be extended as conditions
justify. If the Owner extends the contract, the extended time for completion shall
then be in full force and effect, the same as though it were the original time for
completion.
' SC -06 LEGAL HOLIDAYS. January 1, Memorial Day, July 4, Labor Day, Thanksgiving
and December 25 will be considered as being holidays; no other days will be so considered.
' SC -5
I
No engineering supervision or construction observation (or inspection) will be furnished on
legal holidays or Sundays, except in an emergency. The Contractor shall observe the legal
holidays, and no work shall be performed on these days except in an emergency.
SC -07 INSTRUMENT CONTROL The Contractor will be furnished survey baselines and
benchmarks to control the work as shown on the Plans. The Contractor shall be responsible
for the additional instrument control necessary to lay out and construct the work. The
Contractor's instrument control of the work shall not be measured for separate payment, but
will be considered subsidiary to the bid price. As a minimum, the Contractor shall provide I
the following instrument control for the work:
a. The Contractor shall set intermediate line and grade stakes and final grade '
stakes, "blue tops," as required to control the construction of shoulders, ditches
and structures. ,
b. It shall be the duty of the Contractor and his employees to call to the attention
of the Engineer any instrument control reference point which may have been ,
displaced or which seems to be off line or grade.
c. The Contractor shall preserve carefully all bench marks, reference points, ,
stakes or marks. In case any such is displaced or destroyed willfully or
carelessly by the Contractor's operations, the Contractor will be charged with
the cost of its re-establishment, and he shall be responsible for any error in
construction resulting from such displacement or destruction.
SC -08 SECURITY AND CONTROL OF ACCESS. The Contractor shall order his forces
and work to insure the continued maintenance of airport security and control of access.
Access is to be limited to only those personnel necessary for the work. At all times the
Contractor shall cooperate with representatives of the City of Fayetteville and abide by
airport security requirements.
The Contractor may install a temporary fence around his construction staging area to '
separate his material stockpile, equipment storage and parking areas from the secured
areas of the airport. No personal vehicles of Contractor's employees will be allowed inside
the secured area of the airport beyond this staging area. The exterior access gate shall be kept
locked or shall be guarded at all times. All material deliveries shall be received in the staging
area reserved by the Contractor. No delivery trucks will be allowed access to a secured area
of the airport beyond this staging area.
SC -6 I
pi
Any fines, including any and all associated costs, assessed the Airport for failure to maintain
security of the Airport which are a result of the negligence of the prime Contractor, any of his
subcontractors, or any supply/delivery personnel, will be assessed the prime contractor.
Payment of any fines levied for security violations shall be made to the City of Fayetteville
within seven calendar days.
SC -09 SAFETY. Safety at the airport is a prime concern of the Airport and the City. The
Contractor shall immediately comply with any instruction given by any airport representative
to insure the safety of airport operations.
The Contractor (including his or her employees) and any of his subcontractors (including his
or her employees) who will operate ground vehicles in aircraft movement areas shall
successfully complete formalized airport safety training, to be conducted by the airport staff.
Training records for all personnel authorized to operate ground vehicles on movement areas
shall be made available for inspection by the Airport Manager or his designated
representative during normal business hours. Personnel who have not completed the required
training are prohibited from operating motor vehicles on the terminal ramp. All personnel are
prohibited from operating motor vehicles on taxiways or runways of the airport.
Vehicles operating in the terminal ramj
flashing lights of either amber, yellow or
contractor shall mark the limits of currer
the Airport management.
with lighted barricades approved by
SC -10 DOCUMENTS FOR THE CONTRACTOR. The Engineer will furnish (at no
the Contractor three (3) sets of Specifications and three (3) sets of full size Plans. Addi
sets (for subcontractors, suppliers, etc.), if requested, will be furnished at the cc
SC -11 NOTAMS. In order to formally advise pilots of such information as temporary
runway or taxiway closures, displaced thresholds, construction activity on the airport, etc.,
the FAA -- upon request from the Owner -- will disseminate notices via the National Notice
to Airmen (NOTAM), telecommunications system. Such disseminated notices are known as
- •AT
The Contractor shall, through the Engineer, keep the Owner continuously informed of his
construction operations in order that NOTAMs be kept current and reflect actual conditions
with respect to construction activities on the airport.
I
I
SC -12 CONSTRUCTION ACTIVITY AND AIRCRAFT MOVEMENTS. Safety
requirements for construction activity affecting aircraft movement areas have been
coordinated with the Owner and representatives of the FAA. ,
Open trenches, excavations exceeding 3 inches in depth and 3 inches in width, or stockpiled I.
material will not be permitted within 200 feet of any runway centerline, within 300 feet of the
end of a runway, nor within 75 feet of any taxiway centerline. These criteria are applicable
only when the concerned runway/taxiway is operational and open to aircraft traffic.
SC -13 MOTORIZED VEHICLES. During periods when the runway or taxiway is not closed,
vehicular activity on the runway and taxiway shall be prohibited. In the event that such
vehicular traffic cannot be avoided, it must be carefully controlled in accordance with the
following provisions:
a. Vehicular traffic crossing active movement areas must be in communication with
the air traffic control tower by two-way radio or, the crossing area shall be manned
with the contractor's "crossing guard" personnel at all times the crossing area is in
use. The "crossing guard" personnel shall be equipped with a two-way radio, and
with a flag which meets the requirements listed below. The clearance given by the
air traffic control tower should be confirmed by the driver's personal observation
that no aircraft is approaching his position.
b. Any vehicle required to travel over any portion of the aforementioned areas, which
is not monitored by a crossing guard, shall display a flag on a staff, attached to the
vehicle in such a manner that the flag will be readily visible. The flag should be
not less than 3 -feet square, consisting of a checkered pattern of international
orange and white squares of not less than 1 foot on each side.
c. Waste and loose material capable of being blown about and causing damage to
aircraft landing gears, propellers, etc. shall not be spilled or placed on (or allowed
to be blown into) active aircraft movement areas. Material tracked onto any paved
areas should be removed promptly, with special effort given immediately before
the area is re -opened to aircraft traffic. - ,
SC -14 CLEAN UP. At least weekly, the Contractor shall clean up the site, including any '
work areas at the airport, in order that the site presents a neat appearance and the progress of
the work not be impeded. Clean up shall immediately precede final inspection. Waste and
loose material capable of being blown about and causing damage to aircraft landing gears,
SC -8
I
I
propellers, etc. will not be placed on (or allowed to be blown into) the terminal ramp, or
adjacent active aircraft movement areas. Material tracked onto any paved areas will be
removed immediately
' Immediately following acceptance of the work by the Owner, the Contractor shall remove all
temporary plant, equipment, surplus materials, and debris resulting from his operations, and
' leave the site in a condition fully acceptable to the Owner.
Clean up will not be measured for separate payment.
SC -15 PROJECT MEETINGS AND COORDINATION. A preconstruction conference will
be called by the Engineer at a time convenient to the Owner and before the issuance of the
"Notice to Proceed". The Engineer and the Contractor and such subcontractors as the
Contractor may desire shall attend this meeting with the Owner.
The Owner will call such Coordination Conferences as may seem expedient for the purpose
of assuring coordination of the work covered by this Contract. The Contractor shall attend all
such conferences. This in no way relieves the Contractor of his responsibility to fully
coordinate his work under this Contract.
SC -16 SCHEDULES AND RECORD DOCUMENTS. After award of the Contract and
' before the first payment request, the Contractor shall submit to the Engineer, in a form and to
a detail acceptable to the Engineer, his proposed "Progress Schedule", showing expected
starting and completion dates of the various items of work. The Contractor shall provide, at
the preconstruction conference, a detailed plan of action and schedule for construction.
The Contractor shall keep one record copy of all Specifications, Drawings, Addenda,
' Modifications, Shop Drawings and samples at the site, in good order, and annotated to show
all changes made during the construction process. These shall be available to the Engineer
for examination and shall be delivered to the Engineer for Owner upon completion of the
' work.
SC -17 CONTRACTOR/SUBCONTRACTOR/SUPPLIER LEGAL DISPUTES. The
' Contractor shall reimburse the Owner for any fees, expenses, charges, fines or other costs
borne by the Owner as a result of legal disputes or lawsuits between the Contractor and his
subcontractors, or between the Contractor and his suppliers. Reimbursement shall be paid
directly to the City of Fayetteville.
' SC -18 MEASUREMENT AND PAYMENT. No separate measurement or payment will be
made for the work covered under these special conditions; all costs for the work shall be
included in the contract prices for the work to be performed under this contract.
SC -9
I
El
SC -19 MINIMUM WAGES. Act 74, of the Acts of the Arkansas General Assembly for the
year 1969, at times referred to as "Arkansas State Davis -Bacon Law", is entitled "An Act to
Provide for Payment of Prevailing Wages on Certain State, County, Municipal or Taxing
Agency Public Construction or Works; to Repeal Conflicting Laws; and for Other Purposes." It
has been determined that the provisions of this act apply to construction under this Contract. '
It shall be the responsibility of each Bidder to determine the consequences of the applicable
provisions of Act 74, and include in his bid any costs made necessary because of them. No
additional payment will be made, and no extension of Contract time will be allowed because of
the provisions of Act 74.
The Contractor shall comply with all applicable provisions of Act 74 including the following:
(1) Pay wage rates not less than the prevailing hourly wage for each craft or type of '
workman needed to execute the Contract, as determined by the Arkansas Department of Labor,
such determination covering rates for regular hours, and rates for holidays and overtime work.
(2) Post on the site of the work, in a conspicuous and accessible place, a copy of the
prevailing wage rates as determined. '
(3) Keep an accurate record of workman employed by him, and by each subcontractor,
if any, including the wage payments made. Such record, or records, shall be available for
inspection by the Arkansas Department of Labor, and the Owner, during reasonable hours.
(4) The Contractor's bond shall guarantee the payment of wages as herein specified.
Wage rates as established by the Arkansas Department of Labor are minimal for wage
payments under this Contract.
There is no assurance on the part of the Owner that mechanics and laborers can be obtained for
the rates herein bound. Each Bidder shall determine for himself the availability of laborers and
mechanics, and the rates he must pay to obtain employees. Such rates of pay may be greater
than, but cannot be less than, the wage rates bound herein. ,
SC -20 SOIL BORING LOGS. Logs of soil borings for the project area are included on the
following pages for the Contractor's information.
END OF SPECIAL CONDITIONS SECTION
SC -10
BORING LAYOUT PLAN
RING LOCATION (B-5)
iRING LOCATION (B-6)
X6_34
R�Nw AY
I
1
1 Ditch
1
1
1
' B-6 o fiB-S
1
1
1
1
1 N
1
1 _
1
1
1 BORING I1flflON PLAN
Grubbs, Garner Proposed Fire Station-Eastside Drake Field
1 dmnsuMnO
Hoskyn. Inc.. Fayettville, Arkansas
Engineers
SCALE: 1 JOB NO.: 97-548.3PLATE 1 OF 4
I
07 -CAR'
�Grubbs, Garner LOG OF BORING NO. 5
Ho�kyn� In'PROPOSED FIRE STATION - EAST SIDE DRAKE FIELD
FAYETTEVILLE, ARKANSAS
TYPE: Auger LOCATION: See Plate 1
W>.
O
to
Q
y
DESCRIPTION OF MATERIAL
SURF. EL:
LL
W
aN
O
m
r
F.
} LL
O m
z
COHESION, TON/SQ FT
0.2 0.4 0.6 0.8 1.0 1.2 1.4
O
6
Z
PLASTIC WATER LIQUID
LIMIT CONTENT LIMIT
0 -- -- • - -- __
10 20 30 40 50 6010
Loose Dark Brown Silt with
Or anic Matter
57
77
12
Loose Dark Brown Clayey Silt
with Rootlets
17
4--(I-
Stiff Tan Silty Clay
Gray and Tan with Ferrous
Nodules Below 2.5'
---+
50/6'•
Dense Gray and Tan fine Sandy
Clay with Sandstone Gravel and
Ferrous Stains
0/6
24
Dense Tan Slightly Clayey fine
Sand with Sandstone Gravel
-H20 at 9'
-with Occasional Cobbles Below
10'
1O
=
_
Medium Soft Black Shale with
Occasional Gray fine Sand
Partings (Horizontal Bedding)
50/1
----------------------
-
0/5
& B
--
unc
--
15
_
—
—
• —•
--
------
--
--
--
--
---
2O
25
COMPLETION DEPTH: 18.7 ft DEPTH TO WATER
DATE: 12-16-97 IN BORING: H2O at 9 ft DATE: 12-16-97
PLATE 2
97-548
Grubbs, Gamer LOG OF BORING NO. 6
& Hoskyn,In
Ca„ddng 6glaw. $1 OPOSED FIRE STATION - EAST SIDE DRAKE FIELD
FAYETTEVILLE, ARKANSAS
TYPE: Auger LOCATION: See Plate 1
LL r COHESION, TON/SQ FT ZR
OO w ¢ t- 0.2 0.4 0.8 0.8 1.0 1.2 1.4 O
° DESCRIPTION OF MATERIAL p V N
w N Q f- m PLASTIC WATER LIQUID 6
p N O zJ LIMIT CONTENT LIMIT Z
f • l
SURF. EL: m -
10 20 30 40 60 60 70
Loose Dark Brown Clayey Silt
with Or anic Mater
Stiff Tan and Gray Silty Clay 62
with Rootlets
Stiff Tan and Gray fine Sandy -- 57
10
Clay with Sandstone Gravel
5 Dense Tan and Gray Clayey fine 45
Sand with Sandstone Gravel
0/5 •
' Dense Tan Silty fine Sand with
Sandstone Gravel
H2Oat8'
II 33
10-
-Occasional Cobbles Below 12'
Medium Soft Black Shale with
Occasional Gray fine Sand 0/5
Partings (Horizontal Bedding)
15
' -- -
----- -----50/1 &Bun
•20
' m 25
N
S
COMPLETION DEPTH: 18.7 ft DEPTH TO WATER
o • DATE: 12-16-97 IN BORING: H2O at 8 ft DATE: 12-16-97
' J PLATE 3
SYMBOLS AND TERMS USED ON BORING LOGS
• SOIL TYPES SAMPLER TYPES
OQ
(SHOWN IN SYMBOL® COLUMN) (SHOWN ON SAMPLES
COLUMN) �•sr{ ® i 1 1 I
Gravel Sand Silt Clay Shelby Rock Split No
Predominant type shown heavy Tube Core Spoon Recovery
TERMS DESCRIBING CONSISTENCY OR CONDITION
COARSE GRAINED SOILS(mojor portion retained on No. 200 sieve): Includes (1) clean gravels and
sands, and(2) silty or clayey gravels and sands. Condition is rated according to relative density, as
determined by laboratory tests.
DESCRIPTIVE TERM N -VALUE RELATIVE DENSITY
VERY LOOSE 0-4 0- 15%
LOOSE 4-10 15-35%,
MEDIUM DENSE 10-30 35-65%
DENSE 30-50 65-85%
VERYDENSE 50 And above 85-100%
FINE GRAINED SOILS (major portion passing No. 200 sieve): Includes ( I) Inorganic and organic
silts and clays, (2) gravelly, sandy, or silty clays, and (3) clayey silts. Consistency is rated
according to shearing strength,as indicated by penetrometer readings or by unconfined
compression tests.
UNCONFINED
DESCRIPTIVE TERM COMPRESSIVE STRENGTH
TON/SQ. FT.
VERY SOFT Less than 0.25
SOFT 0.25-0.50
FIRM 0.50— 1.00
STIFF 1.00-2.00
VERY STIFF 2.00-4.00
HARD 4. 00 and higher
NOTE: Slickensided and fissured clays may have lower unconfined compressive.
strengths than shown above, because of planes of weakness or cracks in the soil.
The consistency ratings of such soils are based on penetrometer readings.
TERMS CHARACTERIZING SOIL STRUCTURE
SLICKENSIDED—having inclined planes of weakness that are slick and glossy In appearance.
FISSURED containing shrinkage cracks, frequently filled with fine sand or silt; usually more
or less vertical.
LAMINATED— composed of thin layers of varying color and texture.
INTERBEDDED —composed of alternate layers of different soil types.
CALCAREOUS —containing appreciable quantities of calcium carbonate..
WELL GRADED— having wide range in grain sizes and substantial amounts of all intermediate
particle sizes.
POORLY GRADED —predominantly of one grain size, or having a range of sizes with some
intermediate sizes missing.
Terms used In this report for describing soils according to their texture or groin size distribution
ore in accordance with the UNIFIED SOIL CLASSIFICATION SYSTEM, as described In
Technical Memorandum No.3-357, Waterways Experiment StationMarch 1953.
• arubbs,aanicr PLATE 4
& Hoskyn, Inc.,
(tt 77 rcntnitlnE Encneen
I
Mike Huckabee
Governor
I
Mike Griffin
Garver Engineers
PO Box 50
Little Rock, AR 72203
I
Dear Mr. Griffin:
In response to your request, enclosed is Arkansas Prevailing Wage Determination Number 98-293
establishing the minimum wage rates to be paid on the above -referenced project. These rates were established
' pursuant to the Arkansas Prevailing Wage Law, Ark. Code Ann. §§ 22-9-301 to 22-9-315 and the administrative
regulations promulgated thereunder.
If the work is subject to the Arkansas Prevailing Wage Law, every specification shall include minimum
prevailing wage rates for each craft or type of worker as determined by the Arkansas Department of Labor Ark.
Code Ann.§§22-9-308(b)(2). Also, the public body awarding the contract shall cause to be inserted in the contract
' a stipulation to the effect that not less than the prevailing hourly rate of wages shall be paid to all workers
performing work under the contract. Ark. Code Ann. §22-9-308(c).
Additionally, the scale of wages shall be posted by the contractor in a prominent and easily accessible
place at the work site. Ark. Code Ann. §22-9-309(a).
Also enclosed is a "Statement of Intent to Pay Prevailing Wages" form that should be put in your
'
specifications along with the wage determination- The General/Prime Contractor is responsible for getting this
!f"J J � J aL nnJ_ _C L_1T�
James L. Salkeld
Director
STATE OF ARKANSAS
ARKANSAS DEPARTMENT OF LABOR
10421 WEST MARKHAM • LITTLE ROCK, ARKANSAS 72205-2190
(501) 682-4500 • FAX: (501) 682-4535 • TDD: (800) 285-1131
February 10, 1999
Re: Fayetteville Municipal Airport - 8 -Bay T -Hangar
Fayetteville, Arkansas
Washington County
I
IIf you have any questions, please call me at (501) 682-4599 or fax (501) 682-4508.
1
Enclosures
1
Sincerely,
Karen Robertson
Prevailing Wage Investigator
Page 1 of 2 ARKANSAS DEPARTMENT OF LABOR
PREVAILING WAGE DETERMINATION - BUILDING RATE
DATE: February 10, 1999 DETERMINATION #: 98-293
' PROJECT: Fayetteville Municipal Airport — 8 -Bay COUNTY: Washington
T -Hangar EXPIRATION DATE: 8-10-99
Fayetteville, Arkansas SURVEY #: 798-AR05
I
CLASSIFICATION
Asbestos Worker/Insulator
Bricklayer/Pointer, Cleaner, Caulker
Carpenter
'
Concrete Finisher/Cement Mason
Electrician/Alarm Installer
Elevator Mechanic
Elevator Helper
Glazier
HVACR Mechanic
'
Ironworker
Laborer
Marble/Tile/Terrazzo Worker
Millwright
'
Painter/Sheet Rock Finisher
Plasterer
Plumber/Pipefitter
Roofer
Sheet Metal Worker
I
I
nI
n
I
I
I
I
Sprinkler Fitter
Truck Driver
Waterproofer
Power Equipment Operators:
Group I
Group II
Group III
Group IV
BASIC
HOURLY
RATE
8.30
17.60
12.05
10.15
13.20
17.20
12.04
10.95
13.05
11.85
8.30
12.69
10.85
9.80
13.60
13.00
10.00
11.90
15.30
10.05
14.00
14.75
11.45
11.00
9.50
FRINGE
BENEFITS
.45
2.00
7.50
7.08
.70
.30
2.80
1.40
2.00
.65
.85
1.09
2.85
1.70
Welders —receive rate prescribed for craft performing operation to which welding is incidental.
Certified July 1, 1998
CLASSIFICATIONS THAT ARE NOT LISTED, BUT THAT ARE GOING TO BE WORKING ON
THIS PROJECT, SHOULD BE REQUESTED FROM THE ARKANSAS DEPARTMENT OF
LABOR, PREVAILING WAGE DIVISION. THESE WRITTEN REQUESTS SHOULD BE MADE
AS SOON AS YOU NOTICE THAT A REQUIRED CLASSIFICATION IS MISSING,
NORMALLY THIS WOULD BE DURING THE BID PROCESS.
Page2of2
DATE:
PROJECT:
ARKANSAS DEPARTMENT OF LABOR '
PREVAILING WAGE DETERMINATION - BUILDING RATE
February 10, 1999
Fayetteville Municipal Airport — 8 -Bay
T -Hangar
Fayetteville, Arkansas
DETERMINATION #: 98-293
COUNTY: Washington
EXPIRATION DATE: 8-10-99
SURVEY#: 798-AR05
I
Group I
Operators engaged in operating the following equipment: Cranes, draglines, shovels and piledrivers with
a lifting capacity of 50 tons or over, and operators of all tower climbing cranes and derricks required to work
25 feet or over from the ground, blacksmith and mechanics.
ators engaged in operating the following equipment or performing work relative to the engineer's
liction: Hydraulic cranes, cherry pickers, backhoes, and all derricks with a lifting capacity less than 50
as specified by the manufacturer, all backhoes, tractor or truck type, all overhead & traveling cranes, or
rcs with swinging boom attachments, gradealls, all above equipment irrespective of motive power,
man (engineer), hydraulic or bucket dredges, irrespective of size.
Group III
Heavy Equipment Operators. Operators engaged in operating the following equipment: all bulldozers, all
front end. loaders, all sidebooms, skytracks, forklifts, all push tractors, all pull scrapers, all motor graders, all
trenching machines, regardless of size or motive power, all backfillers, all central mixing plants, l OS and
larger, finishing machines, all boiler fireman high or low pressure, all asphalt spreaders, hydro truck crane,
multiple drum hoist, irrespective of motive power, all rotary, cable tool, core drill or chum drill, water well and foundation drilling machines, regardless of size, regardless of motive power and dredge tender operator. '
it Equipment Operators. Operators engaged in operating the following equipment: Oilerdriver motor '
e, single drum hoists, winches and air tuggers, irrespective of motive power, winch or A frame trucks,
.rs of all types and pull tractors, regardless of size, elevator operators inside and outside when used for
ring workmen from floor to floor and handling building material, Lad-A-Vator Conveyor, batch plant,
mortar or concrete mixers, .below-10S„end- dump. euclid; .pumperete -spray machine and pressure grout
hine, air compressors, regardless of size. All light equipment, welding machines, light plants, pumps, all
point system dewatering and portable pumps, space heater, irrespective of size, and motive power,
pment greaser, oiler, mechanic helper, drilling machine helper, asphalt distributor and like equipment,
.y boat operator and deckhand.
I
I
I
I
LI
I
I
I
0
G 3 "
0
� 0
o d
•� x
pp 00
Saw 3
��.N
C U C
d 7 •O
L ❑ on
o o 0 3
Co
w w a
Y C O
d
O T
'4_ 00u
-
� 0u
L
N
N
m oG
es-
(4-4
TL W
O 3 O
t00
y
m d
ON
O
ti
U" 0
�'O
=qo.-
Ma' C) " .-
.
o�Toa
W LL p 0
0.'ri
a� d
ai 04;
m
o p
000.
d c1
03,0
N p O 0
O
C O a'u
m o
•� a 3
0
t
0
It
U
ui
t
0
G
U
h
O
O
ni
Lia
H
' ITEM SP -1 - SPECIFICATIONS, ARKANSAS STATE HIGHWAY
AND TRANSPORTATION DEPARTMENT
I
GENERAL
1-1.1 The standard specifications of the Arkansas State Highway and Transportation
Department are bound in a book titled Standard Specifications for Highway Construction,
Arkansas State Highway and Transportation Department, latest edition. These standard
specifications are referred to herein as Standard Specifications.
1-1.2 A copy of the Standard Specifications may be obtained with the purchase of the plans
and specifications or from the Arkansas State Highway Department, Little Rock, Arkansas,
for the price of Eight and 00/100 Dollars ($8.00).
USE AND MODIFICATIONS
•U
1-2.1 Certain parts of the Standard Specifications are appropriate for inclusion in these
Technical Specifications. Such parts are incorporated herein by reference to the proper
section or article number.
' 1-2.2 Certain referenced parts of the Standard Specifications are modified in these
specifications that follow. In case of conflict between the Standard Specifications, and the
specifications that follow, the specifications that follow shall govern.
I
I
H
I
7
I
I
I
END OF ITEM SP -1
SP -1-1
1]
I
ITEM SP -2 - SITE PREPARATION
' 2-1.1 DESCRIPTION. This item covers the preparation of the site for construction of the
proposed improvements.
The attention of the bidder is directed to the necessity for careful examination of the entire
project site to determine, at the time of bid preparation, the full extent of work to be done
' under the item "Site Preparation." The entire job site shall be cleared of all man-made
obstructions and debris, of whatever nature, and made ready in all respects for the
construction of the proposed improvements.
' The item "Site Preparation" shall include:
' 1. Contractor's Access/Haul Road
2. Contractor's Staging Area
3. Lighted Barricades
• 4. Closed Runway and Taxiway Markings
5. Airport Security Requirements
' 6. Airport Safety Requirements
7. Clean Up
2-2.1 CONTRACTOR'S ACCESS/HAUL ROAD. The contractor shall layout, construct,
maintain, and remove all access/haul roads necessary to construct the work. Work, including
' all materials and labor, involved in the layout, construction, maintenance, and removal
(including discing and re -seeding of the area occupied by the road) of the contractor's
access/haul roads will not be measured for separate payment, but will be considered
subsidiary to the bid item "Site Preparation." Temporary pipe culverts shall be installed and
maintained as directed and shall be of the size as directed by the Engineer. The type of
' material used for temporary pipe culverts shall be at the option of the Contractor. Temporary
pipe culverts will not be measured for separate payment, but will be considered subsidiary to
the access/haul road. All temporary pipe culverts shall be removed by the Contractor and
shall remain his property at the close of the project.
2-3.1 CONTRACTOR'S STAGING AREA. The area designated on the plans as the
' contractor's staging area(s) shall be cleared and graded by the contractor, as directed by the
Engineer, for use by the contractor in constructing the work on this project. Any area used or
otherwise occupied by the contractor for his operations shall be cleaned, regraded, and
seeded, as directed by the Engineer, prior to the final acceptance of the project by the Airport.
All work involved in the preparation and restoration of areas used or occupied by the
contractor, including clearing, grubbing, regrading, and seeding, will not be measured for
separate payment, but will be considered subsidiary to the bid item "Site Preparation."
' SP -2-1
I
I
2-4.1 LIGHTED BARRICADES. The Contractor shall fabricate, furnish, install, maintain,
and remove lighted barricades in accordance with details on the plans and as directed by the
Engineer. All work involved in the fabrication, furnishing, installation, maintenance, and
removal of barricades will not be measured for separate payment, but will be considered
subsidiary to the bid item "Site Preparation."
2-5.1 CLOSED RUNWAY AND TAXIWAY MARKERS. The Contractor shall fabricate,
furnish, install, maintain, and remove closed runway and taxiway markers in accordance with
details on the plans and as directed by the Engineer. The markers shall be aviation yellow,
nylon reinforced vinyl or other material approved by the Engineer. The edges of the markers
shall be bound. The markers shall be secured to the pavement by a method approved by the
Engineer. All work involved in the fabrication, furnishing, installation, maintenance, and
removal of closed runway and taxiway markers will not be measured for separate payment,
but will be considered subsidiary to the bid item "Site Preparation."
2-6.1 AIRPORT SECURITY REQUIREMENTS. The contractor shall abide by the
Airport Security requirements that are outlined in Paragraph SC -08 of the Special Conditions
of these specifications. All costs associated with the Airport Security requirements,
including procurement of security badges, will not be measured for separate payment, but
will be considered subsidiary to the bid item "Site Preparation."
2-7.1 AIRPORT SAFETY REQUIREMENTS. The contractor shall abide by the Airport
Safety requirements that are outlined in the Special Conditions and Contractor Safety
Requirements of these specifications. All costs associated with the Airport Safety
requirements will not be measured for separate payment, but will be considered subsidiary to
the bid item "Site Preparation."
2-8.1 CLEAN UP. From time to time, the Contractor shall cleanup the site in order that
the site presents a neat appearance and that the progress of work will not be impeded. One
such clean up shall immediately precede fmal inspection. _
Immediately following acceptance of the work by the Owner, the Contractor shall remove all
temporary equipment, surplus materials, and debris resulting from his operations, and leave
the site in a condition fully acceptable to the Owner.
METHOD OF MEASUREMENT
2-9.1 Site preparation will be measured as a lump sum complete item.
BASIS OF PAYMENT
2-10.1 Work completed and accepted under this item will be paid for at the contract lump
sum price bid for "Site Preparation," which price shall be full compensation for furnishing all '
labor, tools, equipment and incidentals necessary to complete the work.
SP -2-2 '
I
I
Periodic payments will be made under this item in proportion to the amount of work
accomplished, as determined by the Engineer.
' Payment will be made under:
Item SP -2-10.1 Site Preparation - per Lump Sum
1
1
I.
1
1
END OF SECTION SP -2
1
1
1
SP -2-3
1
[1
' ITEM SP -3 TRENCH AND EXCAVATION SAFETY SYSTEMS
' DESCRIPTION
3-1.1 This section covers trench and excavation safety system required for constructing
' improvements that necessitate open excavations on the project. All work under this item shall
be in accordance with the current edition of the "Occupational Safety and Health
Administration Standard for Excavation and Trenches Safety System, 29 CFR 1926, Subpart
' "P", a copy of which may be purchased from the Superintendent of Documents, U.S.
Government Printing Office, Washington, D.C. 20402.
NOTIFICATIONS REQUIRED
3-2.1 The Contractor, prior to beginning any excavation, shall notify the State Department of
Labor (Safety Division) that work is commencing on a project with excavations greater than
five feet.
The Contractor shall notify all Utility Companies and Owners in accordance with OSHA
Administration 29 CFR 1926.651(b)(2) for the purpose of locating utilities and underground
installations.
EXISTING STRUCTURES AND UTILITIES
I
I
J
I
C
J
I
I
3-3.1 Where the trench or excavation endangers the stability of a building, wall, street,
highway, utilities or other installation, the Contractor shall provide support systems such as
shoring, bracing, or underpinning to ensure the stability of such structure or utility.
The Contractor may elect to remove and replace or relocate such structures or utilities with the
written approval of the owner of the structure or utility and the Project Owner.
MEASUREMENT AND PAYMENT
3-4.1 Trench and excavation safety systems will be measured as a lump sum complete item.
Work completed and accepted under this item will be paid for at the contract lump sum price
bid for "Trench and Excavation Safety Systems," which price shall be full compensation for
furnishing all labor, tools, equipment and incidentals necessary to complete the work.
Periodic payments will be made under this item in proportion to the amount of work
accomplished, as determined by the Engineer.
Payment will be made under:
Item SP -3-4.1 Trench and Excavation Safety Systems - per Lump Sum
END OF ITEM SP -3
SP -3-1
J
I
H
I
C
I
H
I
I
1]
1,
I
I
I
ITEM SP -4 WATERLINE
DESCRIPTION
4-1.1 This item shall consist of the installation of 6" D.I. Waterline. This specification
will cover piping and necessary fittings required to complete the job. Top of pipe shall be
a minimum of 36 inches below the top of ground. Backfill requirements shall be in
accordance with subsection 606.03 of the Standard. The entire work shall be delivered in
complete working order to the satisfaction of the Engineer and Owner.
GENERAL
4-2.1 This section is intended to set a standard of quality and design for all materials
used in the construction of the water line and appurtenances.
All materials under this section must be of domestic manufacture. Foreign
manufactured materials are strictly prohibited.
Any reference to specifications published by other agencies shall refer to the latest
edition or revision of such specifications as of the date of advertising for bids.
4-3.1
"As Specified" shall mean as specified by these Contract Documents.
"Or Equal" (See the General Conditions herein for definition)
AASHTO American Assoc. of State Highway and Transportation Officials
ANSI American National Standards Institute
ASTM American Society for Testing Materials
AWWA American Water Works Association
CI Gray Cast Iron
DI Ductile Iron
IP Iron Pipe
FIP Female Iron Pipe
MIP Male Iron Pipe
PE Polyethylene and Plain End (as appropriate)
FCF Female Copper Flare
PSI/psi Pounds Per Square Inch
SSPC Steel Structures Painting Council
PIPE
4-4.1 All pipe furnished, except encasement pipe, shall be designed for the distribution
of potable water under pressure. Lubricant furnished for joints shall be non-toxic, shall
not support the growth of bacteria, and shall have no deteriorating effects on the gasket or
SP -4-1
I
pipe material and shall not impart taste or odor to water. Only lubricants recommended '
and furnished by the gasket or pipe manufacturer shall be permitted. The lubricant
containers shall be labeled with the manufacturer's name.
4-4.2 Ductile Iron Pipe: Pipe shall conform to ANSI A21.51 (AWWA C151) and shall
have a cement mortar lining and seal coat conforming to ANSI A21.4 (AWWA C104).
Joints shall conform to ANSI A21.11 (AWWA Cl11) and may be either mechanical joint
or push -on joint in sizes 24" or smaller. Ductile iron pipe 30" and larger shall have push -
on type joints. The minimum pressure classes shall be as follows: '
4" - 12" diameter: Pressure Class 350
14" - 24" diameter: Pressure Class 250 '
30" diameter and over: Pressure Class 250
All pipe shall be designed for the working pressures listed above and shall have an
additional surge allowance of at least 100 psi.
4-4.3 Polyvinyl Chloride (PVC) Pipe: PVC Pipe shall be made from Type 1, Grade 1 or ,
Grade 2, Polyvinyl Chloride plastic conforming to ASTM D 1784 and CS -256.
The pipe shall conform to ASTM D 2241 as it applies to Type 1, Grade 1 or Grade 2 1
Polyvinyl Chloride plastic, SDR 17, water pressure rating of 250 psi at 23°C (73.4°F) for 2
thru 8 inch (IPS) nominal pipe sizes. The pipe color shall be uniformly white. PVC pipe
may be furnished in manufacturer's standard lengths of 18 to 20 feet when using expanded
bells or 40 feet when using double hubbed (double socket) couplings. Pipe and fittings
shall conform to the specifications of the National Sanitation Foundation Testing
Laboratories, Ann Arbor, Michigan.
The joints shall be designed so that the pipe and fittings shall be connected on the
job with the use of rubber gaskets. The pipe and fittings- shall have a push -on joint
consisting of a single rubber gasket designed to be assembled by the positioning of a
continuous, molded rubber ring gasket in a recess in the joint, thereby compressing the
gasket radially to the pipe to form a positive seal. The gasket and the annular recess shall be
so -designed and shaped that the gasket is locked in place against displacement as the joint is
assembled. Gasket dimensions shall be in accordance with the manufacturer's standard
design dimensions and tolerances and shall be of such size and shape as to provide an
adequate compressive force against the plain end and socket after assembly to effect a
positive seal under all combinations of joint and gasket tolerances. Gaskets shall be
vulcanized natural or vulcanized synthetic rubber. No reclaimed rubber shall be used.
The joint shall be designed to withstand the same pressures as required for the pipe.
All plain ends shall be marked so as to indicate the distance the plain end should be
extended into the socket. The joint shall be designed to allow the pipe to expand or contract
and shall be designed to provide for the thermal expansion or contraction experienced with
a temperature change of at least 75°F. The use of double hubbed couplings with a center
SP -4-2
I
I
I
I
I
I
I
I
I
I
I
I
I
stop conforming to the requirements listed above is acceptable. Solvent -cement type
(Glued) joints are prohibited for this project.
At a minimum, pipe and fittings shall have the following data applied to each piece:
1. Nominal Size
2. Type of Material
3. SDR or Class
4. Manufacturer
5. NSF (National Sanitation Foundation seal of approval)
The pipe manufacturer shall furnish an affidavit that all delivered materials comply
with the requirements of the above specifications. The pipe manufacturer shall furnish
certified copies of test results performed in accordance with the following paragraphs of
Appendix A-4 of ASTM 2513 Recommended in Plant Quality Control Program for Plastic
Pipe and Fittings:
A-4.1 Introduction
A-4.2 Material
A-4.3 Pipe Tests
A-4.5 Method of Tests
A-4.6 Marking
The warranty of the material by the supplier shall be in writing to the purchaser who
will forward copies to the Owner for a permanent record. Any material failure shall. be
replaced at no cost to the Owner for a period of not less than one (1) year from date of
acceptance.
4-4.4 Approved Manufacturers for PVC Pipe: Pipe conforming to these specifications
will be accepted from the following manufacturers:
1. Johns -Manville
2. Can -Tex Corporation
3. North American Pipe Corporation (NAPCO)
4. Certain -Teed Products Corporation
5. Cement/Asbestos Products Co. (CAPCO)
6. Jet Stream Plastics
4-4.5 Culvert Pipe: All culverts shall . be asphalt coated corrugated metal pipe
(ACCMP) according to Section 606.02(c)(5), and all other applicable provisions of
Section 606 except 606.04 and 606.05, of the Standard Specifications for Highway
Construction, AHTD, current edition. The culvert length and diameter shall be as
required by the Owner.
SP -4-3
I
FITTINGS '
4-5.1 Fittings for Ductile Iron Pipe: Fittings (such as tees, bends, crosses, reducers,
etc.) shall be ductile iron and shall have mechanical joint ends or flanged ends as shown
on the Plans. Fittings 24" and smaller shall have a pressure rating of at least 350 psi.
Fittings 30" and larger shall have a pressure rating of at least 250 psi.
Mechanical joint type fittings shall meet the requirements of ANSI/AWWA
C 110/A21.10. The joint shall meet the requirements of ANSI/AW WA Cl11 /A21.11. '
Flanged end fittings shall meet the requirements of ANSI/AWWA C110/A21.10
The bolt holes and circles shall match the dimensions of ANSI B16.1, Class 125.
Fittings shall be furnished with all bolts, nuts, plain rubber gaskets, lubricant, and
ductile iron follower glands. All fittings, except sleeves and plugs, shall have a cement
mortar lining in accordance with ANSI/AWWA C104/A21.4. The exterior of the fittings
shall be coated with bituminous material.
4-5.2 Mechanical Joint Retainer Glands for Ductile Iron Pipe: The glands shall be
made from Grade 60-42-10 ductile iron conforming to ASTM A 536 and shall be
designed for a working pressure of at least 350 psi for sizes 4" - 16" and at least 250 psi
for sizes 18" - 36". The set screws shall be extended through the outermost part of the
gland. Glands shall be designed to accommodate standard mechanical joint fittings
(AWWA C111). The minimum number and minimum size set screws, and set screw
torque requirements shall be as follows:
Size Set Screw Dia.No. Set Screws Torque (ft-lbs.)
12" 3/4" 8 75-90 '
14" 3/4" 10 75-90
16" 3/4" 12 75-90
18" 3/4" 12 75-90
20" 3/4" 14 75-90
24" 3/4" 16 75-90
30" 1" 20 100-120
36" 1" 24 100-120
4-5.3 Fittings for PVC Pipe: Fittings such as tees, bends, etc. for 2" and 3" PVC pipe
shall have the same joints described in the PVC pipe specifications herein and shall be
designed to withstand the same pressures as required for the PVC pipe. Double socket
(bell) couplings shall be so designed that they may also be used as an adapter for connecting
to steel pipe. A center stop shall be provided in the double socket bell.
Fittings for 4" through 8" PVC pipe shall be ductile iron mechanical joint and shall
conform to the specifications of Section G3.4.1 Fittings for Ductile Iron Pipe herein.
SP -44
d
I
I
I
I
''I
I
I
H
H
H
I
I
I
I
I
H
iI
Fittings for connecting 2" PVC pipe to new or existing 6" new or existing PVC pipe
shall consist of the following:
a. A tapping saddle (see Section 1.11 herein);
b. A 2" MIP brass nipple x 12" long;
c. A 2" FIP gate valve (see Section 1.5.1 herein);
d. A 2" MIP pack joint coupling to connect the above assembly to the 2" PVC
pipe specified herein. The coupling shall be Ford No. C87-77 or equal.
4-5.4 Mechanical Joint Retainer Glands for PVC Pipe: Mechanical joint restraint shall be
incorporated into the design of the follower gland. The joint shall be restrained by a series
of individually activated gripping lugs. The glands shall be cast from ductile iron meeting
ASTM A536-80 and shall have bolt circles, bolt holes, etc. which will permit the glands to
be used with standard mechanical joint bell and standard length bolts. Glands for PVC
pipe shall meet ANSI A21.11/AWWA C111. Twist -off nuts the same size as the MJ tee -
head bolts shall be used to activate the gripping lugs. The retainer glands shall be rated for
at least 250 psi and shall be compatible in all respects with the PVC pipe, as specified
herein, on which the retainer gland is to used. The Contractor is cautioned that removal of
spacers on the gripping lugs may be required and that installation of the retainer gland shall
be according to the manufacturer's recommendations.
WATER VALVES
4-6.1 Valves shall be installed at locations shown on the Plans or as directed by the
Owner. They shall be set properly and joined to the pipe as specified for the making of
pipe joints in these Specifications.
NOTE: Asbestos material for gaskets and packing shall not be used in any valves
on this project.
4-6.2 Gate Valves: For this project, all gate valves shall OPEN when the operating nut
is turned to the RIGHT, i.e., CLOCKWISE. When gate valves are used as tapping valves,
the tapping machines used shall have slightly undersized shell cutters to insure protection of
the valve interior coating.
4-6.3 2" and Larger - Double Disk, shall be designed for a working pressure of 200 psi
for sizes 2" through 12". Valves larger than 12" shall be designed for a working pressure of
150 psi. The valves shall conform to AWWA C500 with iron bonnet (bronze mounted),
non -rising stem, double disk (parallel seat type), two O-ring stem seals which shall be
replaceable with the valve wide open and subject to full rated pressure, and a 2" square
operating nut.
4-6.4 2" Through 12" - Resilient Seat, shall be designed for a working pressure of 200
psi. The valves shall conform to AWWA C509 with non -rising stem, two O-ring stem seals
which shall be replaceable with the valve wide open and subject to full rated pressure, and a
SP -4-5
I
I
2" square operating nut. VALVES SHALL OPEN WHEN THE OPERATING NUT IS
TURNED TO THE RIGHT (I.E., CLOCKWISE). Valve ends shall be mechanical joint
complete with accessories except when used as tapping valves, one end shall be compatible
with the outlet flange of the tapping sleeve. The resilient seat may be bonded or
mechanically attached to the gate. All interior metal surfaces shall be coated with two-part
thermosetting epoxy. The exterior of the valves shall be shop coated with bituminous
material. Bolts and nuts shall be stainless steel.
Valves conforming to these specifications will be accepted from the following
manufacturers:
1. Mueller Company, Decatur, Illinois
2. Clow Corporation, Oskaloosa, Iowa
3. American Valve & Hydrant Co., Birmingham, Alabama
4. Kennedy Valve, Elmira, New York
5. American Flow Control, (AFC)
6. M & H Valve & Fitting Co.
4-6.5 Butterfly Valves: Butterfly valves shall conform to the intent of AWWA C504
and shall meet the following requirements:
Rated for direct burial service
Rubber seated, bubble tight in both directions
Rotate 90° from full open to full close
Rated at 250 psi differential pressure
Valve body shall be ductile iron ASTM A 536, Grade 65-45-12
Flanged ends shall be ANSI B 16.1, Class 250
Mechanical joint ends shall be ANSI A 21.11
The valve disc shall be stainless steel ASTM A 296, Grade CF8M, or ductile iron
ASTM A 536, Grade 65-45-12. In either case, the disc shall have a Type 316
stainless steel edge for contacting the seat
The valve seat shall be rubber complying with the intent of AWWA C 504, Section 8.
Seats shall be located in the valve body and not on the valve disc. Seats shall be
mechanically retained and shall be field adjustable and replaceable
Valve shafts shall be stainless steel ASTM A 564, Type 630
Shaft seals shall be the split V -type, self adjusting. O-ring seals are not acceptable
Bearings shall be sleeve type and shall be teflon lined
Valves shall havepassed factory leak testing at 250 psi and factory hydrostatic testing
at 500 psi
Valves shall be equipped with a link -lever type operator meeting the requirements of
AWWA C 504. VALVES SHALL OPEN WHEN THE OPERATING NUT IS '
TURNED TO THE RIGHT (I.E., CLOCKWISE). It shall be equipped with a standard
2" square operating nut which shall be situated so that it is in a plumb and vertical
orientation for operating with a standard T -handle wrench.
Operators shall be Pratt type MDT 45 or equal
Valves shall be Pratt Triton HP -250 or equal
SP -4-6
I
H
I
I
I
H
I
111
I
I
AIR RELEASE VALVE ASSEMBLIES
4-7.1 Air release valves shall be the manually operated type as detailed on the Plans
and/or specified herein. Air release valve assemblies shall be furnished and installed by
the Contractor in the locations shown on the Plans. Manual air release valves shall be
connected to the water main via a tapping saddle. There shall be no direct tapping of the
main for air release valves. The assemblies shall be oriented for vertical discharge. The
piping shall be 2" threaded brass or stainless steel.
4-7.2 The curb stops shall be 2" and shall include a blow-out proof stem, double O -rings
seals, and shall be rated for 300 psi working pressure. The valves shall be constructed of
solid 85-5-5-5 ASTM B62 brass and shall be manufactured and tested according to the
standards of ANSI/AWWA C800. The valve shall have full -depth female threads on each
end. The ball shall be PTFE coated and shall require 1/4 turn from fully open to fully
closed. A positive 1/4 turn stop shall be provided. Valves shall be Mueller 300 catalog
number B-20283 Ball Curb Valves or equal.
4-7.3 Corporation stops shall be 2" and shall include a blow-out proof stem, double 0 -
rings seals, and shall be rated for 300 psi working pressure. The valves shall be constructed
of solid 85-5-5-5 ASTM B62 brass and shall be manufactured and tested according to the
standards of ANSI/AWWA C800. The ball shall be PTFE coated. Stops shall be Mueller
300 Ball Type Corporation Valves or equal.
4-7.4 Air release valve assemblies shall include a "meter box type" or similar enclosure
with cast iron lid. The lid shall be marked with NLRWD. The enclosure shall be of
adequate size to be installed over the curb valve so that a "crescent" type wrench may be
used to operate the curb valve. NOTE: THE CONTRACTOR SHALL SUBMIT SHOP
DRAWINGS OF HIS PROPOSED ENCLOSURE AND LID FOR REVIEW
ACCORDING TO SECTION GC.21 OF THE GENERAL CONDITIONS HEREIN. The
assemblies shall also include all piping, nipples, bends, couplings, and all other incidental
items needed to make the installation.
4-8.1 NOT USED
STEEL ENCASEMENT PIPE
COT 1PLINGS
' 4-9.1 Pipe couplings and reducer couplings shall be of a gasketed, sleeve -type, with
diameter to fit the pipe properly. Each coupling shall consist of one (1) steel middle ring,
two (2) steel followers, two (2) rubber -compounded wedge section gaskets and sufficient
'track -head steel bolts to properly compress the gaskets. Couplings shall have a minimum
working pressure rating of 250 psi.
' SP -&7
Li
4-9.2 The middle ring and followers of the coupling shall be true circular sections free
from irregularities, flat spots, or surface defects. They shall be formed from mill sections
with the follower -ring section of such design as to provide confinement of the gasket.
After welding, they shall be tested by cold expanding a minimum of 1% beyond the yield
point.
4-9.3 The coupling bolts shall be of the elliptic -neck, track -head design with rolled '
threads. The manufacturer shall supply information as to the recommended torque to
which the bolts shall be tightened. All bolt holes in the followers shall be oval. All nuts,
bolts, washers, etc., shall be stainless steel.
4-9.4 The gaskets of the coupling shall be composed of a crude or synthetic rubber base
compounded with other products to produce a material which will not deteriorate from
age, from heat, or exposure to air under normal storage conditions. It shall also possess
the quality of resilience and ability to resist cold flow of the material so that the joint will
remain sealed and tight indefinitely when subjected to shock, vibration, pulsation and
temperature or other adjustments of the pipe line.
4-9.5 The couplings shall be assembled on the job in a manner to insure permanently
tight joints under all reasonable conditions of expansion, contraction, shifting and
settlement, unavoidable variations in trench gradient, etc. The coupling shall be Style 38,
as manufactured by Dresser Manufacturing Division, Bradford, Pennsylvania, or equal.
SWIVEL HYDRANT ADAPTERS AND TEES
4-10.1 Tees for fire hydrant leads shall be the anchor type such that a 6" mechanical joint
gate valve can be directly joined to the tee branch using a split gland. The tees shall be
rated for 250 psi working pressure, and shall otherwise meet the requirements for ductile
iron fittings addressed herein. Anchor tees shall be American No. A-10180 or equal. The
split glands shall be American No. A-10844 or equal.
4-10.2 Swivel adapters shall be 6" nominal diameter and shall be of the length required by
the Owner and shall be designed for a working pressure of at least 250 psi. They shall be
designed to connect to the standard mechanical joint ends (AWWA C111) of the gate valve
equal. The split glands shall be American No. A-10844 or equal.
and the
fire hydrant.
One end of the
swivel adapter shall be
provided with
a split gland that
may be
rotated 360°
on the fitting.
Swivel adapters shall
be American
No. A-10895 or
TAPPING SLEEVES
4-11.1 Tapping sleeves shall be designed for a working pressure of at least 200 psi.
Tapping sleeves may be ductile iron or stainless steel The exterior of ductile iron tapping
sleeves shall have a shop -applied coating of bituminous material. A' " NPT test plug shall
be furnished through the body for hydrostatic pressure testing on all sleeves. The outlets
SP -4-8
flanges shall conform to ANSI B16.1, Class 125 and shall be designed to accept tapping
valves. All nuts and bolts shall be stainless steel.
' 4-11.2 Sleeves shall be designed for a watertight seal by the use of mechanical joint
followers or by use of a gasket placed in the recess between the sleeve body and the pipe
' barrel. Only sleeves with mechanical joint followers or those having a full circumferential
sealing gasket may be used for full (size -on -size) taps.
' 4-11.3 All tapping sleeves shall be hydrostatic pressure tested at the pressure equivalent to
a hydraulic gradient of elevation 797 feet (msl) for two (2) hours prior to the tap being
made.
TAPPING SADDLES
' 4-12.1 NOT USED
IDENTIFICATION OF D.I. AND NON-METALLIC PIPE
4-13.1 Identification is required for installation on all Ductile Iron pipe as follows: The
' material shall be Terra Tape "D" (Griffolyn Co., Houston, Texas). Terra Tape D shall be
metalized, 2" wide, blue in color, and imprinted CAUTION - WATER LINE BELOW.
Installation shall be according to Section G7.13 herein.
4-13.2 Identification is also required for installation on all non-metallic pipe. Both (not one
or the other) of the following types of identification material shall be used on all non-
metallic pipe. Installation shall be according to Section G7.13 herein:
I1. 14 gauge bare copper wire connected at all branches and fittings so it will be
accessible for conductive tie on cables, and
2. Terra Tape "D" (Griffolyn Co., Houston, Texas). Terra Tape D shall be
• metalized, 2" wide, blue in color, and imprinted CAUTION - WATER
• LINE BELOW.
' FIRE HYDRANTS
4-14.1 Hydrants shall conform to AWWA C502, the following specifications, and shall be
'the Standard Fire Hydrant and be of the improved type with a traffic flange:
' Working Pressure Minimum 150 psi
Size of main valve opening 5-1//2" minimum
Standard depth of bury 3'-6" unless otherwise specified
• Diameter of Inlet Connection 6" mechanical joint
' Weather Cap Standard w/embossed arrow
indicating opening direction
' Direction to Turn to Open RIGHT (Clockwise)
SP -4-9
1
I
Number and Size of Connections 2 @ 2-1/2" and 1 @ 4-1/2" '
Nozzle Thread ASA Standard
Nozzle Cap Chains Non -kinking on all caps
Nozzle Cap Washers Rubber
Size and Shape of Operating Nut 5 -sided @ 1-1/4" flat to point
Color: Above ground barrel,
dome, and caps Bright silver
Main Valve Compression Type, not less
than 5-1/4" diameter '
Seat Rings Bronze to bronze
Upper and Lower Valve Plates Bronze or epoxy coated '
Lubrication Reservoir "O" Ring sealed w/minimum of
two "O" Ring pressure seals
Operating Threads Oil or grease lubricated w/
"O" Ring seals
Factory Coating on Hydrant shoe Two-part thermoset epoxy
coating to 4 mils thick
Fire hydrants conforming to these specifications are acceptable:
1. Mueller Company, Centurion A-423 and A-436
2. Waterous Company, Pacer 90 and 100
3. M&H129
4. Clow Company, Medallion
SERVICE FITTINGS
4-15.1 NOT USED ,
VALVE BOXES -
4 -16.1 Valve boxes shall be cast iron similar or equal to the Tyler Co. 6850 Series, two- ,
piece, screw type, 5 1/4" shaft, 6 1/2" high bell, 24-36" extension, with drop cover
marked "WATER" manufactured. All valve boxes shall be of domestic manufacture.
Foreign made valve boxes are strictly prohibited.
POLYETHYLENE MATERIAL FOR PIPE PROTECTION ,
4-17.1 Polyethylene material, either in tubing form or flat sheets or rolls, as specified '
herein, shall be placed around all Ductile Iron pipe and fitting joints and all valves and
fire hydrants with mechanical joint ends, and all saddles, sleeves, couplings, tapping
saddles and any other appurtenances with exposed bolts, as directed by the Owner.
Ductile iron pipe and appurtenances shall be completely encased in polyethylene -tubing
material.
SP -4-10
I
Specific requirements for the polyethylene material are:
The material shall conform to ANSI A21.5 (AWWA C-105). The tubing material
shall be made from virgin polyethylene extended in the form of a tube and shall
have the following characteristics:
I
I
I
I
I
Minimum thickness
ASTM D1248, Type I, Class C (black)
Maximum flow index
Minimum tensile strength
Minimum elongation
Dielectric strength (raw material)
Dielectric strength (sheet material)
8 mils
Grade E-1
0.4
1,200 p.s.i.
500%
Volume resistivity minimum
800 V/mil
Tape for field application shall be Polyken #900 or Scotchwrap #50 or equal, at
least two (2) inches wide.
STERILIZATION
' 4-18.1 Contractor prior to sterilization will flush the line for cleaning purposes. Blowoff
and sample points shall be constructed by the Contractor as approved by the Engineer.
Openings for sample points shall be %" copper riser pipe which extends well above the
' surface.
There are three acceptable methods of disinfecting: continuous feed method using liquid
• chlorine or calcium hypochlorite, the slug method using liquid chlorine or calcium
hypochlorite, and the tablet method using calcium hypochlorite. The slug method applied
to large mains and shall be used only upon the approval of the Engineer. Liquid chlorine
shall be used only when the Contractor has suitable equipment available and employees
who are familiar with the physiological, chemical and physical properties and who are
' properly trained and equipped to handle any emergency that may arise. If, in the opinion
of the Engineer, the equipment is inadequate or the personnel are not qualified, this
method shall not be used.
' When the continuous feed or slug method is to be used, the pipe lines appurtenances shall
be thoroughly flushed prior to disinfecting. The flushing plan shall be approved by the
'• Engineer. The Engineer may halt or reduce ..flushing if the City water transmission
system pressures are reduced by the flushing operations.
' The Contractor is reminded that chlorine is a powerful oxidant and reacts readily with
foreign substances. All chlorine compounds shall be handled and stored in accordance
with manufacturer's recommendations. Breathing of chlorine gas can be fatal.
'Hypochlorite solutions should not come into contact with the skin or clothing.
Containers used for mixing hypochlorite solution shall be clean and dry.
SP -4-11
1
When the continuous flow or tablet method is used, the final concentration of chlorine '
inside the main shall be 50 parts per million. The concentration of chlorine entering the
pipe line when the slug method is used shall be at least 300 to 400 parts per million.
Calcium hypochlorite shall contain seventy (70) percent available chlorine by weight
either in tabular or granular form.
When the continuous feed or slug method is used and the source of chlorine is calcium
hypochlorite, a solution of hypochlorite and water shall be prepared by mixing
thoroughly in a suitable container. The mix shall contain one (1) pound of calcium
hypochlorite per gallon of water. A suitable pump shall be provided for pumping this
solution into the pipe lines to be disinfected. This pump shall be equipped with a flow '
measuring device.
When liquid chlorine is used, the equipment for injection shall consist of a solution feed
chlorinator in combination with a booster pump for injecting the chlorine -gas water
solution into the pipe line. Introduction of chlorine -gas directly from the supply cylinder
shall not be permitted. The pump shall be equipped with a flow measuring device.
During application of any chlorine solution, care shall be taken to assure that the solution
does not flow back into the distribution system.
Disposal of chlorinated water shall be in accordance with AWWA C651-86.
4-18.2 Continuous Flow Method
The procedures for disinfecting by the continuous flow method shall be as follows:
(a) The flow through the pipe line and the solution flow shall be regulated so that the
required concentration of chlorine is attained. The flow through the main shall be
measured by using a pitot gauge or meter.
(b) The introduction of the solution shall be continuous until the desired
concentration is attained throughout the pipe line system. The concentration shall be
checked by the Drop Dilution Method.
(p) After the required concentration has been attained all internal valves shall be
operated in order to assure that the solution comes in contact with all appurtenances.
(d) The solution shall remain in the pipe line system for twenty-four (24) hours after '
which the pipe lines shall be thoroughly flushed. The chlorine concentration shall be
checked before flushing. If the concentration is less than 25 parts per million the ,
disinfecting procedure shall be repeated.
SP -4-12 1
I
4-18.3 Slug Method
' The procedure for disinfecting by the slug method shall be the same as the continuous
flow method except that the flow rates shall be regulated so that the specified
concentration of chlorine shall be in contact with all parts of pipe line at least three (3)
' hours.
4-18.4 Tablet Method
' The procedure for disinfecting by the tablet method shall be as follows:
' (a) Five gram calcium hypochlorite tablets shall be placed in each section of pipe, in
hydrants, hydrant branches, and in other appurtenances in sufficient quantities to produce
' the specified chlorine concentration after the introduction of water. The tablets shall be
placed in the top of the pipe with Permatex No. 1 or other approved adhesive. If tablets
are placed in the pipe before jointing, the location of the tablets shall be marked on the
outside of the pipe to assure that the pipe is not rotated. The tablets shall be placed so
that they are not damaged during the laying operation.
I
I
I
I
H
I
LI
I
I
I
(b) After the pipe lines and appurtenances have been installed, they shall be filled very
slowly so that the tablets are not dislodged.
(c) The procedures outlined in Paragraphs 3.13.1(c) and 3.13.1(d) shall apply.
4-18.5 Sampling
After final flushing, two consecutive samples of water taken at 24 hour intervals shall be
collected.from the sample points provided by the Contractor and tested by the Arkansas
Department of Health Laboratory. The Contractor shall provide any assistance required
in collecting the samples.
If any of the samples collected are positive, the disinfecting procedures shall be repeated
until negative samples are collected. Only the continuous flow or slug method may be
used.
The cost of water used for disinfection and flushing shall be the responsibility of the
Contractor. The costs of testing of the samples will be the responsibility of the
Contractor. The Contractor shall furnish the Engineer or Owner with copies of the
sampling reports.
SHOP DRAWINGS
4-19.1A11 piping shall be submitted for approval before work is begun showing type of
material, locations, distances, etc.
SP -4-13
I
I
BASIS OF PAYMENT
4-20.1 6" D.I. Pipe shall be paid for at the contract unit price per linear foot. This price '
shall be full compensation for all trenching, backfill, seeding, fittings, connections, thrust
blocking, testing, sterilization, materials, labor, and other incidentals as required to
complete the work.
4-20.2 6" Tapping Sleeve shall be paid for at the contract unit price per each. This price ,
shall be full compensation for all excavation, backfill, seeding, fittings, connections,
valves, thrust blocking, testing, sterilization, materials, labor, and other incidentals as
required to complete the work. '
4-20.3 Fire Hydrant shall be paid for at the contract unit price per each. This price shall
be full compensation for all excavation, backfill, seeding, fittings, connections, valves,
thrust blocking, testing, sterilization, materials, labor, and other incidentals as required to
complete the work. ,
Payment will be made under:
SP -4-20.1 6" D.I. Pipe, Installed — per linear foot
SP -4-20.2 6" x 6" Tapping Sleeve and Valve — per each '
SP -4-20.3 Fire Hydrant and Valve Assembly — per each
I
L
END OF ITEM SP -4
LI
I
I
I
SP -4-14 '
1
I
J
1]
I
I
I
I
I
1. Drilled Piers Section 02380
' 2. Cast -In -Place Concrete Section 03300
3. Light Gage Metal Framing Section 05400
4. Gypsum Drywall Section 09200
' 5. Painting Section 09900
6. Pre -Engineered Metal T -Hangar Section 13120
7. Basic Electrical Requirements Section 16010
' 8. Raceways and Conduit Systems Section 16100
9. Conductors Section 16120
10. Outlet Boxes Section 16130
I11. Pull and Junction Boxes Section 16131
12. Wiring Devices Section 16140
13. Device Plates Section 16141
'
14. Support Devices and Hangers Section 16190
15. Electrical Identification Section 16195
16. Grounding Section 16452
17. Panelboards Section 16470
18. Safety Switch Section 16476
' 19. Starters, Control and Connection
To Mechanical Equipment Section 16481
20. Interior Lighting and Lamps Section 16515
21. Exterior Lighting and Lamps Section 16525
ITEM SP -5 - T -HANGAR CONSTRUCTION
5-1.1 Description:
This item shall consist of providing all labor, tools, equipment and materials for the
construction of the Eight (8) Bay T -Hangar. The items of work involved include, but are not
limited to, the following: removal and back -fill of asphalt apron where required, construction
of the building foundation, purchase and erection of the pre -fabricated metal hangar,
providing survey data to building manufacturer for proper hangar door fabrication,
installation of all electrical devices, and fabrication and painting of one -hour firewalls where
indicated.
5-2.1 Materials:
The following index provides a list of the material specifications for the T -hangar
construction:
I
I
SP -5-1
I
5-3.1 Measurement and Payment:
All work and labor involved with the construction of the Eight (8) Bay T -Hangar
shall be measured and paid for on a lump sum basis. The lump sum price shall be full
compensation for all materials, labor, equipment, and tools required to perform the work.
Payment will be made under
Item SP -5-3.1 8 Bay T -Hangar Construction (Foundation, Building & Erection,
Electrical) — Lump Sum
END OF ITEM SP -5
SP -5-2
J
I
I
I
IJ
J
[1
I
I
I
I
I
I
SECTION 02380 - DRILLED PIERS
1.01
1.02
1.03
Description:
A. This work consists of furnishing all labor, materials, equipment and
services necessary to perform all operations to complete the drilled pier
installations in accordance with these specifications and with the details
and dimensions shown on the plans. Drilled piers shall consist of
reinforced concrete without concrete bell footings.
Qualification of Contractor:
A. The contractor performing the work described in this specification shall
have installed drilled piers of both diameter and length similar to those
shown on the plans for a minimum of three (3) years prior to the bid date
for this project.
Submittals:
A. At the preconstruction conference, or no later than 30 days before drilled
pier construction begins, the Contractor shall submit an installation plan
for review by the Engineer. This plan shall provide information on the
following:
I. Name and experience record of drilled pier superintendent or
foreman in responsible charge of drilled pier operations.
2. List and size of proposed equipment including cranes, drills,
augers, bailing buckets, final cleaning equipment, desanding
equipment, slurry pumps, core sampling equipment, tremies or
concrete pumps, casings, etc.
3. Details of sequence of construction operations.
4. Details of pier excavation methods.
5. Details of slurry including proposed methods to mix, circulate and
desand slurry when slurry is required.
' 6. Details of proposed methods to clean pier after initial excavation.
I
I
I
7. Details of reinforcement placement including support and method
to center in pier.
8. Details of concrete placement including proposed operational
procedures for concrete tremie or pump, including initial
placement, raising during placement, and overfilling of the pier
02380-1
C1
concrete. I
9. Details of casing installation and removal (when removal is
required).
2.01
3.01
The Engineer will evaluate the drilled pier installation plan for
conformance with the plans and specifications, after which the
Engineer will notify the Contractor of any additional information
required and/or changes that may be needed. Any part of the
plan that is unacceptable will be rejected and the Contractor shall
submit changes for reevaluation. All approvals given by the
Engineer shall be subject to trial and satisfactory performance in
the field, and shall not relieve the Contractor of the responsibility
to satisfactorily complete the work as detailed on the plans and in
the specifications.
MATERIALS.
A. Concrete Materials. Materials for concrete shall conform to the ,
requirements of Section 03300: CAST -IN -PLACE CONCRETE, with the
exception that no superplasticizers will be allowed.
The minimum amount of cementitious material shall be 564 pounds per
cubic yard. No fly ash will be allowed in the cementitious material. The
water to cement ratio shall be in the range of 0.42 to 0.44. Coarse
aggregate shall be Size No. 67. Fine aggregate shall consist of natural
sand only. Final blend of coarse aggregate and fine aggregate shall
render a well -graded mix free of any gap grading.
B. Reinforcing Steel. All reinforcing steel shall conform to the requirements
of Section 03300: CAST -IN -PLACE CONCRETE.
CONSTRUCTION METHODS AND EQUIPMENT.
A. Protection of Existing Structures. When the plans require drilled pier '
excavations within close proximity to existing structures or utilities, the
Contractor shall take all reasonable precautions to prevent damage to
such structures. This shall include newly constructed piers. If not
otherwise provided for in the plans, the Contractor shall be solely
responsible for evaluating the need for, design of, and providing all
reasonable precautioirary features to prevent damage. These measures
shall include, but are not limited to, selecting construction methods and
procedures that will prevent caving of the pier excavation, and monitoring
and controlling the vibrations from construction activities.
B. General Methods and Equipment. The Contractor shall perform the ,
excavations required for the piers, through whatever materials
encountered to the dimensions and elevations shown on the plans, or
02380-2
H
fl
Li
otherwise required by the specifications, at no additional cost to the
Owner. The Contractor's methods and equipment shall be suited for the
intended purpose and the materials encountered.
Drilled piers shall be constructed by either the dry method, wet method,
' casing method, or permanent casing method, as necessary to produce
sound, curable concrete foundation piers free of defects. The permanent
casing method shall be used only when authorized by the Engineer. The
' Contractor shall utilize a method on the basis of its suitability to the site
conditions.
' Once approval is given to construct production piers, no changes will be
permitted in the methods or equipment without written approval of the
Engineer.
C. Dry Construction Method. The dry construction method shall be used
only at sites where the groundwater level and soil conditions are suitable
Ito permit construction of the pier in a relatively dry excavation, and where
the sides and bottom of the pier may be visually inspected by the
Engineer prior to placing the concrete. The dry method consists of drilling
the pier excavation, placing the reinforcing cage, and concreting the pier
'in a relatively dry excavation.
The dry construction method shall be used only when less than 12 inches
' of water accumulates above the base over a one hour period when no
pumping is permitted; the sides and bottom of the hole remain stable
without caving, sloughing, or swelling over a four hour period immediately
following completion of the excavation; and any loose material and water
can be satisfactorily removed prior to inspection and prior to concrete
placement.
' D. Wet Construction Method. The wet construction method shall be used at
all sites where it is impractical to provide a dry excavation for placement
of the pier concrete.
The wet construction method consists of drilling the pier excavation below
' the water table, keeping the pier filled with water or mineral slurry,
desanding or cleaning the slurry, final cleaning of the excavation by
means of a bailing bucket, air lift, submersible pump or other approved
devices, and placing the rebar cage and the pier concrete (with a tremie
,' or concrete pump beginning at the.pier bottom) which displaces the water
or slurry as the pier is concreted. Temporary surface casing shall be
' provided to aid pier alignment and position and to prevent sloughing of
the top of the pier, except when the Contractor demonstrates to the
satisfaction of the Engineer that the surface casing is not required.
' The wet construction method may be used in combination with the dry
method and temporary or permanent casing methods.
02380-3
LJ
E. Casing Construction Method. The casing construction method may be
used at sites when the dry or wet construction methods are inadequate to
prevent hole caving or excessive deformation of the hole. In this method,
the casing may be either placed in a predrilled hole if no caving, swelling,
or yielding occurs, or advanced through the ground by twisting, driving, or
vibration before being cleaned out.
When a formation is reached that is nearly impervious, a casing shall be
placed in the hole and seated in the nearly impervious formation. Drilling
may proceed as with the dry method to the projected depth. If seepage
occurs at this point, temporary casing may be advanced further to create
the dry condition. In the event seepage conditions prevent use of the dry
method, excavation shall be completed using wet methods. The
placement of the concrete shall proceed as with the wet or dry method,
except that the casing shall be withdrawn after the concrete is placed.
When caving soils occur near the ground surface and/or if the top of the
concrete for the drilled pier is below the ground surface, the Contractor
shall set a suitable temporary removable surface casing. The minimum
surface casing length shall be the length required to prevent caving of the
surface soils and to aid in maintaining pier position and alignment.
Predrilling with slurry and/or overreaming to the outside diameter of the
casing may be acceptable if required to install the surface casing at some
sites. ,
Where drilling is through materials having a tendency to cave, the drilling
shall be advanced by drilling in a mineral slurry. In the event that a
caving layer or layers are encountered that cannot be controlled by slurry,
the Contractor shall. install temporary removable casing through such
caving layer or layers. Overreaming to the outside diameter of the casing
may be required. However, the final dimensions of the drilled pier shall
not be altered to accommodate these construction practices unless
approved by the Engineer. The Contractor shall take whatever steps are
required to prevent caving during pier excavation including installation of
deeper casings. If the Contractor elects to remove a casing and replace
it with a longer casing through caving soils, he shall adequately stabilize
the excavation with slurry or backfill the excavation. Other approved
methods which will control the size of the excavation and protect the
integrity of the foundation soils may be used to excavate through caving ,
layers.
Before the casing is withdrawn, the level of fresh concrete shall be at
such a level that the fluid trapped behind the casing is displaced upward.
As the casing is withdrawn care shall be exercised to maintain the level of
concrete within the casing so that the fluid trapped behind the casing is ,
displaced upward out of the pier excavation without mixing with or
displacing the pier concrete.
02380-4
I
F. Permanent Casing Method. The permanent casing method shall be used
' when required by the plans. In this method, a casing is driven to the
prescribed depth before excavation begins. If full penetration cannot be
attained, the Engineer may direct the excavation through the casing to be
accomplished and the casing driven again until reaching the desired
penetration. In some cases overreaming to the outside diameter of the
casing may be required before driving the casing.
The casing shall be cut off at the prescribed elevation upon reaching the
proper construction sequence, and the remainder of the casing is left in
place.
G. Excavation and Drilling Equipment. The excavation and drilling
' equipment shall have adequate capacity including power, torque, and
down thrust to excavate a hole of both the maximum diameter and to a
depth 20 percent greater than the longest pier shown on the plans.
The excavation and overreaming tools shall be of adequate design, size,
and strength to perform the work shown on the plans or described herein.
When the material encountered cannot be drilled using conventional
'
earth augers with soil or rock teeth, drill buckets, and/or underreaming
tools, the Contractor shall provide special drilling equipment including but
not limited to: rock core barrels, rock tools, air tools, and other equipment
' as necessary to construct the pier excavation to size and depth required.
Approval of the Engineer is required before excavation by blasting is
permitted.
Sidewall overreaming shall be required when the sidewall of the hole is
determined by the Engineer to have either softened due to excavation
' methods, swelled due to delays in concreting, or degraded because of
slurry cake build-up. Oven -earning thickness shall be a minimum of 1/2
inch and a maximum of 3 inches beyond the pier radius. Oveneaming
' may be accomplished with a grooving tool, overreaming bucket, or other
approved equipment. The thickness and elevation of sidewall
oven -earning shall be as directed by the Engineer. The Contractor shall
• bear all costs associated with both sidewall overreaming and additional
pier concrete placement.
' 4.01 EXCAVATIONS.
A. General. Pier excavations shall be made at locations and to the top of
' pier elevations, estimated bottom of pier elevations, pier geometry and
dimensions shown in the contract documents. The Contractor shall
extend drilled pier tip elevations when the Soils Engineer determines that
' the material encountered during excavation is unsuitable and/or differs
from that anticipated in the design of the drilled pier.
' 02380-5
I
The Contractor shall maintain a drilling log during pier excavation. The
log shall contain information such as: the description and approximate
top and bottom elevation of each soil or rock strata, seepage or
groundwater, and remarks.
Any drilled pier concrete over the theoretical amount required to fill any
excavations for the piers dimensioned on the plans shall be furnished at
no additional cost to the Owner.
The Contractor shall not permit workmen to enter the pier excavation for '
any reason unless: both a suitable size casing has been installed and the
water level has been lowered and stabilized below the level to be
occupied, and adequate safety equipment and procedures have been
provided to workmen entering the excavation.
B. Obstructions. Surface and subsurface obstructions at drilled pier
locations shall be removed by the Contractor. Such obstructions may
include man-made materials such as old concrete foundations, and
natural materials such as boulders. Special procedures and/or tools shall ,
be employed by the Contractor after the hole cannot be advanced using
conventional augers fitted with soil or rock teeth, drilling buckets and/or
underreaming tools. Such special procedures/tools may include but are ,
not limited to: chisels, boulder breakers, core barrels, air tools, hand
excavation, temporary casing, and increasing the hole diameter. Blasting
shall not be permitted. '
Drilling tools which are lost in the excavation shall be promptly removed
by the Contractor at not cost to the Owner. All costs due to lost tool
removal shall be borne by the Contractor including, but not limited to,
costs associated with hole degradation due to removal operations or the
time the hole remains open.
C. Exploration. The Contractor shall take soil samples or rock cores, where
directed by the Engineer, to determine the soil character. Samples shall
be extracted with a standard penetration test split spoon sampler or
undisturbed sample (Shelby) tube. Rock cores, if required, shall be cut
with an approved double or triple tube core barrel to a minimum of five (5)
feet below the bottom of the drilled pier excavation at the time the pier
excavation is approximately complete. The Engineer may require the
depth of sampling or coring to be extended up to a total depth of 20 feet.
Rock core and standard penetration test samples shall be measured,
visually identified, and described on the Contractor's log. The samples
shall be placed in suitable containers, identified by pier location,
elevation, and project number, and delivered with the Contractor's field
log to the Engineer within 24 hours after the exploration is completed.
The Engineer will inspect the samples, or cores, and determine the final
depth of required excavation based on his evaluation of the materials'
suitability. Three (3) copies of the typed final Contractor log shall be
02380-6
I
furnished to the Engineer at the time the pier excavation is completed
and accepted.
' 5.01 CASINGS.
IA. General: Casings shall be steel, smooth, clean, watertight, and of ample
strength to withstand both handling and driving stresses and the pressure
of both concrete and the surrounding earth materials. The outside
' diameter of casing shall not be less than the specified size of pier. No
extra compensation will be allowed for concrete required to fill an
oversized casing or oversized excavations. All casings, except
permanent casing, shall be removed from the pier excavation. Any
length of permanent casing installed below the pier cutoff elevations shall
remain in place.
When the pier is to extend above the ground or through a body of water,
the portion exposed above the ground or through a body of water may be
formed with removable casing, except when permanent casing is
'
specified. Removable casing shall be stripped from the pier in a manner
that will not damage the concrete. Casings can be removed when the
concrete is cured for a full 72 hours; the pier concrete is not exposed to
salt water or moving water for seven (7) days; and the concrete reaches
a compressive strength of at least 2500 psi as determined from concrete
cylinder tests.
B. Temporary Casing. All subsurface casing shall be considered temporary
unless specifically shown as permanent in the concrete documents. All
' temporary casing shall be removed. Telescoping, predrilling with slurry,
and/or overreaming to beyond the outside diameter of the casing may be
required to install the casing.
If the contractor elects to remove a casing and substitute a longer or
larger diameter casing through caving soils, the excavation shall be either
' stabilized with slurry or backfilled before the new casing is installed, as
directed in 3.1.3.2. Other methods, as approved by the Engineer, may
be used to control the stability of the excavation and protect the integrity
of the foundation soils.
When temporary casings which are to be removed become fouled or
' bound in the pier excavation and cannot be practically removed, and
concreting has not yet begun, the Engineer may direct that the pier
excavation be drilled deeper to compensate for the loss of capacity due
to the presence of the casing. No additional compensation will be paid
for the casing left in the excavation. No additional length of pier will be
paid for beyond the current depth of excavation or the plan tip elevation
of the production pier, whichever is lower.
' 02330-7
i�
Temporary casings which become bound or fouled during concreting of
the pier, and cannot be practically removed before the concrete begins to
set up, shall constitute a defect in the drilled pier. The Contractor shall be
responsible to improve such defective piers to the satisfaction of the
Engineer. Improvements may consist of, but are not limited to, removing
the pier concrete and extending the pier deeper to compensate for loss of
frictional capacity in the cased zone, providing straddle piers to
compensate for capacity loss, or providing replacement piers. All
corrective measures, including redesign of footings or drilled pier caps,
shall be performed to the satisfaction of the Engineer by the Contractor
without either additional compensation or extension of Contract Time. No
compensation will be paid for casing remaining in place. Any redesigns
submitted must be approved in writing by the Engineer.
Temporary casing extraction shall be at a slow, uniform rate, with the pull
in line with the axis of the pier. At all times the elevation of the concrete
in the casing shall be maintained high enough to displace the drilling
slurry between the outside of the casing and the edge of the hole as the
casing is removed. Temporary casings shall be removed while the
concrete remains workable. No temporary casings will be removed if the
concrete slump is less than four (4) inches. Should this condition occur,
the pier will be designated as defective, and corrections to the situation ,
shall be as described above.
Special casing systems may be used in open water areas, when
approved, which are designed to permit removal after the concrete has
hardened. Special casings shall be designed so that no damage occurs
to the drilled pier concrete during their removal.
C. Permanent Casings. Permanent casing shall be used when approved by
the Engineer. The casing shall be continuous between top and bottom
elevations prescribed on the plans or as directed by the Engineer. After
installation is complete, the permanent casing shall be cut off at the
prescribed elevation and the pier completed.
In general, permanent casing shall not be placed in an overreamed pier
hole.
6.01 SLURRY
A. Mineral slurries shall be employed when slurry is used in the drilling
process, unless other drilling fluids are approved in writing by the
Engineer. The slurry shall have both a mineral grain size that will remain
in suspension and sufficient viscosity and gel characteristics to transport
excavated material to a suitable screening system. The percentage and
specific gravity of the material used to make the suspension shall be
sufficient to maintain the stability of the excavation and to allow proper
concrete placement. During construction, the level of the slurry shall be
02380-8 '
H
I
maintained at a height sufficient to prevent caving of the hole. In the
event of a sudden significant loss of slurry to the hole, the construction of
that foundation shall be stopped until a method to stop slurry loss or an
alternate construction procedure has been approved by the Engineer.
The mineral slurry shall be premixed thoroughly with clean, fresh water,
and an adequate time (as prescribed by the mineral manufacturer) shall
be allotted for hydration, prior to introduction into the pier excavation.
' Slurry tanks of adequate capacity will be required for slurry circulation,
storage, and treatment. No excavated slurry pits will be allowed in lieu of
slurry tanks, without the written permission of the Engineer. Desanding
' equipment shall be provided by the Contractor as necessary to control
slurry sand content to less than four percent (4%) by volume at any point
in the borehole. The Contractor shall take all steps necessary to prevent
' the slurry from "setting up" in the pier. Such methods may include, but
are not limited to: agitation, circulation, and/or adjusting the properties of
the slurry. Disposal of all slurry shall be performed offsite in suitable
' areas by the Contractor, and subject to all environmental regulations
pertaining to slurry disposal.
I
7.01 EXCAVATION INSPECTION
A. Contact the Engineer to inspect drilled piers before pouring
I. concrete.
B. The Contractor shall provide equipment for checking the dimensions and
alignment of each permanent pier excavation. The dimensions and
' alignment shall be determined by the Contractor in the presence of the
Engineer or his inspector. Final pier depths shall be measured with a
weighted tape or other approved methods after final cleaning. Unless
' otherwise stated on the plans, a minimum of 50 percent of the base of
each pier shall have less than 1/2 inch of sediment at the time of
placement of the concrete. Pier cleanliness will be determined by the
' Engineer, by visual inspection for dry piers, or other methods deemed
appropriate to the Engineer for wet piers. In addition,'for dry excavations,
the maximum depth of water shall not exceed three (3) inches prior to
concrete pour.
Inspection of a pier excavation may be accomplished by any suitable
' method, including the use of video equipment or, in the case of a dry
excavation, by personnel in the hole. Visual inspection by personnel in
the hole requires safety measures that include, but are not limited to: (1)
Usage of air sampling devices in the hole to check for volatile or
poisonous gases, as well as oxygen content; (2) Providing proper
ventilation to the excavation. No personnel will be allowed into the
' excavation until all local, state, and federal occupational safety
regulations are adhered to.
I
r :i 5
I
I
9.01
CONSTRUCTION TOLERANCES
A.
A.
The following construction tolerances apply to drilled piers unless
otherwise stated in the contract documents:
The drilled pier shall be within three (3) inches of plan position in
the horizontal plane at the plan elevation for the top of the pier.
2. The vertical alignment of a vertical pier excavation shall not vary
from the plan alignment by more than 1/4 inch per foot of depth.
3. After all the concrete is placed, the top of the reinforcing steel
cage shall not be more than three (3) inches below plan position.
4. All casing diameters shown on the plans refer to O.D. (outside
diameter) dimensions. The dimensions of casings are subject to
American Pipe Institute tolerances applicable to regular steel
pipe. When approved, the Contractor may elect to provide a
casing larger in diameter than shown on the plans.
The top elevation of the pier shall have a tolerance of plus one
inch or minus three inches from the plan top of pier elevation.
6. Excavation equipment and methods shall be designed so that the
completed pier excavation will have a planar bottom. The cutting
edges of excavation equipment shall be normal to the vertical axis
of the equipment within a tolerance of 3/8 inch per foot of batter.
Drilled pier excavations and completed piers not constructed within the
required tolerances are unacceptable. The Contractor shall be
responsible for correcting all unacceptable pier excavations and
completed piers to the satisfaction of the Engineer. Materials and work
necessary, including engineering analysis and redesign, to complete
corrections for out of tolerance drilled piers excavations shall be furnished
without either cost to the Owner or an extension of the completion dates
of the project. Any redesign shall be performed by a professional
engineer, registered in the State of Arkansas and engaged by the
Contractor. Redesign drawings and computations prepared by the
Contractor's engineer shall be signed and sealed.
Out of tolerance pier holes shall be backfilled in an approved manner,
when directed by the Engineer, until the redesign is complete and
approved.
STEEL CONSTRUCTION AND PLACEMENT
The reinforcing steel cage, consisting of longitudinal bars, ties, cage
stiffener bars, spacer, centralizers, and other necessary appurtenances,
02380-10
11
I
I
,,
[I
I
I
[I
I
C
H
r
I
I
I
I
shall be completely assembled and placed as a unit immediately after the
pier excavation is inspected and accepted, and prior to concrete
placement. Details of reinforcing steel will be as shown in the plans.
The reinforcing steel in the pier shall be double -wire tied at all junctions
and supported so that the reinforcing steel will remain within allowable
tolerances given in 8.1 of this specification. Concrete spacers or other
approved noncorrosive spacing devices shall be used at sufficient interval
(near the bottom and at intervals not exceeding 10 feet up the pier to
insure concentric spacing for the entire cage length. Spacers shall be
constructed of approved material equal in quality and durability to the
concrete specified for the pier. The spacers shall be of adequate
dimension to insure a minimum three (3) inch annular space between the
outside of the reinforcing cage and the side of the excavated hole.
Approved cylindrical concrete feet (bottom supports) shall be provided to
insure that the bottom of the cage is maintained the proper distance
above the base.
' The elevation of the top of the steel cage shall be checked before and
after the concrete is placed. If the rebar cage is not maintained within the
specified tolerances, corrections shall be made by the Contractor to the
' satisfaction of the Engineer. No additional piers shall be constructed until
the Contractor has modified his rebar cage support in a manner
satisfactory to the Engineer.
I
[I
I
I
I
11
I
C
I
If the bottom of the excavated pier elevation is lower than the bottom of
the pier elevation on the plans, all reinforcement required in the upper
portion of the pier shall be achieved by splicing the additional length at
the bottom of the cage, to avoid congestion in the upper portion of the
pier.
10.01 CONCRETE PLACEMENT.
A. General. Concrete for drilled piers shall have a minimum 28 -day
compressive strength of 4000 psi. Concrete slump at the time of the pour
shall be eight (8) inches. Additional slump requirements are defined below.
Concrete temperature at the time of the pour shall not exceed 90°
Fahrenheit.
Concrete shall be placed as soon as possible after reinforcing steel
placement, but in no case shall more than two (2) hours elapse between
completion of the pier excavation and beginning of concrete placement.
Concrete placement shall be continuous from the bottom to the top
elevation of the pier. Concrete placement shall continue after the pier
excavation is full until good quality concrete is evident at the top of the
pier. Concrete shall be placed either through a tremie or concrete pump.
02380-11
I
The elapsed time from the beginning of concrete placement in the pier to
the completion of the placement shall not exceed four (4) hours, except
as noted below. Retarders and/or water reducers in the concrete mix
shall be adjusted as approved for the conditions encountered on the job,
so that the concrete remains in a workable plastic state throughout the
four hour placement limit. This is defined as a minimum slump of four (4)
Inches existing everywhere within the concrete pier after placement has
been completed. Prior to concrete placement, the Contractor shall
provide test results of a trial mix, set time test (AASHTO T-197), and a
slump loss test using approved methods, to demonstrate that the
concrete meets this four hour requirement. These tests shall be
conducted by an approved testing laboratory at temperatures and
conditions similar to those at the job site at the time of the pier pour.
However, the Contractor may request a longer placement time, provided
he supplies a concrete mix that will maintain a slump of four (4) inches or
greater over the longer placement time, as demonstrated by trial mix, set
time, and slump loss tests. A slump loss test shall be conducted from the
concrete at the site for verification of slump loss requirements, using a
minimum batch size of four cubic yards of concrete.
The Contractor shall place the concrete within the approved time and
temperature limitations determined by the trial mix demonstration.
B. Tremies. Tremies used for concrete placement in either wet or dry holes
shall consist of a tube of sufficient length, weight, and diameter to
discharge concrete at the pier base elevation. The tremie shall not
contain aluminum parts which will have contact with the concrete. The
tremie inside diameter shall be at least six (6) times the maximum size of
aggregate used in the concrete mix but shall not be less than 10 inches.
The inside and outside surfaces of the tremie shall be clean and smooth
to permit both flow of concrete and unimpeded withdrawal during
concreting. The wall thickness of the tremie shall be adequate to prevent
crimping or sharp bends which restrict concrete placement.
The tremie used for wet excavation concrete placement shall be
watertight. Underwater placement shall not begin until the tremie is
placed to the pier base elevation. Valves, bottom plates, or plugs may be
used only if concrete discharge can begin within one tremie diameter of
the base. Plugs and plates shall either be removed from the excavation
or be of a material, approved by the Engineer, which will not cause a
defect in the pier if not removed. The discharge end of the tremie shall
be constructed to permit the free radial flow of concrete during placement
operations. The tremie discharge end shall remain at the excavation
bottom as long as possible, and thereafter be immersed at least two pier
diameters but not less than 10 feet in concrete at all times after starting
the flow of concrete. The flow of concrete shall be continuous. The
concrete in the tremie shall be maintained at a positive pressure
differential at all times to prevent water or slurry intrusion into the pier
02380-12 t
I
H
I
I
J
H
H
I
H
I
11
I
I
I
I
I
C
I
concrete.
If, at any time during the concrete pour in a wet excavation, the tremie
line orifice is removed from the fluid concrete column and discharges
concrete above the rising concrete level, the pier shall be considered
defective. In such case, the Contractor shall remove the reinforcing cage
and concrete, complete all necessary sidewall removal directed by the
Engineer and repour the pier. All costs of replacement of defective piers
shall be the responsibility of the Contractor.
C. Pumping Concrete. Concrete pumps and lines may be used for concrete
placement in either wet or dry excavations. All pump lines shall have a
minimum five (5) inch diameter and be constructed with watertight joints.
The use of aluminum pipe as a conveyance for the concrete will not be
permitted. Concrete placement shall not begin until the pump line
discharge orifice is at the pier base elevation.
For wet excavations, a plug or similar device shall be used to separate
the concrete from the fluid in the hole until pumping begins. The plug
shall either be removed from the excavation or be of a material, approved
by the Engineer, which will not cause a defect in the pier if not removed.
The discharge orifice shall remain at least two pier diameters but not less
than 10 feet below the surface of the fluid concrete at all times after
starting the flow of concrete. When lifting the pump line during
concreting, the Contractor shall temporarily reduce the line pressure until
the orifice has been repositioned at a higher level in the excavation.
If, at any time during the concrete pour, the pump line orifice is removed
from the fluid concrete column and discharges concrete above the rising
level, the pier shall be considered defective. In such case, the Contractor
shall remove the reinforcing cage and concrete, complete all necessary
sidewall removal directed by the Engineer and repour the pier. All costs
of replacement of defective piers shall be the responsibility of the
Contractor.
02380-13
J
SECTION 03300 - CAST -IN -PLACE CONCRETE
PART 1- GENERAL
1.1 RELATED DOCUMENTS: Drawings and general provisions of Contract apply to this Section.
1 1.2 DESCRIPTION OF WORK: This Section specifies cast -in place concrete, including formwork,
reinforcing, mix design, placement procedures, and finishes.
1 13 • SUBMITTALS
1 A. General: Submit the following in accordance with Conditions of Contract and Division 1
Specification Sections.
B. Product data for proprietary materials and items, including reinforcement and forming accessories,
1
admixtures, patching compounds, waterstops, joint systems, curing compounds, and others as
requested by Engineer.
C. Shop drawings for reinforcement, prepared for fabrication, bending, and placement of concrete
reinforcement. Comply with ACI 315 "Manual of Standard Practice for Detailing Reinforced
Concrete Structures", showing bar schedules, stirrup spacing, diagrams of bent bars, and
1
arrangement of concrete reinforcement. Show additional reinforcement required to hold
reinforcing in place.
D. Laboratory test reports for concrete materials and mix design strength tests.
E. Materials certificates in lieu of materials laboratory test reports when permitted by Engineer.
1 Materials certificates shall be signed by manufacturer and Contractor, certifying that each material
item complies with or exceeds specified requirements. Provide certification from admixture
manufacturers that chloride content complies with specification requirements.
1.4 DUALITY ASSURANCE
1• A. Codes and Standards: Comply with provisions of the current edition of the following codes,
specifications, and standards, except where more stringent requirements are shown or specified:
1 1. A
a.
b.
1 c.
1 d.
e.
f.
g.
h.
I.
1 j.
nerican Concrete Institute Standards:
ACI 301 Specifications for Structural Concrete for Buildings.
ACI 302 Guide for Concrete Floor and Slab Construction.
ACI 304 Recommended Practice for Measuring, Mixing, Transporting and Placing
Concrete.
ACI 305 Hot Weather Concreting.
ACI 306 Cold Weather Concreting.
ACI 315 Details & Detailing of Concrete Reinforcement.
ACI 318 Building Code Requirements for Reinforced Concrete.
ACI 347 Recommended Practice for Concrete Formwork.
ACI SP -4 Formwork for Concrete.
ANSI/ASTM C94 Standard Specification for Ready Mix Concrete.
1 03300-1
I
2. Concrete Reinforcing Steel Institute (CRSI), "Manual of Standard Practice."
3. American Society for Testing Materials (ASTM) and American National Standards Institute
(ANSI) specifications as indicated throughout section.
B. Concrete Testing Service: Engage a testing laboratory acceptable to Engineer to design concrete
mixes and perform material evaluation tests including strength tests.
C. Materials and installed work may require testing and retesting at any time during progress of work.
Retesting of materials which do not comply with these specifications when initially tested shall be
done at Contractor's expense.
PART2-PRODUCTS
2.1 FORM MATERIALS
A. Forms for Exposed Finish Concrete: Plywood, metal, metal -framed plywood faced, or other
acceptable panel -type materials, to provide continuous, straight, smooth, exposed surfaces. Furnish
in largest practicable sizes to minimize number of joints. Plywood shall comply with U.S. Product
Standard PS -1 "B -B (Concrete Form) Plywood," Class I, Exterior Grade or better.
B. Forms for Unexposed Finish Concrete: Plywood, lumber, metal, or other acceptable material
capable of a tight fit.
C. Earth Forms: Earth cuts allowed as vertical forms for footings according to field conditions at time
of pour and as permitted by the Engineer.
D. Form Coatings: Provide commercial formulation form -coating compounds that will not bond with,
stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete
surfaces. Compound shall have a maximum VOC (Volatile Organic Compound) content of 350
mg/I. '
E. Form Ties: Factory -fabricated, adjustable -length, removable or snap -off metal form ties, designed
to prevent form deflection and to prevent spalling concrete upon removal. Provide units that will
leave no metal closer than 1-1/2 inches to exposed surface. Provide ties that, when removed, will
leave holes not larger than 1 -inch diameter in concrete surface.
2.2 REINFORCING MATERIALS
A. Reinforcing Bars: ASTM A 615, Grade 60, deformed.
B. Welded Wire Fabric: ASTM A 185, welded steel wire fabric.
C. Supports for Reinforcement: Bolsters, chairs, spacers, and other devices for spacing, supporting,
and fastening reinforcing bars and welded wire fabric in place. Use wire -bar -type supports
complying with CRSI specifications.
D. For slabs -on -grade, footings, and other concrete cast on earth, use supports with sand plates or
horizontal runners where base material will not support chair legs, or use concrete brick to support
reinforcing.
03300-2 '
LI
E. For construction joints in 6" and thicker slabs on grade, provide dowel supports K-4 Type "S"
contraction dowel baskets by Dayton -Superior or equal.
2.3 JOINTS AND EMBEDDED ITEMS
' A. Embedded Items: Finish for embedded items, where concrete is to be left exposed or where rust
would impair finishes, shall be hot -dipped galvanized, stainless steel or approved plastic.
B. Metal Key Construction Joints for Floor Slabs on Ground: Provide "FORM -A -KEY" with
removable caps as manufactured by Key-Loc Systems, Louisville, KY or approved equal. Furnish
' 24 gage galvanized units with 24" long stakes, splice plates, and other required accessories.
C. Isolation Joint Filler: Use 30 -lb. nonperforated.asphalt or coal -tar saturation felt conforming to
' ASTM D226, Type I1, unless noted or shown otherwise on drawings.
D. Semirigid Epoxy Joint Sealant. The epoxy joint sealant shall be a flexibilized 2 -part, 100% solids
compound, with a minimum shore D hardness of 50, "Euco Epoxy #700" by the Fuclid Chemical
Co. or "MM -80" by the Metzger/McGuire Co.
' 2.4 CONCRETE MATERIALS
A. Portland Cement: ASTM C 150, Type I.
' B. Normal Weight Aggregates: ASTM C 33 and as herein specified. Provide aggregates from a
single source for exposed concrete. For exterior exposed surfaces, do not use fine or coarse
aggregates containing spalling-causing deleterious substances.
1 C. Water: Drinkable.
' D. Admixtures. General: Provide admixtures for concrete that contain not more than 0.05 percent
chloride ions. The following types of admixtures are acceptable where required as a part of an
approved mix design or where approved by the Engineer for a specific application.
' 1. Air -Entraining Admixture: ASTM C 260, certified by manufacturer to be compatible with
other required admixtures.
' 2. Water -Reducing Admixture: ASTM C 494, Type A.
I
LI
I
3. Water -Reducing, Accelerating Admixture: ASTM C 494, Type E.
4. Water -Reducing, Retarding Admixture: ASTM C 494, Type D.
5. High -Range Water -Reducing Admixture (Super Plasticizer): ASTM C 494, Type F or Type G.
6. Calcium Chloride will not be permitted.
C1
03300-3
2.5 RELATED MATERIALS
A. Granular Base: Where shown on drawings provide a granular base of evenly graded mixture of fine
and coarse aggregates to provide, when compacted, a smooth and even surface below slabs on
grade. '
B. Drainage Fill: Where shown on drawings provide a drainage fill of granular material conforming to
No. 10 aggregate as defined in ASTM D448 or washed concrete sand with 5% to 10% finer than
No. 200 sieve.
C. Curing Materials: Cure all job cast concrete by covering with one of the following:
1. Absorptive Cover: Burlap cloth made from jute or kenaf, weighing approximately 9 oz. per sq.
yd., complying with AASHTO M 182, Class 2.
2. Moisture -Retaining Cover: One of the following, complying with ASTM C 171.
Polyethylene film.
Polyethylene -coated burlap.
3. Liquid Membrane -Forming Curing Compound: Liquid -type acrylic membrane -forming curing
compound complying with ASTM C 309, Type I, Class A, minimum 30% solids. Moisture
loss not more than 0.055 gr./sq. cm. when applied at 200 sq. ft./gal. Compound shall be
compatible to resilient floor adhesives and not contain soap, wax or silicones.
4. Water -Based Acrylic Membrane Curing Compound: ASTM C 309, Type I, Class B minimum
30% solids.
D. Surface Hardener: ,
1. Liquid Hardener. Day -Chem Sure Hard (J-17) by Dayton Superior Corp; Ashford Formula by
CureCote Chemical Company or approved equal
E. Nonslip Aggregate Finish: Provide fused aluminum oxide granules or crushed emery as the
abrasive aggregate for a nonslip finish, with emery aggregate containing not less than 50 percent
aluminum oxide and not less than 25 percent ferric oxide. Use material that is factory -graded,
packaged, rustproof, nonglazing, and unaffected by freezing, moisture, and cleaning materials.
F. Nonmetallic Shrinkage -Resistant Grout: Premixed, nonmetallic, noncorrosive, nonstaining product ,
containing selected silica sands, Portland cement, shrinkage compensating agents, plasticizing and
water -reducing agents, complying with CE-CRD-C62 1.
G. Expansion Joint Material: Preformed board in width sufficient to completely fill joint to within
1/2" of the top surface of adjacent concrete. Board shall be compressed fiber rubber, asphaltic or
cork material, but shall be specifically recommended by its manufacturer for use as expansion joint '
filler.
03300-4 '
H
2.6 PROPORTIONING AND DESIGN OF MIXES
A. Prepare design mixes for each type and strength of concrete by either laboratory trial batch or field
experience methods as specified in ACI 301. If trial batch method used, use an independent testing
facility acceptable to Engineer for preparing and reporting proposed mix designs.
B. Submit written reports to Engineer of each proposed mix for each class of concrete at least 15 days
' prior to start of work. Submittal shall include 28 -day compression strength test reports clearly
identified as being made from the concrete mix design proposed for this project. Do not begin
concrete production until proposed mix designs have been reviewed by Engineer.
C. Design mixes to provide normal weight concrete with the following properties, as indicated on
drawings and schedules:
I
I
I
I
I
I
I
H
I
I
1. Class A Concrete: 3000 -psi, 28 -day compressive strength; W/C ratio, 0.50 maximum (non air -
entrained), 0.46 maximum (air -entrained). Minimum portland cement content shall be 470 lbs
per cubic yard.
2. Class B Concrete: 2500 -psi, 28 -day compressive strength; W/C ratio, 0.67 maximum (non air -
entrained), 0.54 maximum (air -entrained). Minimum portland cement shall be 376 lbs. per
cubic yard.
3. Class C: 2000 psi, 28 day compressive strength.
4. Class D: 3000 psi pea gravel concrete (maximum aggregate size of 3/8") 28 -day compressive
strength, W/C ratio 0.50.
5. Class S Concrete: 4000 -psi, 28 -day compressive strength; W/C ratio, 0.44 maximum (non air -
entrained), 0.35 maximum (air -entrained). Minimum portland cement content shall be 564 lbs
per cubic yard.
6. Class P Concrete: 4500 -psi,- 28 -day compressive strength; W/C ratio, 0.44 maximum, air -
entrained. Minimum portland cement content shall be 611 lbs per cubic yard.
D. Maximum Slumps for Types of Construction:
Hand Placed
Types of Construction Maximum
Reinforced Foundations; Walls
and Footings & Base Slabs of
Liquid Containing Structures 5"
Slabs, Beams and Reinforced Walls 6"
Building Columns 5"
Pavements 3"
High
Frequency Vibrator
Used ---Maximum
3"
5"
5"
3"
E. Justment to
Concrete Mixes:
Mix design adjustments may
be requested by Contractor when
' characteristics
of materials, job
conditions, weather, test results,
or other circumstances warrant, as
' 03300-5
I
accepted by Engineer. Laboratory test data for revised mix design and strength results must be
submitted to and accepted by Engineer before using in work. No water will be added after amount
specified by the mix design without approval of the Engineer.
2.7 ADMIXTURES
A. Use water -reducing admixture in concrete as required for placement and workability and as '
approved by the Engineer.
B. Use nonchloride accelerating admixture only in concrete slabs placed at ambient temperatures
below 50 deg F (10 deg C).
C. Use air -entraining admixture in all exterior concrete paving and slabs unless otherwise indicated.
Add air -entraining admixture at manufacturer's prescribed rate to result in concrete at point of
placement having total air content, with a tolerance of plus or minus 1-1/2 percent, of 5.5 percent.
D. Use admixtures for water reduction and set control in strict compliance with manufacturer's
directions.
2.8 CONCRETE MIXING
A. Ready -Mix Concrete: Comply with requirements of ASTM C 94. When air temperature is between
85 deg F (30 deg C) and 90 deg F (32 deg C), reduce mixing and delivery time from 1-1/2 hours to
75 minutes, and when air temperature is above 90 deg F (32 deg C), reduce mixing and delivery
time to 60 minutes. ,
PART 3- EXECUTION
3.1 GENERAL
A. Coordinate the installation of joint materials and vapor barriers with placement of forms and
reinforcing steel.
3.2 FORMS ,
A. General: Design, erect, support, brace, and maintain formwork to support vertical and lateral, static
and dynamic loads that might be applied until concrete structure can support such loads. Construct
formwork so concrete members and structures are of correct size, shape, alignment, elevation, and
position. Maintain formwork construction tolerances complying with ACI 347.
B. Construct forms to sizes, shapes, lines, and dimensions shown and to obtain accurate alignment,
location, grades, level, and plumb work in finished structures. Provide for openings, offsets,
sinkages, keyways, recesses, moldings, rustication, reglets, chamfers, blocking, screeds, '
bulkheads, anchorages and inserts, and other features required in work. Use selected materials to
obtain required finishes. Solidly butt joints and provide backup at joints to prevent leakage of
cement paste.
C. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide
crush plates or wrecking plates where stripping may damage cast concrete surfaces. Provide top
forms for inclined surfaces where slope is too steep to place concrete with bottom forms only. Kerf
03300-6 '
I
I
I
I
H
[1
I
El
wood inserts for forming keyways, reglets, recesses, and the like, for easy removal
D. Provide temporary openings where interior area of formwork is inaccessible for cleanout, for
inspection before concrete placement, and for placement of concrete. Securely brace temporary
openings and set tightly to forms to prevent loss of concrete mortar. Locate temporary openings in
forms at inconspicuous locations.
E. Chamfer exposed comers and edges as indicated, using wood, metal, PVC, or rubber chamfer strips
fabricated to produce uniform smooth lines and tight edge joints.
Provisions for Other Trades: Provide openings in concrete formwork to accommodate work of
other trades. Determine size and location of openings, recesses, and chases from trades providing
such items. Accurately place and securely support items built into forms.
G. Cleaning and Tightening: Thoroughly clean forms and adjacent surfaces to receive concrete.
Remove chips, wood, sawdust, dirt, or other debris just before concrete is placed. Retighten forms
and bracing before concrete placement as required to prevent mortar leaks and maintain proper
alignment.
H. Vapor Barrier & Drainage Course: Following leveling and tamping of granular base for slabs on
grade, place vapor barrier sheeting where shown on drawings with longest dimension parallel with
direction of pour. Lap joints 6 inches and seal by folding. Install Drainage Course prior to placing
reinforcement.
' 33 PLACING REINFORCEMENT
A. General: Comply with Concrete Reinforcing Steel Institute's recommended practice for "Placing
' Reinforcing Bars," for details and methods of reinforcement placement and supports. Avoid cutting
or puncturing vapor barrier during reinforcement placement and concreting operations.
B. Clean reinforcement of loose rust and mill scale, earth, ice, and other materials that reduce or
destroy bond with concrete.
C. Accurately sition support, and secure reinforcement against displacement. Locate and support
reinforcing by metal chairs, runners, bolsters, spacers, dowel baskets, or hangers. -
ID. Place reinforcement to obtain at least minimum coverages for concrete protection. Arrange, space,
and securely tie bars and bar supports to hold reinforcement in position during concrete placement
operations. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces.
E. Concrete Protection for Reinforcement: Steel reinforcement shall be placed and held in position so
that the concrete cover, as measured from the surface of the bar shall be the following, except as
' otherwise shown on the drawings.
Slabs:
' 1- 1/2 inches, in general, top and bottom.
1-1/2 inches at surfaces troweled as floor finish, walkway, or driveway.
2 inches on bottom for slabs over water or in contact with water and where exposed to the
'weather.
' 03300-7
I
3 inches on bottom for slabs poured on earth.
Drilled Piers:
3 inches at bottom and sides.
Footings:
2 inches at top of footings.
3 inches at bottom, sides, and end of footings.
Walls:
2 inches on surfaces against earth.
1-1/2 inches on interior surfaces. '
2 inches on surfaces contacting water in liquid containing structures.
Beams and Girders in Contact with Water:
2 inch minimum to stirrup steel.
2-1/2 inch minimum to main longitudinal steel.
Columns:
2 inches, in general, to main vertical reinforcement. '
2-1/2 inches, to main reinforcement on surfaces in contact with water
Beams and Girders: General:
1-1/2 inch minimum to stirrup steel.
2 inches minimum to longitudinal steel
F. Install welded wire fabric in as long lengths as practicable. Lap adjoining pieces at least one full
mesh plus 2". Offset laps of adjoining widths to prevent continuous laps in either direction.
3.4 JOINTS
A. Construction Joints (CJ) in Slabs On -Ground: Locate and install construction joints as indicated or,
if not indicated, locate so as not to impair strength and appearance of the structure, as acceptable to
Engineer. Contractor shall submit a plan of proposed locations of construction joints to Engineer
for review and comments prior to start of construction. Seal joints with semi -rigid epoxy joint
sealer.
B. Provide keyways at least 1-1/2 inches deep in construction joints in walls and slabs and between
walls and footings unless detailed otherwise. Accepted bulkheads designed for this purpose may be
used for slabs. '
C. Place construction joints in structural concrete perpendicular to main reinforcement at midpoint of
spans or as shown on drawing. Continue reinforcement across construction joints except as --
otherwise indicated. ,
03300-8 ,
I
I
D. Contraction (Crack Control JointsXCCJ) in Slabs -on -Ground: Construct contraction joints in
slabs -on -ground to form panels of patterns as shown. Use saw cuts 1/8 inch wide by 1/4 slab depth
or inserts 1/4 inch wide by 1/4 of slab depth, unless otherwise indicated.
I1. Insert Method: Form contraction joints by inserting premolded plastic, hardboard, or
fiberboard strip into fresh concrete until top surface of strip is flush with slab surface. Tool
slab edges round on each side of insert. After concrete has cured, remove inserts and clean
' groove of loose debris.
2. Saw Cut Method: Contraction joints in exposed floor slabs may be formed by saw cuts as
' soon as possible but no longer than 2 hours after slab finishing as may be safely done without
dislodging aggregate. Use the "Soff-Cut" method unless otherwise approved.
3. If joint pattern not shown, provide joints not exceeding 25 feet in either direction and located
'
to conform to bay spacing wherever possible (at column centerlines, half bays, third bays).
I
I
I
H
I
'I
I
I
H
I
4. Seal contraction joints with joint sealant.
E. Expansion Joints (EJ) in Slabs -on -Ground: Secure expansion joint filler neatly in place before
placing of adjacent concrete. Set top of filler at 1/2" below top of adjacent concrete surface.
Extend filler board for full depth of adjacent concrete. Tool top of filler board or use insert to keep
top of joint free of concrete. After concrete set re -clean top of joint to remove all concrete debris
full depth to filler board. Seal with joint sealant in accordance with manufacturer's instructions.
F. Isolation Joints (Ii) in Slabs -on -Grade: Construct isolation joints in slabs -on -grade at points of
contact between slabs -on -grade and vertical surfaces, such as column pedestals, foundation walls,
grade beams, and other locations, as indicated. Seal with semi -rigid epoxy joint sealant.
3.5 INSTALLATION OF EMBEDDED ITEMS
A. General: Set and build into work all anchorage devices and other embedded items required for
other work that is attached to or supported by cast -in -place concrete. Use setting drawings,
diagrams, instructions, and directions provided by suppliers of items to be attached thereto.
B. Forms for Slabs: Set edge forms, bulkheads, and intermediate screed strips for slabs to obtain
required elevations and contours in finished surfaces. Provide and secure units to support screed
strips using strike -off templates or compacting -type screeds.
3.6 PREPARATION OF FORM SURFACES
A. General: Coat contact surfaces of forms with an approved, nonresidual, low-VOC, form -coating
compound before reinforcement is placed.
B. Do not allow excess form -coating material to accumulate in forms or to come into contact with
in -place concrete surfaces against which fresh concrete will be placed. Apply in compliance with
manufacturer's instructions.
C. Coat steel forms with a nonstaining, rust -preventative material. Rust -stained steel formwork is not
acceptable.
I
JlrirhLS9
I
3.7 CONCRETE SCHEDULE
Place various classes of concrete as follows:
1. Class A Concrete: All walls.
2. Class A (air entrained) Concrete: Exterior sidewalks, exterior retaining walls, and drainage
structures.
3. Class S Concrete: All Interior floor slabs, grade beams, drilled piers and footings.
4. Class C Concrete: Nonstructural fill concrete mud slabs, overexcavation, etc. ,
5. Class P Concrete: All exterior parking lot and driveway paving and curbs and gutters.
3.8 CONCRETE PLACEMENT
A. Inspection: Before placing concrete, inspect and complete formwork installation, reinforcing steel,
and items to be embedded or cast in. Notify other crafts to permit installation of their work;
cooperate with other trades in setting such work.
B. General: Comply with ACI 304, "Recommended Practice for Measuring, Mixing, Transporting,
and Placing Concrete". Deposit concrete continuously or in layers of such thickness that no
concrete will be placed on concrete that has hardened sufficiently to cause the formation of seams
or planes of weakness. If a section cannot be placed continuously, provide construction joints as
herein specified. Deposit concrete to avoid segregation at its final location.
C. Placing Concrete in Forms: Deposit concrete in forms in horizontal layers not deeper than 24 '
inches and in a manner. to avoid inclined construction joints. Where placement consists of several
layers, place each layer while preceding layer is still plastic to avoid cold joints.
1. Consolidate placed concrete by mechanical vibrating equipment supplemented by
hand -spading, rodding, or tamping. Use equipment and procedures for consolidation of
concrete in accordance with ACI 309.
2. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators
vertically at uniformly spaced locations not farther than visible effectiveness of machine.
Place vibrators to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do
not insert vibrators into lower layers of concrete that have begun to set. At each insertion
limit duration of vibration to time necessary to consolidate concrete and complete embedment
of reinforcement and other embedded items without causing segregation of mix.
D. Placing Concrete Slabs: Deposit and consolidate concrete slabs in a continuous operation, within '
limits of construction joints, until the placing of a panel or section is completed.
I. Consolidate concrete during placing operations so that concrete is thoroughly worked around
reinforcement and other embedded items and into comers.
2. Bring slab surfaces to correct level with straightedge and strike off. Use bull floats or darbies ,
03300-10
to smooth surface, free of humps or hollows. Do not disturb slab surfaces prior to beginning
finishing operations.
3. Maintain reinforcing in proper position during concrete placement.
' E. Cold -Weather Placing: Comply with provisions of ACI 306 and as follows. Protect concrete work
from physical damage or reduced strength that could be caused by frost, freezing actions, or low
temperatures.
I. Do not use frozen materials or materials containing ice or snow. Do not place concrete on
frozen subgrade or on subgrade containing frozen materials.
' 2. Do not use calcium chloride, salt, and other materials containing antifreeze agents or
chemical accelerators unless otherwise accepted in mix designs.
' F. Hot -Weather Placing: When hot weather conditions exist that would seriously impair quality and
strength of concrete, place concrete in compliance with ACI 305 and as herein specified.
' 1. Fog spray forms, reinforcing steel, and subgrade just before concrete is placed.
2. Use water -reducing retarding admixture when required by high temperatures, low humidity,
' or other adverse placing conditions, when acceptable to Engineer.
3.9 FINISH OF FORMED SURFACES
A. Rough Form Finish: For formed concrete surfaces not exposed to view in the finish work or
concealed by other construction. This is the concrete surface having texture imparted by
form -facing material used, with tie holes and defective areas repaired and patched and fins and
other projections exceeding 1/4 inch in height rubbed down or chipped off.
' B. Smooth Form Finish: For formed concrete surfaces exposed to view or to be covered with a
coating material applied directly to concrete, or a covering material applied directly to concrete,
such as waterproofing, dampproofing, veneer plaster, painting, or other similar system. This is an
as -cast concrete surface obtained with selected for -facing material, arranged in an orderly and
symmetrical manner with a minimum of seams. Repair and patch defective areas with fms and
other projections completely removed and smoothed.
' C. Grout -Cleaned (Rubbed) Finish: Provide grout -cleaned finish to concrete surfaces that have
received smooth form finish treatment, only when indicated on the drawings.
' 1. Combine one part Portland cement to 1-1/2 parts fine sand by volume, and a 50:50 mixture of
acrylic or styrene butadiene -based bonding admixture and water to consistency of thick paint.
Blend standard portland cement and white Portland cement, amounts determined by trial
'
patches, so that final color of dry grout will match adjacent surfaces.
' 2. Thoroughly wet concrete surfaces, apply grout to coat surfaces, and fill small holes. Remove
excess grout by scraping and rubbing with clean burlap. Keep damp by fog spray for at least
36 hours after rubbing.
' D. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces
I
03300-11
I
occurring adjacent to formed surfaces, strike -off smooth and finish with a texture matching
adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across
adjacent unformed surfaces unless otherwise indicated.
3.10 MONOLITHIC SLAB FINISHES
A. Float Finish: Apply float finish to monolithic slab surfaces to receive trowel finish and other '
finishes as hereinafter specified. After screeding, consolidating, and leveling concrete slabs, do not
work surface until ready for floating. Begin floating, using float blades or float shoes only, when
surface water has disappeared, when concrete has stiffened sufficiently to permit operation of
power -driven floats, or both. Consolidate surface with power -driven floats or by hand -floating if
area is small or inaccessible to power units. Cut down high spots and fill low spots. Uniformly
slope surfaces to drains. Immediately after leveling, refloat surface to a uniform, smooth, granular
texture.
B. Scratch Finish: Apply scratch finish to monolithic slab surfaces to receive concrete floor topping or
mortar setting beds for tile, and other bonded applied cementitious finish flooring material, and
where indicated. After placing slabs, finish surface to tolerances of F(F) 15 (floor flatness) and
F(L) 13 (floor levelness) measured according to ASTM E 1155. Slope surfaces uniformly to drains
where required. After leveling, roughen surface before final set with stiff brushes, brooms, or
rakes.
C. Trowel Finish: Apply trowel finish to monolithic slab surfaces to be exposed to view and slab
surfaces to be covered with resilient flooring, carpet, thin set ceramic or quarry tile, paint, or other
thin film finish coating system. After floating, begin first trowel finish operation using a
power -driven trowel. Begin final troweling when surface produces a ringing sound as trowel is
moved over surface. Consolidate concrete surface by final hand -troweling operation, free of trowel
marks, uniform in texture and appearance. Grind smooth surface defects that would telegraph
through applied floor covering system.
D. Slip -Resistant Broom Finish: Apply slip -resistant broom finish to exterior concrete pavements,
walks, steps, ramps, and elsewhere as indicated.Immediately after float finishing, slightly roughen
concrete surface by brooming with fiber -bristle broom perpendicular to main traffic route.
Coordinate required final finish with Engineer before application.
3.11 SLAB FLATNESS AND LEVELNESS
A. Floor slab flatness and levelness shall be measured as set forth by ASTM E 1155 "Standard Method ,
for Determining Floor Flatness and Levelness using the F -Number System". Interior floor slabs
shall meet the requirements specified below for the various floor conditions. Ramps and other
sloped floors shown on drawings are not required to conform to this criteria.
B. F -Numbers:
I. Minimum composite values for entire floor installation shall be Flatness (FF) = 20; Levelness
(FL) =15.
2. Minimum local value for any individual section (delineated by the control joint pattern) shall
beFlatness (FF) = 15; Levelness (FL) = 10.
.1
03300-12 '
' C. Remedial Measures may be required to the Engineer to bring the floor surface into conformance
with the required tolerances.
' 3.12 CONCRETE CURING AND PROTECTION
IA. General: Protect freshly placed concrete from premature drying and excessive cold or hot
temperatures. In hot, dry, and windy weather, protect concrete from rapid moisture loss before and
during finishing operations with an evaporation -control material. Apply in accordance with
manufacturer's instructions after screeding and bull floating, but before power floating and
'troweling.
B. Start initial curing as soon as free water has disappeared from concrete surface after placing and
'finishing. Weather permitting, keep continuously moist for not less than 7 days.
C. Curing Methods: Perform curing of concrete by curing and sealing compound, by moist curing, by
moisture -retaining cover curing, and by combinations thereof, as herein specified.
1. Provide moisture curing by following methods.
a. Keep concrete surface continuously wet by covering with water.
b. Use continuous water -fog spray.
c. Cover concrete surface with specified absorptive cover, thoroughly saturate cover with
' water, and keep continuously wet. Place absorptive cover to provide coverage of
concrete surfaces and edges, with 4 -inch lap over adjacent absorptive covers.
2. Provide moisture -cover curing as follows:
Cover.concrete-surfaces with moisture -retaining cover for curing concrete, placed in widest
practicable width with sides and ends lapped at least 3 inches and sealed by waterproof tape
' or adhesive. Immediately repair any holes or tears during curing period using cover material
and waterproof tape. -
' 3. Provide curing and sealing compound to exposed interior slabs and to exterior slabs, walks,
and curbs as follows:
' a. Apply specified curing and sealing compound to concrete slabs as soon as final
finishing operations are complete (within 2 hours and after surface water sheen has
disappeared). Apply uniformly in continuous operation by power spray or roller in
' accordance with manufacturer's directions. Recoat areas subjected to heavy rainfall
within 3 hours after initial application. Maintain continuity of coating and repair
damage during curing period.
' b. Use membrane curing compounds that will not affect surfaces to be covered with finish
materials applied directly to concrete.
4. Curing Formed Surfaces: Cure formed concrete surfaces, including underside of beams,
supported slabs, and other similar surfaces, by moist curing with forms in place for full curing
period or until forms are removed. If forms are removed, continue curing by methods
' 03300-13
I
specified above, as applicable. Edge of slabs on grade to be cured in same manner as the slab
top surface.
5. Curing Unformed Surfaces: Cure unformed surfaces, such as slabs, and other flat surfaces, '
by application of appropriate curing method.
6. Final cure concrete surfaces to receive liquid floor hardener or finish flooring by use of '
moisture -retaining cover, unless otherwise directed.
3.13 REMOVAL OF FORMS
A. General: Formwork not supporting weight of concrete, such as sides of beams, walls, columns, and
similar parts of the work, may be removed after cumulatively curing at not less than 50 deg F (10 ,
deg C) for 24 hours after placing concrete, provided concrete is sufficiently hard to not be damaged
by form -removal operations, and provided curing and protection operations are maintained.
B. Formwork supporting weight of concrete, such as beam soffits, joists, slabs, and other structural
elements, may not be removed in less than 14 days or until concrete has attained at least 75 percent
of design minimum compressive strength at 28 days. Determine potential compressive strength of
in -place concrete prior to 14 days by testing field -cured specimens representative of concrete
location or members.
3.14 REUSE OF FORMS
A. Clean and repair surfaces of forms to be reused in work. Split, frayed, delaminated, or otherwise
damaged form -facing material will not be acceptable for exposed surfaces. Apply new
form -coating compound as specified for new formwork. When forms are extended for successive
concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close
joints. Align and secure joint to avoid offsets. Do not use "patched" forms for exposed concrete
surfaces except as acceptable to Engineer.
3.15 MISCELLANEOUS CONCRETE ITEMS '
A. Filling In: Fill in holes and openings left in concrete structures for passage of work by other trades,
unless otherwise shown or directed, after work of other trades is in place. Mix, place, and cure
concrete as herein specified, to blend with in -place construction: Provide other miscellaneous
concrete filling shown or required to complete work.
B. Curbs: Provide monolithic finish to curbs by stripping forms while concrete is still green and
finishing surfaces to a hard, dense finish matching adjacent work, with corners, intersections, and
terminations slightly rounded.
C. Equipment Bases and Foundations: Provide machine and equipment bases and foundations, as
shown on drawings. Set anchor bolts for machines and equipment to template at correct elevations,
complying with certified diagrams or templates of manufacturer furnishing machines and
equipment.
1
03300-14 '
I
I
3.16 CONCRETE SURFACE REPAIRS
1 A. Patching Defective Areas: Repair and patch defective areas with cement mortar immediately after
removal of forms, when acceptable to Engineer.
' I. Cut out honeycomb, rock pockets, voids over 1/4 inch in any dimension, and holes left by tie
rods and bolts, down to solid concrete but in no case to a depth of less than 1 inch. Make
edges of cuts perpendicular to the concrete surface. Thoroughly clean, dampen with water,
and brush -coat the area to be patched with specified bonding agent. Place patching mortar
before bonding compound has dried.
2. For exposed -to -view surfaces, blend white portland cement and standard portland cement so
that, when dry, patching mortar will match color surrounding. Provide test areas at
' inconspicuous location to verify mixture and color match before proceeding with patching.
Compact mortar in place and strike -off slightly higher than surrounding surface.
B. Repair of Formed Surfaces: Remove and replace concrete having defective surfaces if defects
cannot be repaired to satisfaction of Engineer. Surface defects, as such, include color and texture
irregularities, cracks, spalls, air bubbles, honeycomb, rock pockets, fins and other projections on
surface, and stains and other discolorations that cannot be removed by cleaning. Flush out form tie
'holes, fill with dry -pack mortar, or precast cement cone plugs secured in place with bonding agent.
C. Repair concealed formed surfaces, where possible, that contain defects that affect the durability of
' concrete. If defects cannot be repaired, remove and replace concrete.
D. Repair of Unformed Surfaces: Test unformed surfaces, such as monolithic slabs, for smoothness
' and verify surface plane to tolerances specified for each surface and finish. Correct low and high
areas as herein specified. Test unformed surfaces sloped to drain for trueness of slope and
smoothness by using a template having required slope.
I. Repair finished unformed surfaces that contain defects that affect durability of concrete.
Surface defects, as such, include crazing and cracks in excess of 0.01 inch wide or that
' penetrate to reinforcement or completely through nonreinforced sections regardless of width,
spalling, popouts, honeycomb, rock pockets, and other objectionable conditions.
' 2. Correct high.areas in unformed surfaces by grinding after concrete has cured at least 14 days.
3. Correct low areas in unformed surfaces during or immediately after completion of surface
' finishing operations by cutting out low areas and replacing with patching compound. Finish
repaired areas to blend into adjacent concrete.
4. Repair defective areas, except random cracks and single holes not exceeding 1 inch in
diameter, by cutting out and replacing with fresh concrete. Remove defective areas to sound
concrete with clean, square cuts and expose reinforcing steel with at least 3/4 -inch clearance
all around. Dampen concrete surfaces in contact with patching concrete and apply bonding
compound. Mix patching concrete of same materials to provide concrete of same type or
class as original concrete. Place, compact, and finish to blend with adjacent finished
concrete. Cure in same manner as adjacent concrete.
' 03300-15
I
E. Repair isolated random cracks and single holes not over 1 inch in diameter by dry -pack method.
Groove top of cracks and cut out holes to sound concrete and clean of dust, dirt, and loose particles.
Dampen cleaned concrete surfaces and apply bonding compound. Mix dry -pack, consisting of one
part Portland cement to 2-1/2 parts fine aggregate passing a No. 16 mesh sieve, using only enough
water as required for handling and placing. Place dry -pack before bonding compound has dried.
Compact dry -pack mixture in place and finish to match adjacent concrete. Keep patched area
continuously moist for not less than 72 hours.
F. Perform structural repairs with prior approval of Engineer for method and procedure, using '
approved epoxy adhesive and mortar.
G. Repair methods not specified above may be used, subject to acceptance of Engineer.
3.17 QUALITY CONTROL TESTING DURING CONSTRUCTION
A. General: ,
Contractor shall include in the Lump Sum Bid an allowance for the cost of concrete tests to be
performed by an Independent Testing Laboratory selected by the Engineer. The contractor shall be
responsible for making slump tests and for casting test cylinders and delivering them to the
laboratory for testing. Contractors personnel making slump tests and casting test cylinders shall
have been specially trained and certified in performing such work and contractor shall furnish '
satisfactory evidence to this effect.
The Contractor shall furnish the concrete required to make these samples. All costs in connection
with the work performed by the laboratory shall be included in the allowances. The contractor shall
pay these costs to the laboratory, out of this allowance, as the bills are received from the laboratory.
B. Sampling Fresh Concrete: ASTM C 172, except modified for slump to comply with ASTM C 94. '
1. Slump: ASTM C 143; one test at point of discharge for each day's pour of each type of
concrete; additional tests when concrete consistency seems to have changed.
2. Air Content: ASTM C 173, volumetric method for lightweight or normal weight concrete;
ASTM C 231 pressure method for normal weight concrete; one for each day's pour of each
type of air -entrained concrete.
3. Compression Test Specimen: ASTM C 31; one set of 4 standard cylinders for each ,
compressive strength test, unless otherwise directed. Mold and store cylinders for
laboratory -cured test specimens except when field -cure test specimens are required.
4. Compressive Strength Tests: ASTM C 39; one set for each day's pour for each 50 cu. yds. (or
fraction thereof) of each concrete class placed in any one day; one specimen tested at 7 days,
two specimens tested at 28 days, and one specimen retained in reserve for later testing if '
required.
5. Strength level of concrete will be considered acceptable if, for any one class of concrete, the
average of all tests of any five consecutive sets is equal to or greater than the specified
strength, provided that no more than one test in ten falls between 90% and 100% of the
specified strength. The only cylinders to be used for determination of concrete acceptability ,
03300-16 1
I
I
C
I
I
I
I
I
I
I
I
IJ
I
I
I
I
will be those laboratory cured and tested at 28 days. When it appears the tests of laboratory -
cured cylinders will fail to meet these requirements, the Engineer may require changes in the
proportions of concrete for the remainder of the work in order to meet the strength
requirements. In addition, the Engineer may also require additional curing on portions of the
concrete already poured.
6. Test results will be reported in writing to Engineer, Ready -Mix Producer, and Contractor.
Reports of compressive strength tests shall contain the project identification name and
number, date of concrete placement, name of concrete testing service, concrete type and class,
location of concrete batch in structure, design compressive strength at 28 days, concrete mix
proportions and materials, compressive breaking strength, and type of break for both 7 -day
tests and 28 -day tests.
Additional Tests: The testing service will make additional tests of in -place concrete when test
results indicate specified concrete strengths and other characteristics have not been attained in
the structure, as directed by Engineer. Testing service may conduct tests to determine
adequacy of concrete by cored cylinders comply-ing with ASTM C 42, or by other methods
as directed. Contractor shall pay for such tests when unacceptable concrete is verified.
8. Completed concrete work not meeting the strength requirements and not repaired to be in
compliance shall be removed and replaced as directed by the Engineer.
I
03300-17
I
I SECTION 05400 - COLD -FORMED METAL FRAMING
PART I - GENERAL
1.1 RELATED DOCUMENTS
Drawings and general provisions of Contract apply to this section.
' 1.2 SUMMARY
Types of cold -formed metal framing units include the following:
' Non -Load -Bearing Partition Stud Walls.
I1.3 SUBMITTALS
A. General: Submit the following:
' 1. Product data and installation instructions for each item of cold -formed metal framing and
accessories.
I
2. Shop drawings for special components and installations not fully dimensioned or detailed
in manufacturer's product data.
3. Certification from manufacturer stating the materials conform to contract drawings.
Include placing drawings for framing members showing size and gage designations, number, type,
' location, and spacing. Indicate supplemental strapping, bracing, splices, bridging, accessories, and
details required for proper installation.
' 1.4 QUALITY ASSURANCE
A. Component Design: Calculate structural properties of studs and joists in accordance with American
Iron and Steel Institute (AISI) "Specification for Design of Cold -Formed Steel Structural
Members" and AISI "Cold Formed Steel Design Manual".
B. Welding: Use qualified welders and comply with American Welding Society (AWS) D1.3,
"Structural Welding Code - Sheet Steel."
' C. Fire -Rated Assemblies: Where framing units are components of assemblies indicated for a fire -
resistance rating, including those required for compliance with governing regulations, provide units
that have been approved by governing authorities that have jurisdiction.
1.5 DELIVERY AND STORAGE
A. Protect metal framing units from rusting and damage. Deliver to project site in manufacture's
unopened containers or bundles, fully identified with name, brand, type and grade. Store off
ground in a dry ventilated space or protect with suitable waterproof coverings and protect against
mechanical damage to units. Store materials on a flat plane. Any damaged materials shall be
' removed from the site.
' 05400-1
I
I]
PART 2- PRODUCTS
2.1
2.2
2.3
A.
B.
C.
D.
E.
F.
2.4
MANUFACTURERS
Available Manufacturers: Subject to compliance with requirements manufacturers offering
products that may be incorporated in the work include but are not limited to the following:
DALE/INCOR
Superior Steel Studs, Inc.
Unimast Incorporated
METAL FRAMING
System Components: Manufacturers' standard load -bearing steel studs and joists of type, size
shape, and gage as indicated. With each type of metal framing required, provide manufacturer's
standard, steel runners (tracks), blocking, lintels, clip angles, shoes, reinforcements, fasteners, and
accessories for applications indicated, as needed to provide a complete metal framing system.
MATERIALS AND FINISHES
For 16 -gage and heavier units, fabricate metal framing components of structural quality steel sheet
with a minimum yield point of 40,000 psi; ASTM A 446, A 570, or A 611,
For 18 -gage and lighter units, fabricate metal framing components of commercial quality steel
sheet with a minimum yield point of 33,000 psi; ASTM A 446, A 560, or A 611.
Provide prime -coated finish with one coat of shop -applied red -oxide, zinc -chromate, or other
similar rust -inhibitive primer.
Galvanized members shall have a minimum G-60 coating.
Fasteners: Provide nuts, bolts, washers, screws, and other fasteners with corrosion -resistant plated
finish.
Electrodes for Welding: Comply with AWS Code and as recommended by stud manufacturer.
FABRICATION
I
I
I.
I I
I
I
L
I
I
I
L
L
A. General: Framing components may be prefabricated prior to erection. Fabricate components ,
plumb, square, true to line and braced against racking with joints welded. Perform lifting of
prefabricated components in a manner to prevent damage or distortion.
B. Fastenings: Attach similar components by welding. Attach dissimilar components by bolting, or
screw fasteners, as standard with manufacturer.
C. Cutting of steel framing members may be accomplished with a saw or shear. Torch cutting of load
carrying members is not permitted.
D. Wire tying of framing components is not permitted.
1
I
PART 3 EXECUTION
3.1 INSTALLATION
IA. General: Install metal framing systems in accordance with manufacturer's printed or written
instructions and recommendations.
' B. Runner Tracks:
base and tops
construction it
' fasteners or 17
tracks.
Install continuous tracks sized to match studs. Align tracks accurately to layout at
of studs. Secure tracks as recommended by stud manufacturer for type of
volved, except do not exceed 24 inches o.c. spacing for nail or power -driven
inches o.c. for other types of attachment. Provide fasteners at comers and ends of
C. Installation of Wall Studs: Secure studs to top and bottom runner tracks by either welding or screw
fastening at comers and ends of tracks.
I. Set studs plumb, except as needed for diagonal bracing or required for nonplumb walls or
'warped surfaces and similar requirements.
2. Where stud system abuts structural columns or walls, including masonry walls, anchor
' ends of stiffeners to supporting structure.
3. Install supplementary framing, blocking, and bracing in metal framing system wherever
' walls or partitions are indicated to support fixtures, equipment, services, casework, heavy
trim and furnishings, and similar work requiring attachment to the wall or partition. Where
type of supplementary support is not otherwise indicated, comply with stud manufacturer's
recommendations and industry standards in each case, considering weight or loading
resulting from item supported.
' 4. Frame wall openings larger than 2 feet square with double stud at each jamb of frame
except where more than two are either shown or indicated in manufacturer's instructions.
Install runner tracks and jack studs above and below wall openings. Anchor tracks to jamb
studs with stud shoes or by welding, and space jack studs same as full -height studs of wall.
Secure stud system wall opening frame in manner indicated.
' 5. Construct corners using minimum of three studs. Double studs at door, window, and
sidelight jambs. Install intermediate studs above and below openings to match wall stud
spacing.
' 6. Frame both sides of expansion and control joints with separate studs; do not bridge the
joint with components of stud system.
' 7. Install horizontal stiffeners in stud system, spaced (vertical distance) at not more than 54
inches o.c. Weld at each intersection.
' 3.2 FASTENINGS AND ATTACHMENTS
A. Anchorage of the tracks to the structure shall be with methods designed for the specific application
' of sheet to that surface. Size, penetration, type and spacing shall be determined by design.
I
05400-3
C
I
B. Welds shall conform to the requirements of AWS D1.1, AWS D1.3, and AISI Manual Section 4.2.
Welds may be butt, fillet, spot, or groove type, the appropriateness of which shall be dtermined by,
and within the design calculations. All welds shall be touched -up using zinc rich paint to
galvanized members, and paint similar to that used by the manufacturer for painted members.
C. Steel drill screws shall be of the minimum diameter indicated by the design of that particular
attachment detail. Penetration through joined materials shall not be less than 3 exposed threads.
D. Wire tying in structural applications is not permitted.
3.3 TOLERANCES:
Bolt or weld wall panels (at both horizontal and vertical junctures) to produce flush, even, true -to -
line
joints. Maximum variation in plane and true position between prefabricated assemblies should
not exceed 1/16 inch.
3.4 FIELD PAINTING:
Touch-up damaged shop -applied protective coatings. Use compatible primer for prime -coated
surfaces; use galvanizing repair system for galvanized surfaces.
End of Section 1
I
I
I
C
P
C
I
I
05400-4 1
H
iI
I
SECTION 09200 - GYPSUM DRYWALL
PART I - GENERAL
1.1 RELATED DOCUMENTS
Drawings and general provisions of Contract apply to work of this Section.
' 1.2 DESCRIPTION OF WORK
A. Extent of each type of gypsum drywall construction required is indicated on Drawings.
IB. This Section includes the following types of gypsum board construction:
H
IH
I
I
I
I
C
C
I
El
Gypsum board screw -attached to steel framing members.
C. Non -load -bearing steel studs for structural framing are specified in Section -05400 "Cold -Formed
Metal Framing."
1.3 DEFINITIONS
Gypsum Board Construction Terminology: Refer to ASTM C 11 and GA 505 for definitions of
terms for gypsum board construction not otherwise defined in this section or other referenced
standards.
1.4 SUBMITTALS
Product data from manufacturers for each type of product specified.
1.5 QUALITY ASSURANCE
A. Fire -Resistance Ratings: Where indicated, provide materials and construction which are identical
to those of assemblies whose fire resistance rating has been determined per ASTM E 119 by a
testing and inspecting organization acceptable to authorities having jurisdiction.
B. Single Source Responsibility: Obtain each type of gypsum board and related joint treatment
materials from a single manufacturer.
1.6 DELIVERY, STORAGE, AND HANDLING
A. Deliver materials in original packages, containers or bundles bearing brand name and identification
of manufacturer or supplier.
B. Store materials inside under cover and keep them dry and protected against damage from weather,
direct sunlight, surface contamination, corrosion, construction traffic and other causes. Neatly stack
gypsum boards flat to prevent sagging.
C. Handle gypsum boards to prevent damage to edges, ends, and surfaces. Do not bend or otherwise
damage metal comer beads and trim.
I
09200-1
1.7 PROJECT CONDITIONS
A. Environmental Conditions, General: Establish and maintain environmental conditions for
application and finishing gypsum board to comply with ASTM C 840 and with gypsum board
manufacturer's recommendations.
B. Minimum Room Temperatures: For non -adhesive attachment of gypsum board to framing, 1
maintain not less than 40 deg F (4 deg C).
C. Ventilate building spaces to remove water not required for drying joint treatment materials. Avoid ',
drafts during dry, hot weather to prevent materials form drying too rapidly.
PART 2- PRODUCTS
2.1 MANUFACTURERS 1
A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering
products which may be incorporated in the Work include, but are not limited to, the following:
B. Steel Framing and Furring:
Dale Industries, Inc.
Gold Bond Building Products Div., National Gypsum Co. Incor, Inc.
United States Gypsum Co.
C. Gypsum Boards and Related Products:
Georgia-Pacific Corp.
Gold Bond Building Products Div., National Gypsum Co.
United States Gypsum Co.
2.2 STEEL FRAMING FOR WALLS AND PARTITIONS
A. Steel Studs and Runners: ASTM C 645, with flange edges of studs bent back 90 deg and doubled
over to form 3/16" minimum lip (return) and complying with the following requirements for
minimum thickness of base (uncoated) metal and for depth:
Thickness: 20 gage. '
Depth: As indicated.
B. Fasteners: Provide fasteners of type, material, size, corrosion resistance, holding power and other '
properties required to fasten steel framing and furring members securely to substrates involved;
complying with the recommendations of gypsum drywall manufacturers for applications indicated.
2.3 GYPSUM BOARD
A. General: Provide gypsum board of types indicated in maximum lengths available to minimize end-
to -end joints.
B. Gypsum Wallboard: ASTM C 36, and as follows:
09200-2
I
Type: Type X for fire -resistance -rated assemblies as noted on drawings.
Type: Type WR for wet areas.
Edges: Tapered.
Thickness: As indicated.
C. Available Products: Subject to compliance with requirements, products which may be incorporated
in the Work where Type X gypsum wallboard is indicated include, but are not limited to, the
following:
"Gyprock Fireguard 'C' Gypsum Board"; Domtar Gypsum Co.
"Fire -Shield G"; Gold Bond Building Products Div., National Gypsum Co.
"SHEETROCK Brand FIRECODE'C' Gypsum Panels"; United States Gypsum Co.
2.4 TRIM ACCESSORIES
A. Cornerbead and Edge Trim for Interior Installation: Comply with ASTM C 840 and the following:
Cornerbead formed from zinc alloy, with flanges knurled and perforated or of fine -mesh
expanded metal.
Steel Edge trim formed from galvanized steel, types per Fig. I of ASTM C 840 as follows:
I
J
Li
I
F
I
L. 1
I
"LC" Bead, unless otherwise indicated.
B. One -Piece Control Joint: Formed with perforated face flanges connected by vee-shaped slot, 1/4
inch wide by approximately 7/16 inch deep and covered with removable tape, fabricated from the
following material:
Roll -formed zinc.
C. Metal Cornerbead and Edge Trim for Exterior Ceilings: Comply with ASTM C 840 and the
following:
Zinc Edge trim formed from zinc alloy, type "LC" Bead per Fig. I of ASTM C 840 unless
otherwise indicated.
2.5 GYPSUM BOARD JOINT TREATMENT MATERIALS
A. General: Provide materials complying with ASTM C 475, ASTM C 840, and recommendations of
manufacturer of both gypsum board and joint treatment materials for the application indicated.
B. Joint Tape: Paper reinforcing tape, unless otherwise indicated.
C. Setting -Type Joint Compounds: Factory -prepackaged, job -mixed, chemical -hardening powder
products formulated for uses indicated.
D. Where setting -type joint compounds are indicated for use as taping and topping compounds, use
formulation for each which develops greatest bond strength and crack resistance and is compatible
with other joint compounds applied over it.
I
09200-3
fl
E. For prefilling gypsum board joints, use formulation recommended by gypsum board manufacturer
for this purpose.
F. For filling joints and treating fasteners of water-resistant gypsum backing board behind base for '
ceramic tile, use formulation recommended by gypsum board manufacturer for this purpose.
G. Dying -Type Joint Compounds: Factory -prepackaged vinyl -based products complying with the ,
following requirements for formulation and intended use.
H. Ready -Mix Formulation: Factory -premixed product.
I. Taping compound formulated for embedding tape and for first coat over fasteners and flanges of
comer beads and edge trim.
J. Topping compound formulated for fill (second) and finish (third) coats.
K. All-purpose compound formulated for use as both taping and topping compound.
2.6 MISCELLANEOUS MATERIALS ,
A. General: Provide auxiliary materials for gypsum drywall construction which comply with
referenced standards and the recommendations of the manufacturer of the gypsum board.
B. Gypsum Board Screws: ASTM C 1002.
C. Unfaced Mineral Fiber Blanket Insulation: Unfaced mineral fiber blanket insulation produced by
combining mineral fibers of type described below with thermosetting resins to comply with ASTM
C 665 for Type I (blankets without membrane facing); and as follows: ,
Mineral Fiber Type: Fibers manufactured from glass or slag.
PART 3 - EXECUTION
3.1 EXAMINATION
Examine substrates to which drywall construction attaches or abuts, preset hollow metal frames,
cast -in -anchors, and structural framing, with Installer present; for compliance with requirements for
installation tolerances and other conditions affecting performance of drywall construction. Do not
proceed with installation until unsatisfactory conditions have been corrected.
3.2 PREPARATION
Ceiling Anchorages: Coordinate installation of ceiling suspension system with installation of
overhead structural systems to ensure that inserts and other structural anchorage provisions have
been installed to receive ceiling anchors in a manner that will develop their full strength and at
spacing required to support ceiling.
3.3 INSTALLATION OF STEEL FRAMING, GENERAL
A. Steel Framing Installation Standard: Install steel framing to comply with ASTM C 754 and with
ASTM C 840 requirements that apply to framing installation.
09200-4
I
1
1
1
1
I
1
I
1
B. Install supplementary framing, blocking and bracing at terminations in the work and for support of
fixtures, equipment services, heavy trim, grab bars, toilet accessories, furnishings, and similar
construction to comply with details indicated and with recommendations of gypsum board
manufacturer, or if none available, with "Gypsum Construction Handbook" published by United
States Gypsum Co.
C.
D.
3.4
A.
B.
Isolate steel framing from building structure to prevent transfer of loading imposed by structural
movement, at locations indicated below to comply with details shown on Drawings:
Where edges of suspended ceilings abut building structure horizontally at ceiling
perimeters or penetration of structural elements.
Where partition and wall framing abuts overhead structure and/or structural frame
members.
Provide slip or cushioned type joints as detailed to attain lateral support and avoid axial
loading.
Do not bridge building expansion and control joints with steel framing or furring members;
independently frame both sides ofjoints with framing or furring members or as indicated.
INSTALLATION OF STEEL FRAMING FOR WALLS AND PARTITIONS
Install runners (tracks) at floors, ceilings and structural walls and columns where gypsum drywall
stud system abuts other construction.
Where studs are installed directly against exterior walls, install asphalt felt strips between
studs and wall.
Installation Tolerances: Install each steel framing and furring member so that fastening surface do
not vary more than 1/8 inch from plane of faces of adjacent framing.
C. Extend partition framing full height to structural supports or substrates above suspended ceilings,
except where partitions are indicated to terminate at suspended ceilings. Continue framing over
frames for doors and openings and frame around ducts penetrating partitions above ceiling to
provide support for gypsum board.
D. Terminate partition framing 8" above suspended ceilings where indicated.
E. Install steel studs and furring in sizes and at spacings indicated but not less than that required by
referenced steel framing installation standard.
F. Install steel studs so that flanges point in the same direction and gypsum boards can be installed in
the direction opposite to that of the flange.
G. Frame door openings to comply with details indicated, with GA -219 and with applicable published
recommendations of gypsum board manufacturer. Attach vertical studs at jambs with screws either
directly to frames or to jamb anchor clips on door frames; install runner track sections (for cripple
studs) at head and secure to jamb studs.
09200-5
L
Extend vertical jamb studs through suspended ceilings and attach to underside of floor or
roof structure above.
H. Frame openings other than door openings to comply with details indicated, or if none indicated, in
same manner as required for door openings; and install framing below sills of openings to match
framing required above door heads.
3.5 APPLICATION AND FINISHING OF GYPSUM BOARD, GENERAL
A. Gypsum Board Application and Finishing Standard: Install and finish gypsum board to comply 1
with ASTM C 840.
B. Install sound attenuation blankets where indicated, prior to gypsum board unless readily installed ,
after board has been installed.
C. Locate exposed end -butt joints as far from center of walls and ceilings as possible, and stagger not '
less than 24 inches in alternate courses of board.
D. Install ceiling boards across framing in the manner which minimizes the number of end -butt joints, ,
and which avoids end joints in the central area of each ceiling. Stagger end joints at least 24 inches.
E. Install wall/partition boards in manner which minimizes the number of end -butt joints or avoids
them entirely where possible. At stairwells and similar high walls, install boards horizontally with
end joints staggered over studs.
F. Install exposed gypsum board with face side out. Do not install imperfect, damaged or damp
boards. Butt boards together for a light contact at edges and ends with not more than 1/16 inch
open space between boards. Do not force into place.
G. Locate either edge or end joints over supports, except in horizontal applications where intermediate
supports or gypsum board back -blocking is provided behind end joints. Position boards so that like
edges abut, tapered edges against tapered edges and mill -cut or field -cut ends against mill -cut or
field -cut ends. Do not place tapered edges against cut edges or ends. Stagger vertical joints over
different studs on opposite sides of partitions.
H. Attach gypsum board to steel studs so that leading edge or end of each board is attached to open
(unsupported) edge of stud flange first. '
I. Attach gypsum board to supplementary framing and blocking provided for additional support at
openings and cutouts.
J. Spot grout hollow metal door frames for solid core wood doors, hollow metal doors and doors over
32 inches wide. Apply spot grout at each jamb anchor clip just before inserting board into frame.
K. Form control joints and expansion joints at locations indicated, with space between edges of boards,
prepared to receive trim accessories.
L. Cover both faces of steel stud partition framing with gypsum board in concealed spaces (above
ceilings, etc.), except in chase walls which are braced internally.
Except where concealed application is indicated or required for sound, fire, air or smoke
09200-6 '
L
H
I
I
I
L
IP1
I
I
I
I
LI
ratings, coverage may be accomplished with scraps of not less than 8 sq. ft. area, and may
be limited to not less than 75 percent of full coverage.
Fit gypsum board around ducts, pipes, and conduits.
M. Isolate perimeter of non -load -bearing drywall partitions at structural abutments. Provide 1/4 inch to
1/2 inch space and trim edge with "U" bead edge trim. Seal joints with acoustical sealant.
N. Floating Construction: Where feasible, including where recommended by manufacturer, install
gypsum board over wood framing, with "floating" internal comer construction.
O. Space fasteners in gypsum boards in accordance with referenced gypsum board application and
finishing standard and manufacturer's recommendations.
3.6 METHODS OF GYPSUM BOARD APPLICATION
A. Single -Layer Application: Install gypsum wallboard as follows:
On ceilings apply gypsum board prior to wall/partition board application to the greatest
extent possible.
On partitions/walls apply gypsum board vertically (parallel to framing), unless otherwise
indicated, and provide sheet lengths which will minimize end joints.
B. On partitions/walls 8'-1" or less in height apply gypsum board horizontally (perpendicular to
framing); use maximum length sheets possible to minimize end joints.
C. Wall Tile Base: Where drywall is base for thin -set ceramic tile and similar rigid applied wall
finishes, install gypsum backing board.
In "dry" areas install gypsum backing board or wallboard with tapered edges taped and
finished to produce a flat surface.
At showers, tubs and similar "wet" areas, install water-resistant gypsum backing board to
comply with ASTM C 840 and recommendations of gypsum board manufacturer.
ID. Double -Layer Application: Install gypsum backing board for base layer and gypsum wallboard for
face layer.
IL. On ceilings apply base layer prior to application of base layer on walls/partitions; apply face layers
in same sequence. Offset joints between layers at least 10 inches. Apply base layers at right angles
to supports unless otherwise indicated.
F. On partitions/walls apply base layer and face layers vertically (parallel to framing) with joints of
base layer over supports and face layer joints offset at least 10 inches with base layer joints.
G. Single -Layer Fastening Methods: Apply gypsum boards to supports as follows:
Fasten with screws.
I
09200-7
I
H. Double -Layer Fastening Methods: Apply base layer of gypsum board and face layer to base layer
as follows:
Fasten both base layers and face layers separately to supports with screws.
3.7 INSTALLATION OF DRYWALL TRIM ACCESSORIES
A. General: Where feasible, use the same fasteners to anchor trim accessory flanges as required to
fasten gypsum board to the supports. Otherwise, fasten flanges to comply with manufacturer's
recommendations.
B. Install corner beads at external corners.
C. Install metal edge trim whenever edge of gypsum board would otherwise be exposed or semi -
exposed, and except where plastic trim is indicated. Provide type with face flange to receive joint
compound except where "U" bead (semi -finishing type) is indicated.
Install "LC" bead where drywall construction is tightly abutted to other construction and '
back flange can be attached to framing or supporting substrate.
D. Install U -type trim where edge is exposed, revealed, gasketed, or sealant -filled (including
expansion joints). ,
E. Install U -bead where indicated, and where exterior gypsum board edges are not covered by applied
moldings or indicated to receive edge trim with face flanges covered with joint compound. ,
F. Install control joints at locations indicated, or if not indicated, at spacings and locations required by
referenced gypsum board application and finish standard, and approved by the Engineer for visual
effect.
3.8 FINISHING OF DRYWALL I
A. General: Apply joint treatment at gypsum board joints (both directions); flanges of comer bead,
edge trim, and control joints; penetrations; fastener heads, surface defects and elsewhere as
required to prepare work for decoration.
B. Prefill open joints and rounded or beveled edges, if any, using setting -type joint compound. ,
C. Apply joint tape at joints between gypsum boards, except where trim accessories are indicated.
D. Finish interior gypsum wallboard by applying the following joint compounds in 3 coats (not i
including prefill of openings in base), and sand between coats and after last coat:
Embedding and First Coat: Setting -Type Joint Compound.
Fill (Second) Coat: Setting -Type Joint Compound.
Finish (Third) Coat: Ready -mix drying -type all-purpose or topping compound.
E. Water -Resistant Backing Board Base for Ceramic Tile: Finish joints between water-resistant
backing board with tape and setting -type joint compound to comply with gypsum board
manufacturer's recommendations and installation standards referenced in Division -9 Section "Tile." !
09200-8 '
3.9 PROTECTION
Provide final protection and maintain conditions, in a manner suitable to Installer, which ensures
gypsum drywall construction being without damage or deterioration at time of Substantial
Completion.
End of Section
UYYdQ1ES
I
SECTION 09900 - PAINTING
' PARTI- GENERAL
1.1 RELATED DOCUMENTS
Drawings and general provisions of Contract apply to work of this section.
1.2 DESCRIPTION OF WORK
A. This Section includes surface preparation, painting, and finishing of exposed interior and
exterior items and surfaces.
1. Surface preparation, priming, and finish coats specified in this section are in addition to
' shop priming and surface treatment specified under other sections.
B. Paint exposed surfaces whether or not colors are designated in "schedules," except where a
' surface or material is specifically indicated not to be painted or is to remain natural. Where an
item or surface is not specifically mentioned, paint the same as similar adjacent materials or
surfaces. If color or finish is not designated, the Architect -Engineer will select from standard
' colors or finishes available.
1. Painting includes field painting exposed bare and covered pipes and ducts (including
color coding), hangers, exposed steel and iron work, and primed metal surfaces of
' mechanical and electrical equipment.
C. Painting is not required on prefinished items, finished metal surfaces, concealed surfaces,
' operating parts, and labels.
1. Prefinished items not to be painted include the following factory -finished components:
' a. Pre -finished, pre-engineered building components.
b. Finished mechanical and electrical equipment.
C. Light fixtures.
d. Switchgear.
e. Distribution cabinets.
2. Concealed surfaces not to be painted include wall or ceiling surfaces in the following
generally inaccessible areas:
' a. Foundation spaces.
b. Furred areas.
' c. Utility tunnels.
d. Pipe spaces.
e. Duct shafts.
3. Finished metal surfaces not to be painted include:
a. Anodized aluminum.
'
b. Stainless steel.
09900-1
I
c. Chromium plate.
d. Copper.
e. Bronze.
f. Brass.
g. Cast iron grates and pipes.
4. Operating parts not to be painted include moving parts of operating equipment such as
the following:
a. Valve and damper operators. '
b. Linkages.
c. Sensing devices.
d. Motor and fan shafts.
5. Labels: Do not paint over Underwriter's Laboratories, Factory Mutual or other code -
required labels or equipment name, identification, performance rating, or nomenclature ,
plates.
1.3 DEFINITIONS I
"Paint" includes coating systems materials, primers, emulsions, enamels, stains, sealers and
fillers, and other applied materials whether used as prime, intermediate, or finish coats.
1.4 SUBMITTALS I
A. Submit copies of manufacturers specifications, including paint label analysis and application
instructions for each material specified.
B. Submit Color Charts (minimum of 3 originals) for each material type specified for color
selection by Engineer. Do not work until colors are selected and final approval is given.
C. After colors have been selected and submittals have been approved submit to Engineer written
verification that a copy of each manufacturer's instructions has been distributed to the paint
applicator responsible for this portion of the work prior to applicator beginning work.
1.5 JOB SAMPLE AND FINAL COLOR SELECTION '
A. General
1. Job samples if required by the Engineer shall be prepared for final color approval prior
to beginning this portion of the work.
2. If color(s) are unacceptable, Contractor shall prepare additional sample(s) based upon
new selection(s).
1.6 DUALITY ASSURANCE
A. Single -Source Responsibility: Provide primers and undercoat paint produced by the same '
09900-2 '
H
manufacturer as the finish coats.
B. Coordination of Work: Review other sections in which primers are provided to ensure
compatibility of the total systems for various substrates. On request, furnish information on
characteristics of finish materials to ensure use of compatible primers.
I. Notify the Engineer of problems anticipated using the materials specified.
IC. Material Quality: Provide the manufacturer's best quality trade sale paint material of the
various coating types specified. Paint material containers not displaying manufacturer's
product identification will not be acceptable.
' I. Proprietary names used to designate colors or materials are not intended to imply that
products named are required or to exclude equal products of other manufacturers.
' 2. Federal Specifications establish a minimum quality level for paint materials, except
where other product identification is used. Provide written certification from the
manufacturer that materials provided meet or exceed these criteria.
1.7 DELIVERY, STORAGE, AND HANDLING
A. Deliver materials to the job site in the manufacturers original, unopened packages and
containers bearing manufacturer's name and label and the following information:
II
2
3
5
6
' 7
Product name or title of material.
Product description (generic classification or binder type)
Federal Specification number, if applicable.
Manufacturer's stock number and date of manufacture.
Contents by volume, for pigment and vehicle constituents
Thinning instructions.
Application instructions.
Color name and number.
•' B. Store materials not in use in tightly covered containers in a well- ventilated area at a minimum
ambient temperature of 45 deg F (7 deg C). Maintain containers used in storage in a clean
condition, free of foreign materials and residue.
II
I
Protect from freezing. Keep storage area neat and orderly. Remove oily rags and waste
daily. Take necessary measures to ensure that workers and work areas are protected
from fire and health hazards resulting from handling, mixing, and application.
1.8 JOB CONDITIONS
A. Apply water -based paints only when the temperature of surfaces to be painted and surrounding
air temperatures are between 50 deg F (10 deg C) and 90 deg F (32 deg C).
B. Apply solvent -thinned paints only when the temperature of surfaces to be painted and
surrounding air temperatures are between 45 deg F (7 deg C) and 95 deg F (35 deg C).
IC. Do not apply paint in snow, rain, fog, or mist, when the relative humidity exceeds 85 percent, at
1 09900-3
I
temperatures less than 5 deg F (3 deg C) above the dew point, or to damp or wet surfaces.
1
1. Painting may continue during inclement weather if surfaces and areas to be painted are
enclosed and heated within temperature limits specified by the manufacturer during
application and drying periods.
PART 2- PRODUCTS
2.1 MANUFACTURERS
A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering ,
products that may be incorporated in the work include but are not limited to the following:
1. Devoe and Raynolds Co. (Devoe). ,
2. The Glidden Company (Glidden).
3. Benjamin Moore and Co. (Moore). ,
4. PPG Industries, Pittsburgh Paints (Pittsburgh).
5. Prattand Lambert (P & L).
6. The Sherwin-Williams Company (S -W).
PART 3 -EXECUTION
3.1 EXAMINATION
A. Examine substrates and conditions under which painting will be performed for compliance with
requirements for application of paint. Do not begin paint application until unsatisfactory
conditions have been corrected.
I. Start of painting will be construed as the Applicator's acceptance of surfaces and
conditions within a particular area.
3.2 PREPARATION ,
A. General Procedures: Remove hardware and hardware accessories, plates, machined surfaces,
lightingfixtures,. and similar items in place that are not to be painted, or provide surface -
applied protection prior to surface preparation and painting. Remove these items if necessary
for complete painting of the items and adjacent surfaces. Following completion of painting
operations in each space or area, have items reinstalled by workers skilled in the trades
involved.
1. Clean surfaces before applying paint or surface treatments. Remove oil and grease '
prior to cleaning. Schedule cleaning and painting so that dust and other contaminants
from the cleaning process will not fall on wet, newly painted surfaces.
B. Surface Preparation: Clean and prepare surfaces to be painted in accordance with the
manufacturers instructions for each particular substrate condition and as specified.
1. Provide barrier coats over incompatible primers or remove and reprime. Notify '
09900.4 1
I
Engineer in writing of problems anticipated with using the specified finish -coat
material with substrates primed by others.
C. Cementitious Materials: Prepare concrete, concrete masonry block, cement plaster, and
mineral -fiber -reinforced cement panel surfaces to be painted. Remove efflorescence, chalk,
dust, dirt, grease, oils, and release agents. Roughen as required to remove glaze. If hardeners
or sealers have been used to improve curing, use mechanical methods of surface preparation.
' I. Use abrasive blast -cleaning methods if recommended by the paint manufacturer.
2. Determine alkalinity and moisture content of surfaces by performing appropriate tests.
1 If surfaces are sufficiently alkaline to cause blistering and burning of finish paint,
correct this condition before application. Do not paint surfaces where moisture content
exceeds that permitted in manufacturer's printed directions.
' D. Wood: Clean surfaces of dirt, oil, and other foreign substances with scrapers, mineral spirits,
and sandpaper, as required. Sand surfaces exposed to view smooth and dust off.
I. Scrape and clean small, dry, seasoned knots and apply a thin coat of white shellac or
other recommended knot sealer before application of primer. After priming, fill holes
and imperfections in finish surfaces with putty or plastic wood filler. Sand smooth
when dried.
2. Prime, stain, or seal wood to be painted immediately upon delivery. Prime edges,
'
ends, faces, undersides, and backsides of wood, including cabinets, counters, cases, and
paneling.
' E. Ferrous Metals: Clean nongalvanized ferrous -metal surfaces that have not been shop coated;
remove oil, grease, dirt, loose mill scale, and other foreign substances. Use solvent or
mechanical cleaning methods that comply with recommendations of the Steel Structures
' Painting Council.
1. Touch up bare areas and shop -applied prime coats that have been damaged. Wire-
' brush, clean with solvents recommended by the paint manufacturer, and touch up with
the same primer as the shop coat.
' F. Galvanized Surfaces: Clean galvanized surfaces with non -petroleum -based solvents so that the
surface is free of oil and surface contaminants. Remove pretreatment from galvanized sheet
metal fabricated from coil stock by mechanical methods.
G. Materials Preparation: Carefully mix and prepare paint materials in accordance with
manufacturer's directions.
' 1. Maintain containers used in mixing and application of paint in a clean condition, free
of foreign materials and residue.
2. Stir material before application to produce a mixture of uniform density; stir as
required during application. Do not stir surface film into material. Remove film and,
if necessary, strain material before using.
I
I
3. Use only thinners approved by the paint manufacturer, and only within recommended
limits.
H. Tinting: Tint each undercoat a lighter shade to facilitate identification of each coat where
multiple coats of the same material are applied. Tint undercoats to match the color of the finish
coat, but provide sufficient differences in shade of undercoats to distinguish each separate coat. '
3.4 APPLICATION
A. Apply paint in accordance with manufacturer's directions. Use applicators and techniques best '
suited for substrate and type of material being applied.
B. Do not paint over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions detrimental
to formation of a durable paint film.
I. Paint types, surface treatments, and finishes are indicated in "schedules". Colors to be
selected.
2. Provide finish coats that are compatible with primers used.
3. The number of coats and film thickness required is the same regardless of the
application method. Do not apply succeeding coats until the previous coat has cured as
recommended by the manufacturer. Sand between applications where sanding is
required to produce an even smooth surface in accordance with the manufacturer's
directions.
4. Apply additional coats when undercoats, stains, or other conditions show through final
coat of paint until paint film is of uniform finish, color, and appearance. Give special
attention to ensure that surfaces, including edges, corners, crevices, welds, and exposed
fasteners, receive a dry film thickness equivalent to that of flat surfaces.
5. The term "exposed surfaces" includes areas visible when permanent or built-in fixtures,
connector covers, covers for finned tube radiation, grilles, and similar components are
in place. Extend coatings in these areas as required to maintain the system integrity
and provide desired protection.
6. Paint surfaces behind movable equipment and furniture same as similar exposed ,
surfaces. Paint surfaces behind permanently fixed equipment or furniture with prime
coat only before final installation of equipment.
7. Paint interior surfaces of ducts, where visible through registers or grilles, with a flat,
nonspecular black paint.
8. Paint back sides of access panels and removable or hinged covers to match exposed
surfaces.
9. Finish interior of wall and base cabinets and similar field -finished casework to match
exterior.
09900-6 I
I l
10. Finish exterior doors on tops, bottoms, and side edges same as exterior faces.
11. Sand lightly between each succeeding enamel or varnish coat.
12. Omit primer on metal surfaces that have been shop -primed and touch up painted.
C. Scheduling Painting: Apply first coat to surfaces that have been cleaned, retreated, or
otherwise prepared for painting as soon as practicable after preparation and before subsequent
' surface deterioration.
1. Allow sufficient time between successive coats to permit proper drying. Do not recoat
until paint has dried to where it feels firm, and does not deform or feel sticky under
moderate thumb pressure and where application of another coat of paint does not cause
lifting or loss of adhesion of the undercoat.
D. Minimum Coating Thickness: Apply materials at not less than the manufacturer's
recommended spreading rate. Provide a total dry film thickness of the entire system as
' recommended by the manufacturer.
E. Mechanical and Electrical Work: Painting mechanical and electrical work is limited to items
' exposed in mechanical equipment rooms and in occupied spaces.
F. Mechanical items to be painted include but are not limited to:
' 1. Piping, pipe hangers, and supports.
2. Heat exchangers.
3. Tanks.
' 4. Ductwork.
5. Insulation.
6. Supports.
' 7. Motors and mechanical equipment.
8. Accessory items.
G. Electrical items to be painted include but are not limited to:
1. Conduit and fittings.
2. Switchgear.
H. Block Fillers: Apply block fillers to concrete masonry block at a rate to ensure complete
coverage with pores filled.
I. Prime Coats: Before application of finish coats, apply a prime coat of material as
' recommended by the manufacturer to material that is required to be painted or finished and has
not been prime coated by others. Recoat primed and sealed surfaces where evidence of suction
spots or unsealed areas in first coat appears, to assure a finish coat with no burn through or
other defects due to insufficient sealing.
J. Completed Work: Match approved samples for color, texture, and coverage. Remove,
refinish, or repaint work not in compliance with specified requirements.
1 09900-7
Li
3.5 FIELD DUALITY CONTROL
A. The Owner reserves the right to invoke the following test procedure at any time and as often as ,
the Owner deems necessary during the period when paint is being applied:
1. The Owner will engage the services of an independent testing laboratory to sample the
paint material being used. Samples of material delivered to the project will be taken,
identified, sealed, and certified in the presence of the Contractor.
2. The testing laboratory will perform appropriate tests for the following characteristics as ',
required by the Owner:
a. Quantitative materials analysis. ,
b. Abrasion resistance.
c. Apparent reflectivity. ,
d. Flexibility.
e. Washability.
f Absorption.
g. Accelerated weathering.
h. Dry opacity.
i. Accelerated yellowness.
j. Recoating. '
k. Skinning.
I. Color retention.
m. Alkali and mildew resistance. ,
3. If test results show material being used does not comply with specified requirements,
the Contractor may be directed to stop painting, remove noncomplying paint, pay for
testing, repaint surfaces coated with rejected paint, and remove rejected paint from
previously painted surfaces if, upon repainting with specified paint, the two coatings
are noncompatible.
3.6 CLEANING
A. Cleanup: At the end of each work day, remove empty cans, rags, rubbish, and other discarded ,
paint materials from the site.
B. Upon completion of painting, clean glass and paint -spattered surfaces. Remove spattered paint '
by washing and scraping, using care not to scratch or damage adjacent finished surfaces.
3.7 PROTECTION '
A. Protect work of other trades, whether to be painted or not, against damage by painting. Correct
damage by cleaning, repairing or replacing, and repainting, as acceptable to Engineer. Provide
"wet paint" signs to protect newly painted finishes. Remove temporary protective wrappings
provided by others for protection of their work after completion of painting operations.
I. At completion of construction activities of other trades, touch up and restore damaged
or defaced painted surfaces.
09900-8 '
I
Li
I
I
I
I
IJ
[1
I
I
I
I
I
J
I
I
I
3.8
I:
3.9
A.
B.
EXTERIOR PAINT SCHEDULE
Work Included: In general exterior painting required includes, but is not necessarily limited to,
the following:
Metalwork: Personnel doors and frames, unfinished metal flashing, all exposed ferrous
metals; ferrous metals in conjunction with mechanical and electrical work (this
includes such work above the roof), overhead coiling doors and protection pipe guards,
shall receive.
a. One coat: Shop Primer
b. One Coat: Kromik Metal Primer (SW) @ 2. mils DFT/Coat min.
c. Two Coats: Metalatex Semi -Gloss Enamel (SW) @ 1.5 mils
DFT/coat min.
Work Excluded: In general, the following surfaces or materials either do not require painting
or painting is included in other Sections:
1. Galvanized Iron Flashings: Do not require painting if hidden from normal view.
2. - Prefinished Metal, i.e., metal building siding, trim, etc. does not require painting.
3. Aluminum Window walls and entry system.
INTERIOR PAINT SCHEDULE
General: Provide the following paint systems for the various substrates, as indicated.
Metalwork:
Steel and Iron: This includes all structural steel and iron exposed to view, including
pre-engineered metal building components such as, purlins, girts, beams and columns,
which are not completely factory finished or which are not specified elsewhere to be
finished otherwise. For factory primed materials, excluding the factory primed purlins,
girts and main frames of the metal building, the first coat may be omitted except on
spots and areas where factory primer has been damaged. Work includes interior doors
and frames coiling overhead doors.
a. One Coat - Kromik Metal Primer (SW) @ 2.0 mils DFT/Coat min.
b. Two Coats - Metalatex Semi -Gloss Enamel (SW) @ 1.5 mils DFT/Coat min.
2. Metalwork in connection with mechanical and electrical work, where exposed to view
in finished job, shall be painted same as (1) above, with the following exceptions:
a. Surfaces exposed to excessive heat, such as flue vents, shall receive two (2)
coats as (1) above, except primer shall be especially formulated for heat
resistance and for the particular material to which it is applied.
b. Piping having insulated covering shall receive two (2) coats as in (1) above,
except primer shall be an approved P.V.A. Emulsion Sealer.
I
c. Conduit and associated fittings need not be painted. Supports shall be painted.
3. Metalwork not exposed to view:
a. Items Furnished With Shop Coat: Touch up spots and areas where primer is
damaged. No other painting required.
b. Items Furnished Without Shop Coat: One complete coat of Enamel
Undercoated equal to SWP No. B49 -W-2 on all surfaces not embedded in
concrete or masonry.
4. Gypsum Wallboard:
a. Spot prime cemented and taped joints with Pro -Mar Latex Primer (SW), then
apply:
C.
1. One Coat - Pro -Mar Latex Wall Primer (SW)
2. Two Coats - Pro -Mar Alkyd Semi -Gloss Enamel (SW) @ 1.5 mils
DFT/coat min.
5. Concrete Masonry Units:
a. One Coat - Pro -Mar Block Filler (SW) @ 12.0 mils DFT/Coat min.
b. Two Coats - Pro -Mar Alykd Semi -Gloss Enamel (SW) @ 1.5 mils DFT/Coat
min.
6. Painted Wood:
a. One Coat - Wood Primer (SW)
b. Two Coats - Pro -Mar Alkyd egg -shell Enamel (SW) @ 1.5 mils DFT/coat
min.
Work excluded: The following surfaces do not require finish painting: ..
1. Metal fabrications and structural steel members; miscellaneous steel; and embedded
steel that is specified or noted to be galvanized.
2. Surfaces of steel items embedded in concrete where in contact with concrete.
3. Prefinished metal fabrication.
End of Section
11;!X4105101
SECTION 13120 - PRE-ENGINEERED METAL T -HANGARS
PART 1— GENERAL
1.1
A. Furnish, deliver, and erect the complete pre-engineered metal hangar including anchor
bolts; steel frames; purlins; wall girts; eave girts; exterior and interior wall panels; roof
panels; and all miscellaneous framing, trim, fittings, fastening, sealants, glazing and other
components to make the steel shell structure conform to these specifications and the
contract drawings.
B. The hangars shall be the design of a manufacturer who is regularly engaged in the
fabrication of aircraft hangar buildings and hangar doors. The hangar package shall be
supplied as a complete system and furnished by a manufacturer who provides hangar doors
and hangar buildings as an integral hangar building package. The hangar building shall be
as manufactured by Erect -A -Tube, Inc., Box 100, Harvard, Illinois 60033, (815) 943-4091,
or an approved equal. All materials shall be new, unused, and free from defect. The
manufacturer's standard components may be used, providing components, accessories and
the complete structure conform to architectural design appearance shown and to the
specified requirements.
C. In the event Contractor wishes to submit an alternate building manufacturer for
consideration by the Engineer/Owner, the Contractor shall submit to the Engineer/Owner,
within 21 days after bids are accepted, a complete technical proposal based on the alternate
system, including the following material: equipment brochures, detailed technical data
sheets, detailed drawings, detailed dimensional layout diagrams, detailed operational
description, evidence of manufacturing capability and experience of outside major
fabricator.
1.2 QUALITY ASSURANCE
A. General Design Criteria:
1. The hangar shall be a manufacturer's standard steel frame, pre -fabricated metal
structure of the approximate area shown. Overall dimensions may vary to suit
manufacturer's standard design. Critical clearances and dimensions, indicated on the
drawings shall be provided.
2. The building shall be designed and fabricated according to AISC and AISI latest
specifications.
3. A complete design analysis showing all calculations for the steel frames, girls, purlins,.
and x -bracing for wind and seismic loads and a layout of anchor bolts and other
embedded items shall be submitted for approval with the shop drawings. Shop
drawings shall include details of all main members, typical connections (showing bolt
holes and welds), and erection drawings.
13120-1
I
4. The building shall be designed to support all mechanical equipment including heaters,
exhaust systems, and all other such devices. Additional girts or purlins shall be placed
in convenient locations for attachment of all mechanical equipment. '
5. Combination design loads conditions shall be as required by Standard Building code,
1991 edition with 1992 revisions.
6. Unless cross bracing is used to take lateral loads, load tests on metal panel walls and
roof must be submitted where these are used as a diaphragm.
7. The hangar may be "post and beam" for all column lines. '
8. For welded connections, comply with AWS "Structural Welding Code". Welders
shall be certified. '
B. Design Loads: Basic design loads as well as deflection limits are as follows:
1. Design Loads '
Dead Load of Building (D) Compute for actual building components
used
Dead Load allowance for electrical 5 lbs./sq. ft. '
loads (D)
Roof Live Load (R) 20 lbs./sq. ft. (no reduction permitted)
Wind Load (horizontal) (W) In conformance with Standard Building
Code 1991 Ed. w/ 1992 revisions, Basic
Wind Speed 70 mph (exposure C).
Seismic (EQ) Seismic Performance Cat. B
Snow Load(s) 20 lbs./sq. ft.
2. Deflection Limits
(under total load) '
Roof sheets and siding sheets L/180
Roof and wall framing other L/180
thansheets
Sidesway at top of sidewall L/180 or 2" whichever is less
C. Member Design: Design each member to withstand stresses resulting from combinations of ,
loads that produce maximum ratio of actual allowable stress in that member, as prescribed
in Standard Building Code. No reduction in roof live load is permitted.
1.3 SUBMITTALS: 1
A. Product Data: Submit manufacturer's product information, specifications and installation
13120-2 '
Li
instructions for hangar components and accessories.
B. Shop Drawings: Submit three (3) copies of complete erection drawings showing anchor
bolts settings, sidewall; endwall, and roof framing, transverse cross sections, covering and
trim details, and accessory installation details to clearly indicated proper assembly of hangar
' components. Drawings shall contain seismic certifications.
C. Certifications: Submit written Certification prepared and signed by a Professional
Engineer, registered to practice in the State where building is to be erected, verifying that
the building design meets indicated loading requirements and codes of authorities having
jurisdiction.
ID. Foundation Loads: Submit design loads to foundations for each load case at each column
base.
Submit two weeks prior to fabrication of reinforcement and any structural excavation.
'
E. Samples: Submit samples of the following. Engineer's review will be for color and texture
only. Compliance with the other product requirements, as specified in these specifications,
' is responsibility of the Contractor and the metal building manufacturer.
1. 12" long by actual width of roofing and siding panels, with required finishes.
' 2. Fasteners for application of roofing and siding panels.
3. Sealants and closures.
• F. Seismic Certification: Certification by Registered Professional Engineer shall include
seismic design certification conforming to Arkansas Act 1100 of 1991.
' 1.4 DELIVERY, STORAGE AND HANDLING
Deliver and store pre -fabricated components, sheets, panels, and other manufactured items
'
so they will not be damaged or deformed. Stack materials on platforms or pallets, covered
with tarpaulins or. other suitable weathertight ventilated covering. Store metal sheets or
panels so that weather accumulations will drain freely. Do not store sheets or panels in
'
contact with other materials which might cause deflecting.
' 1.5 WARRANTY
•' A. Roofing and Siding Panel Finish Warranty: Furnish the roofing and siding panel
manufacturer's written warranty, covering failure of the factory -applied exterior finish on
metal wall and roof panels within the warranty period. This warranty shall be in addition to
' and not a limitation of other rights the Owner may have against the Contractor under the
Contract Documents.
• B. Warranty period for factory -applied exterior finishes on wall and roof panels is 20 years
• after the date of Substantial Completion.
I
' 13120-3
1.6 COORDINATION
Certain dimensions where so indicated on the drawings may be varied to accommodate
the pre-engineered hangar system used. The contractor is responsible for coordinating
these dimensions and the foundation details with the building supplier, reinforcing steel
supplier, subcontractors, his forces and any other affected parties to assure a complete,
sound and finished project.
PART 2- PRODUCTS ,
2.1 MATERIALS
A. Hot -Rolled Structural Shapes: ASTM A 36 or A 572.
B. Tubing or Pipe: ASTM A 500, Grade B; ASTM A 501; or ASTM A 53.
C. Members Fabricated from Plate or Bar Stock: 42,000 psi minimum yield strength; ASTM
A 529, A 570, or A 572.
D. Members Fabricated by Cold Forming: ASTM A 607, Grade 50. '
E. Galvanized Steel Sheets: ASTM A 446 with G90 coating; "Class" to suit building
manufacturer's standards. '
F. Anchors Bolts: A307 non -headed, Grade C.
2.2 STRUCTURAL FRAMING COMPONENTS
A. Steel Frames: Hot rolled structural steel shapes or tubing. Factory welded and shop '
painted. The main structural steel frames may be of post and beam or rigid frame at the
Contractor's option. All frames shall be designed as pinned base. Furnish complete with
attached plates, bearing plates, and splice members. Factory drilled for bolted field
assembly.
B. End Wall Framing: May be post and beam or rigid frame at contractor's option, unless '
shown otherwise on drawings.
C. End Wall Columns: Hot rolled structural shapes or tubing. Shop painted.
D. Rod Bracing: Adjustable, threaded steel rods, ''/2" diameter minimum; ASTM A 36 or A
572, Grade D.
1. Secondary Framing: Purlins, eave struts, wall girts, flange and sag bracing;
minimum 16 gage rolled formed sections. Shop painted.
2. Base channel, sill angle, end wall structural members (except columns and beams), ,
purlin spacers; minimum 14 gage cold formed steel, galvanized.
E. Bolts: ASTM A 325 as necessary for design loads and connection details. Shop painted,
except provide zinc plated units when in direct contact with panels.
13120-4 '
I
2.3 ROOFING AND SIDING
A. General: ProvideS roofing and siding sheets formed to general profile or configuration as
indicated. Provide flashings, closers, fillers, metal expansions joints, ridge covers, fascias,
soffits and other sheet metal accessories, factory formed of same materials and finish as
roofing and siding. Provide products by Erect A -Tube, Inc., or an approved equal.
B. Siding Sheets:
heets:
' 1. Wall sheet shall be 26 Ga. galvalume coating conforming to ASTM specification
A446 with a siliconized polyester coating. Panel configuration shall be 1-1/8" min.
' major ribs 12" on center. Wall sheet shall be furnished full height.
2. Siliconized polyester coating shall be provided by Dexter Midland Division, The
Dexter Corporation, and shall be Dexstar 850, or approved equal, and conform to
ASTM D-523-67 (72) (1), ASTM D-2794-74, ASTM D-968, ASTM D-2247-68,
ASTM B-117-68.
3. Exterior trim pieces shall be provided in manufacturer's standard configuration and
attachment. Trim finish shall conform to siding finish.
4. Fasteners to be self -drilling sheet metal screws finished to match siding. Fasteners
shall have bonded sealing washers.
5. Finish color shall be selected by the Engineer from manufacturer's standard color line
'• for siding, trim and fasteners.
C. Roof System:
1. All Roofing: Roof sheets shall be 26 Ga. galvalume coating conforming to ASTM
specification A-792 with panel configuration with 1-1/8" min. high major ribs 12" on
center. Panel coverage shall be 36" and shall be furnished full length from building
'• eave to ridge purlin. A pre -formed ridge cap shall be provided.
2. Galvalume coating shall be as provided by Bethlehem Steel Corporation, Bethlehem,
PA 18016.
3. Furnish written twenty-year (20) warranty on material life and weather tightness.
' 2.4 MISCELLANEOUS MATERIALS
A. Flexible Closure Strips: Closed -cell, expanded cellular rubber, self -extinguishing, cut or
' premolded to match corrugation configuration of roofing and siding sheets. Provide where
indicated and necessary to ensure weathertight construction.
'• B. Sealing Tape: 100% solids, pressure sensitive grey polyisobutylene compound tape with release paper backing. Not less than %2" wide and 1/8" thick, nonsag, nontoxic, nonstaining
and permanently elastic.
C. Joint Sealant: As standards with the building manufacturer.
I
' 13120-5
I
2.5 SHEET METAL ACCESSORIES
A. General: Unless otherwise indicated, provide coated steel accessories with coated steel
roofing and siding; coating shall be same as adjoining sheets and shall be fully covered by
guarantee for adjoining sheets.
2.6 BI -FOLD HANGAR DOORS
A. Bi-fold doors shall be as manufactured by Erect -A -Tube, Inc., or an approved equal, and ,,
shall be integral with hangar building design. Door framing members shall be welded in
full size panels. Door frames shall have pre -located top hinges factory located to align
with door truss hinges. Structural steel shall be ASTM, A36, A572 or A500 Grade B.
B. Electric bi-fold door operator shall be mounted on support frame and shall be provided
with adjustable turnbuckles and fastened securely. Motor shall be'/. H.P. 230 V.A.C.
single phase thermally protected and supplied with a reset button. Motor shall be totally
enclosed capacitor start. Cable drum shall be a direct drive drum by shaft mounted
gearbox. Gearbox shall be oil bath two -stage gearbox, bronze worm gear, hardened steel
spur gears, tapered roller and ball bearings. Door operator shall be pre -wired at factory
complete with momentary up constant pressure down push button control, magnetic '
controllers, geared rotary limit switch attached to cable drum designed to coordinate
reversing operations, spring set electric brake, and up -stop safety switch; mercury tilt type
to disconnect power in case of over travel. Power connection shall be by heavy duty 230 '
volt plug for easy connection.
C. Bi-fold door hardware shall include 3" dia. bottom guide roller with sealed bearing and '
column followers, door side cam locks shall be self unlatching type with white vinyl pull
handles attached to vertical end members, center cane bolt pin 1" dia. minimum and
embedded floor sockets, 16" minimum center plated door poppers and skid plates, all
require hinge pins, 3/16" dia. 7x19 galvanized aircraft cables with wire rope clips and -
thimbles, bottom and top 2 ply rubber astragals, 5" dia. steel sheave wheels with ball
bearings.
D. Bi-fold door shall be installed according to manufacturer's installation instructions.
E. Each Bi-fold door shall be provided with 3'-0" x 6'-0" steel entry door, 26 Ga. trim
package, weatherstripping, lockset keyed and master keyed. '
PART 3— EXECUTION
3.1 ERECTION
A. General: Erection shall be as specified and in accordance with the approved erection
instructions and drawings. Finished structure shall be proven weathertight. Dissimilar
materials which are not compatible when contacting each other shall be insulated from each
other by means of gaskets or insulating compounds. Improper or mislocated drill holes
13120-6 '
[I
1
1
Li
I
1
I
H
H
I
I
1
[1
I
I
I
I
I
where permitted by the Engineer shall be plugged with an oversize screw fastener and
gasketed washer; however, sheets with an excess of such holes or with such holes in critical
locations shall not be used. Exposed surfaces shall be kept clean and free from sealants,
metal cuttings, and other foreign materials. Stained, discolored or damaged sheets shall be
removed from the site.
B. Framing and Structural Members: Anchor bolts shall be accurately set by template while
the concrete is in a plastic state. Uniform bearing under base plates and sill members shall
be provided using a nonshrinking grout when necessary. Members shall be accurately
spaced to assure proper fitting of covering. As erection progresses, the work shall be
securely fastened to resist the dead load, and wind and erection stresses.
3.2 WALL COVERING
A. Wall covering shall be applied with the longitudinal configurations in the vertical position.
Accessories shall be fastened into framing members, except as otherwise approved.
Closure strips shall be provided as indicated and where necessary to provide weathertight
construction.
B. Lan for Wall Panels: Eliminate end laps to greatest extend possible. Where required, end
laps shall be made over framing members with fasteners into framing members
approximately 2 inches from the end of the overlapping sheet. Side laps shall be laid away
from prevailing winds. Side lap distances, end lap distances, joint sealing, and spacing and
fastening of fasteners shall be in accordance with the manufacturer's standard practice
insofar as the maximum spacings specified are not exceeded and provided such standard
practice will result in a structure which will be free from water leaks and meet design
requirements. Exposed fasteners shall be installed in straight lines and shall present an
orderly appearance. Spacing shall not exceed: 8 inches on center at end laps of covering,
12 inches on center at connection of covering to intermediate supports, and 18 inches on
center at side laps of wall coverings except when otherwise approved. Method of applying
joint sealant shall conform to the manufacturer's recommendation. Fasteners shall be
installed in straight lines within a tolerance of V2 inch in the length of a bay. Fasteners shall
be driven normal to the surface and to a uniform depth to properly seat the gasketed
washers.
33 ROOF COVERING
A. Roof Panels: Roof panels shall be fastened to framing members with self -drilling fasteners
standard with the manufacturer. Spacing of fasteners shall be in accordance with the
manufacturer's written instruction. Interlocking ribs shall be sealed. End laps of covering
sheets and joints at accessories shall be sealed. Roof covering shall be applied with the
longitudinal configurations in the direction of the roof slope. Closure strips shall be
provided and as required to provide weathertight installation.
3.4 FIELD PAINTING
Immediately upon detection, abraded or corroded spots on shop -painted surfaces shall be
wire brushed and touched up with the same material used for the shop coat. Shop -primed
ferrous surfaces exposed on the building and all shop -primed surfaces of doors and
I
13120-7
windows shall be painted per Division 09900. Factory color finished surfaces shall be
touched up as necessary with the manufacturer's recommended touch-up paint.
3.5 GUARANTEE
A. The building shall be guaranteed against water leaks arising out of or cause by ordinary
wear and tear by the elements for a period of five years. Such guarantee shall start upon
acceptance of the work or the date the Owner takes beneficial possession, whichever is
earlier.
B. The Contractor shall furnish manufacturer's guarantees for roof and wall panels.
END OF SECTION
I
13120-8
I
I
I
S
I
I
I
71
I
I
I
SECTION 16010 - BASIC ELECTRICAL REQUIREMENTS
1.1 WORK INCLUDED
A.
Secondary electrical service.
B.
Excavation and backfill for electrical work.
C.
Temporary electrical service.
D.
Secondary power wiring and distribution system.
E.
Lighting, including lamps.
F.
Wiring devices.
G.
Electrical control systems and interlock wiring.
H.
Wiring for built-in equipment.
1.2 RELATED WORK SPECIFIED UNDER OTHER DIVISIONS
A.
Foundations and pads required for equipment furnished under this division of
specifications.
B.
Field painting, except such painting as is required to maintain shop coat
painting and factory finish painting.
C.
Electrical control systems and interlock wiring as required by mechanical
drawings, specifications or manufacturer's schematics.
D.
Flashing of conduits into roofing and outside walls.
E.
Heating, ventilating, and air conditioning equipment.
F.
Plumbing equipment.
G. Comply with all requirements of Division 1.
1.3 QUALITY ASSURANCE
A. It is understood that the rights and benefits given to the Owner by the
guarantees found in the technical specifications are in addition to and not in
derogation of any rights or benefits found in the special and general provisions
of the contract.
B. Any
electrical equipment
provided under this Division shall be
turned over to
the
Owner in operating
condition. Instruction on further
operation and
maintenance shall be included in the operating and maintenance
instructions.
H
I
1.4 STANDARDS
A. Perform work specified in Division 16 in accordance with standards listed
below. Where these specifications are more stringent, they take precedence.
In case of conflict, obtain a decision from the Engineer.
1. NFPA-70: National Electrical Code (1996 edition).
2. NEC 513: Aircraft Hangars (1996 edition).
' 16010-1
I
1.5
3. NFPA-409: Aircraft Hangars (1996 edition).
4. NFPA-101: Life Safety Code (1996 edition).
5. Applicable State Energy Code (current edition).
6. Applicable State Building Code (current edition).
7. Applicable City Electrical Code (current edition).
8. Applicable City Ordinances pertaining to electrical work.
B. Submittals shall comply with the General and Special Provisions.
C. Submit complete descriptions, illustrations, specification data, etc., of all
materials, fittings, devices, fixtures, special systems, etc., as required by the
individual sections of this Division.
D. Submittal of shop drawings, product data and samples will be accepted only
when submitted by The Contractor. Data Submitted from subcontractors and
material suppliers directly to the Engineer will not be processed.
E. All submittals shall provide the following information:
1. General Contractor.
2. Sub -Contractor
3. Distributor and/or Supplier.
4. Sales Agency.
5. Submittals not supplying this information will be rejected.
F. Shop Drawings: In addition to the above, submit in reproducible form with two
prints made by a process approved by the Engineer, shop drawings for major
materials where called for and when requested by the Engineer.
1. Panelboards, surge arresters, and safety switches.
2. Motor starters including custom wiring diagrams.
3. Lighting fixtures and lamps.
4. Wire, cable, and conduit.
5. Wiring devices and plates.
G. Upon approval, the reproducible form of shop drawings shall be returned to
the Contractor who shall then furnish the number of additional prints required
by the special conditions of the specification.
OPERATING AND MAINTENANCE MANUALS
A. Three sets of the following data are required: '
1. Operating and maintenance instructions.
2. Spare parts lists.
3. Copies of approved submittal data.
4. Names and telephone numbers of personnel to contact for both routine
periodic and warranty service for equipment and materials provided
under this Division.
B. Arrange each set of data in an orderly way, and bind each set in a separate 3 -
ring,
hard -cover binder.
C. As soon as data accumulates, prepare one of the sets and deliver to the -.
16010-2
I
Engineer. Continuously update this set as additional data is obtained.
D. Within 30 days of the completion of the work, submit the three (3) complete
sets of data to the Engineer.
I1.6 DELIVERY AND STORAGE
A. Insofar as possible, deliver items in manufacturer's original unopened
packaging. Where this is not practical, cover items with protective materials to
' keep them from being damaged. Use care in loading, transporting, unloading,
and storage to keep items from being damaged.
' B. Store items in a clean dry place and protect from damage.
1.7 RECORD DRAWINGS
IA. Project Record drawings shall be maintained in accordance with the General
Provisions.
' 2 -PRODUCTS
' 2.1 MATERIALS AND EQUIPMENT
A. All materials and equipment used in carrying out these specifications to be
American made unless approved otherwise by the Engineer and to be new and
' have UL listing, or listing by other recognized testing laboratory when such
listings are available. Specifications and drawings indicate name, type, or
catalog numbers of materials and equipment to be used as standards.
Proposals shall be based on these standards. Contractor may use materials
and equipment equivalent to those specified, subject to Engineer approval.
1'�
3.1 COORDINATION
H
I
I
A. Carefully examine specification and drawings to be thoroughly familiar with
items which require electrical connections and coordination. (Electrical
drawings are diagrammatic and shall not be scaled for exact sizes.)
B. Notify other tradesmen of any deviations or special conditions necessary for
the installation of work. Interference between work of various contractors
shall be resolved prior to installation. Work installed not in compliance with
specifications and drawings and without properly checking and coordinating as
specified above shall, if necessary, be removed and properly reinstalled
without additional cost to the Owner. Engineer to be mediating authority in all
disputes arising on project.
C. Equipment shall be installed in accordance with manufacturer's
recommendation. Where conflicts occur between contract documents and
these recommendations, a ruling shall be requested of the Engineer for
decision before proceeding with such work.
I
16010-3
I
D. Insofar as it is possible to determine in advance, advise masonry tradesmen to
leave proper chases and openings. Place all outlets, anchors, sleeves, and
supports prior to pouring concrete or installation of masonry work. Should
contractor neglect doing this, any cutting and/or patching required to be done
is at this contractor's expense.
3.2 CUTTING AND PATCHING
A. Repair or replace routine damage caused by cutting in performance of work
under this Division.
B. Correct unnecessary damage caused due to installation of electrical work,
brought about through carelessness or lack of coordination.
C. Holes cut through floor slabs to be core drilled with drill designed for this '
purpose. All openings, sleeves, and holes in slabs to be properly sealed, fire
proofed and water proofed.
D. Repairs to be performed with materials which match existing materials and to
be installed in accordance with appropriate sections of these specifications.
3.3 TRENCHING, EXCAVATION, BACKFILLING, AND REPAIRS
A. Provide trenching, excavation, and backfilling necessary for performance of
work under this Division.
B. Provide sheathing, shoring, dewatering, and cleaning necessary to keep
trenches and their grades in proper condition for work to be carried on.
C. Trenches shall be excavated six inches below elevation of bottom of conduit.
Trench shall then be filled to proper elevation with crushed stone or sand,
tamped firm and even.
D. During backfill, the final layer of fill shall be topsoil. Backfilling shall be done
carefully and surface restored to its original condition. Backfill may be crushed
stone, sand, or earth up to final topsoil layer, but in no case shall it contain
large rocks, tree roots, trash and debris.
E. Trenching and excavation shall be unclassified. No extra will be paid in event
that rock is encountered.
3.4 FOUNDATIONS AND PADS ,
A. Foundations and pads required for equipment shall be provided as indicated.
Proper size and location of foundations, pads and anchor bolts shall be
determined under this Division.
3.5 TESTS
A. On completion of work, installation shall be completely operational and entirely
free from ground, short circuits, and open circuits. Perform a thorough
operational test in presence of the Engineer. Furnish all labor, materials and
instruments for above tests.
16010-4
1
I
B. Furnish the Engineer, as part of closing file, a copy of such tests including
identification of each circuit and readings recorded, also the main service
' ground resistance test as described in Section 16452 of these specifications.
Test information to be furnished to the Engineer includes ampere readings of
all panels and major circuit breakers, isolation resistance reading of motors and
' transformers.
C. Prior to final observation and acceptance test all electrical systems and
equipment shall be in satisfactory operating condition. Including, but not
' limited to the following:
1. Electrical distribution system.
' 2. Electric motors for all equipment.
3.6 INSPECTION FEES AND PERMITS
IA. Obtain and pay for all necessary permits and inspection fees required for
electrical installation.
B. Contractor shall coordinate with utility companies and shall be responsible for
'
all underground differential costs charged by the utilities.
3.7 IDENTIFICATION OF EQUIPMENT
1 A. Properly identify the following:
• ' 1. Main distribution panel and individual devices within it.
2. Panelboards and individual devices within it.
3. Safety switches and disconnects.
4. Individually mounted circuit breakers.
5. Relays.
B. Use permanently attached black phenolic plates with 1/4" white engraved
' lettering on the face of each, attached with two sheet metal screws. Starters
and relays connected under this Division shall be identified whether furnished
under this Division or under other Divisions of this contract.
C. Panelboard identification plates shall indicate panel by name.
3.8 TEMPORARY LIGHTS AND POWER
1 A. Provide a temporary electrical lighting and power distribution system of
adequate size to properly serve the following requirements, including adequate
1 feeder sizes to prevent excessive voltage drop. Temporary work to be
installed in a neat and safe manner in accordance with the National Electrical
Code Article 305, and as required by OSHA or applicable local safety codes.
' B. The Contractor will pay for power consumption.
C. Coordinate prior to installation to determine whether single phase or three-
phase service is desired.
END OF SECTION
16010-5
1
Li
I
L
[.J
Ii
L
I
LI
I
I
I
L
I
I
L
L
J
1
I
Ii
SECTION 16100 - RACEWAYS AND CONDUIT SYSTEMS
1 -GENERAL
' 1.1 WORK INCLUDED
A. Comply with the provisions of Section 16010.
' B. Provide a complete conduit system with associated couplings, connectors, and
fittings.
C. Provide conduit types in accordance with this specification unless noted
otherwise in the drawings.
1.2 RELATED WORK
IA. Section 16190: Supporting Devices and Hangers.
1.3 SUBMITTALS
A. Submit product data as required by Section 16010.
2 -PRODUCTS
' 2.1 ACCEPTABLE MANUFACTURERS
A. Rigid and IMC conduit shall be hot dipped, galvanized, or electrogalvanized
steel by Allied, General Electric, Republic, Triangle, Wheatland or approved
equal.
B. PVC conduit shall be Canon or approved equal. Schedule 40, 90 degrees C
rated.
C. Associated couplings, connectors and fittings shall be steel as manufactured
tby Raco, or approved equal. Catalog numbers used below are those of Raco.
D. Erickson couplings shall be used where neither length of conduit can be
rotated.
E. Conduit connectors shall be double locknut type, setscrew type, or
compression type connectors.
F. Conduit, connectors, couplings and fittings shall be UL listed and labeled.
G. Aluminum conduit shall NOT be used.
H. Utilize double locknut with bushing or locknut and approved bushing for
' threaded conduit installations in accordance with NEC.
I. All raceways shall comply with wiring method requirements of NEC 501 and
NEC 513.
I
16100-1
I
I
2.2 INTERMEDIATE METAL CONDUIT (IMC)
A. Intermediate Metal Conduit (IMC) may be used where conduit is to be:
1. Installed for interior above grade feeders.
2. Installed exposed above 12 feet.
3. Installed in wet locations.
2.3 RIGID STEEL CONDUIT (RSC)
A. Use Rigid Steel Conduit (RSC) where conduit is to be:
1. Installed underground or concealed below slabs.
2. Exposed to severe mechanical damage.
3. Installed exposed below 8 feet, when permitted by plans and specifications.
2.4 POLYVINYL CHLORIDE (PVC) '
A. Install as indicated on plans for extension of existing concrete encased
electrical ducts. '
3. - EXECUTION
3.1 INSTALLATION
A. Minimum size of conduits shall be '/2- interior and 1 exterior. Minimum size
for conduit homeruns shall be % interior.
B. Conduit joints shall be cut square, threaded, reamed smooth, and drawn up
tight so conduit ends will butt in couplings, connectors and fittings.
C. Make bends• or offsets with standard ells or field bends with an approved
bender.
D. Raceways shall be concealed within finished walls, ceilings, and floors unless
noted otherwise. Run concealed conduits in direct line with long sweep bends
or offsets. Run exposed conduits parallel to and at right angles to building
lines. Group multiple conduit runs in banks.
E. Secure conduits to boxes and cabinets with double,locknuts and bushings so
system will be electrically continuous.
F. Provide grounding bushings on all feeder conduits.
G. Cap ends of conduits to prevent entrance of water and other foreign material
during construction.
H. Complete conduit systems before pulling conductors.
16100-2
1
I
I. Support conduits as specified in 16190 and in accordance with National
Electrical Code.
J. Provide cable supports in conduits rising vertically in accordance with the
National Electrical Code, Article 300-19.
K. Provide No. 12 AWG copper pull wires or nylon cord in all empty conduits.
L. Conduits that pass through floor slabs (except ground floor) shall be sealed
' with concrete grout. Seal around conduits or other wiring materials passing
through partitions, which extend to the underside of the slab above, and those
passing through smoke partitions and fire rated walls. Use grout or drywall
cement to prevent passage of smoke or fire.
M. Where IMC or RSC conduit is installed in a cabinet, junction box, pull box or
auxiliary gutter, conductors shall be protected by insulated bushings. Locknuts
shall be installed on conduit outside and inside enclosure.
N. Where conduits stub up in conduit space beneath switchgear and do not
' connect directly to equipment enclosures, install malleable iron nylon insulated
ground bushing complete with bonding screw, bond to switchboard ground
bus.
' O. In concrete slabs block up conduit from forms and securely fasten in place.
Conduits in slabs shall have a minimum of 1-1/2" concrete coverage above
and below. Stuff boxes and cork fittings to prevent entrance of water.
' P. Conduits for feeders and branch circuits shall be terminated directly into
panelboard enclosure without the use of pull boxes, junction boxes, wire
' ways, or auxiliary gutters, unless the panelboard enclosure does not provide
sufficient surface area for all conduits. Where such cases exist, the contractor
shall notify the Contracting Officer. In no case shall splices in such boxes and
wire ways be permitted.
Q. Failure to route conduit through building without interfering with other
equipment and construction shall not constitute a reason for an extra charge.
' Equipment, conduit, and fixtures shall fit into available spaces in building and
shall not be introduced into building at such times and manner as to cause
damage to structure. Equipment requiring servicing shall be readily accessible.
R. Conduits shall be mechanically and electrically continuous from outlet to outlet
and from outlets to cabinets, pull or junction boxes.
' S. Provide coated rigid steel conduit when conduit is run underground and below
slabs on -grade for the secondary service entrance.
' U. Do not attach conduit to ceiling support wires or main runners. Do not attach
conduit to ductwork support or ductwork.
Iv. Arrange conduit to maintain headroom; do not obstruct walkways and
doorways; and present neat appearance.
W. Route conduit in and under slab from point-to-point.
1
16100-3
X. Do not cross conduits in slab
Y. Maintain adequate clearance between conduit and piping.
Z. Maintain 12 -inch clearance between conduit and surfaces with temperatures
exceeding 104°F.
AA. Use conduit hubs to fasten conduit to boxes in damp and wet locations and
cast boxes.
BB. Avoid moisture traps; provide junction box with drain fitting at low points in
conduit system.
CC. Provide suitable fittings to accommodate expansion and deflection where
conduit crosses control and expansion joints.
DD. Identify conduit under provisions of Section 16195.
EE. Conceal conduit in all areas except mechanical and electrical rooms,
connections to motors, and connections to surface -mounted cabinets or where
noted on Drawings.
FF. Install all conduits within the building except where specifically noted.
GG. Repair any damage done to installation or interior vapor barrier.
HH. Fill conduits that can admit air to or release air from air plenums through the
connecting conduit systems with sealing compound.
END OF SECTION
16100-4
I
SECTION 16120 - CONDUCTORS - 600 VOLTS AND BELOW
' 1 GENERAL
1.1 WORK INCLUDED
A. All work specified in this section shall comply with the provisions of Section
16010.
1 B. Provide a complete system of conductors for lighting and power throughout
the building.
' C. All conductors to be continuous from origin to panel or equipment termination
without splices where possible. Where splices and taps are necessary or are
' required, they shall be made in splice boxes.
D. Refer to schedule on drawings for sizes of conductors.
1.2 RELATED WORK
A. Section 16100 - Raceways and Conduit Systems
1.3 SUBMITTALS
A. Submit product data as required by Section 16010.
2. -PRODUCTS
2.1 CONDUCTORS
A. For service entrance and underground installations, provide type USE
conductors.
B. Provide 98% conductivity copper conductors with 600 -volt insulation for all
' conductors No. 12 AWG and No. 10 AWG, provide solid type THWN/THHN.
For all conductors No. 8 AWG and larger, provide stranded type
MTW/THWN/THHN. For all conductors No. 14 AWG and smaller, provide
' solid type THWN/THHN.
C. Conductors shall be by Anaconda, General Cable, General Electric, Okonite,
' Rome, Triangle, or Southwire or approved equal.
D. Provide white or gray colored neutral conductors; provide black, color coded
phase conductors.
' E. Aluminum conductors shall NOT be used.
I
16120-1
3 - EXECUTION
3.1 INSTALLATION
A. Install pull boxes in branch circuits or feeders over 100' long.
B. Make all splices or connections only in outlet, pull or junction boxes.
C. Use powdered soapstone or pulling compound to pull conductors.
D. Deliver all conductor to jobsite new and in original wrapping, package or reel.
E. All conductors and connection shall test free of grounds, shorts, and opens.
F. Minimum size of wire for power and lighting shall be No. 12 AWG.
G. Provide No. 10 wire in lieu of No. 12 wire for any branch circuit in excess of
100' to prevent excessive voltage drop.
H. Use Ideal wing nuts, Scotchlok Type Y. R, G. or B, or approved equivalent
connectors for fixture connections at outlet boxes.
I. Make feeder taps and joints with OZ-Gedney type T, Pt, PM, or PTS or
approved equivalent clamp connectors as manufactured by Kupler, or with
approved compression sleeves. Wrap connectors with No. 10 electro-seal or
approved equivalent plastic filler and vinyl tape.
J. Leave a minimum of 8" slack wire in every outlet box whether it be in use or
left for future use.
K. Color code conductors as follows:
120/240 Volt
Phase A Black
Phase B Red
Neutral White
Ground Green
L. Use factory color -coded conductors where commercially available. When not
available, use black conductors and band with color tape.
M. All wiring shall be installed in conduit.
N. Verify that interior of building has been protected from weather.
0. Completely and thoroughly swab raceway before installing wire.
P. Use conductors not smaller than 14 AWG for control circuits and fire alarm
system wiring.
Q. Use No. 10 AWG conductors for 20 ampere, 1 20 -volt branch circuits longer
than 75 feet.
16120-2
R.
Pull all conductors into raceway at
same
time.
S.
Draw conductors into conduit only
after
conduit
system is complete. Install in
a manner so as not to damage insulation.
T. Neatly train and lace wiring inside boxes, equipment, and panelboards.
U. Clean conductor surfaces before installing lugs and connectors.
V. Make splices, taps, and terminations to carry full ampacity of conductors with
no perceptible temperature rise.
W. Use crimp connectors for copper conductor splices and taps, 6 AWG and
larger. Tape uninsulated conductors and connectors with electrical tape to
150 percent of insulation rating of conductor.
X. Use insulated spring wire connectors for connecting copper conductors to
busbars.
Y. Use bolted pressure connectors for connecting copper conductors to busbars.
END OF SECTION
16120-3
SECTION 16130 - OUTLET BOXES
1. GENERAL
1.1 WORK INCLUDED
A. All work specified in this section shall comply with the provisions of Section
16010.
B. Provide each fixture, switch, receptacle and other wiring device with a
galvanized outlet box of appropriate size and depth for its particular location
and use unless indicated otherwise. All items shall meet the requirements of
NEC 501 and 513.
1.2 RELATED WORK
A. Sections 16100: Raceways and Conduit Systems.
B. Section 16190: Supporting Devices and Hangers
1.3 SUBMITTALS
A. Submit product data as required by Section 16010.
2. -PRODUCTS
2.1 ACCEPTABLE MANUFACTURERS
A. Outlets and junction boxes shall be National Appleton, Raco, G.E., Steel City
or equal.
3. - EXECUTION
3.1 INSTALLATION
A. Locate boxes to prevent moisture from entering or accumulating within them.
B. Support outlet boxes independently of conduit, as required by the National
Electrical Code.
C. Provide 4" x 1-1/2" octagonal, 4" x 1-1/2" square or 4" x 2-1/8" square
ceiling outlet boxes.
D. Where required to hang a specific fixture, provide a fixture stud of the no -bolt,
self-locking type on ceiling outlets.
E. Provide 2-1/2" x 3-3/4" one gang masonry boxes for switches and receptacles
installed in concrete block walls not plastered. For increased cubic capacity,
provide 3-1/2" x 3-3/4" one gang masonry boxes. Where more than two
II
16130- 1
L
conduits enter the box from one direction, provide 4" square boxes with '
square cut device covers not less than 1" deep specifically designed for this
purpose. Use round edge plaster rings only if the block walls are to be '
plastered. Use sectional or gangable type outlet boxes only in drywall
construction.
F. Provide 4-1 1 /16" square outlet boxes with square cut device corners for block
walls or round edge plaster rings for plastered walls for telephone outlets and
private intercom interphones. Single gang device boxes are not acceptable.
G. Provide fittings with threaded hubs for screw connections and with the proper
type covers for switches and receptacles served by exposed conduit. Use
pressed steel outlet only for ceiling fixture outlets.
H. Provide conduits with threaded hubs and covers and with proper
configurations for all changes of direction of exposed conduits. Standard
conduit ells may be used if they do not interfere or damage or mar the
appearance of the installation.
I. Use boxes of sufficient cubic capacity to accommodate the number of ,
conductors to be installed. See Article 370 of the National Electric Code.
J. Effectively close unused openings in boxes with metal plugs or plates.
K. Set boxes so that front edges are flush with finished surfaces. '
L. Secure boxes to surfaces upon which they are mounted or embed boxes in
concrete masonry. Support boxes from structural members with approved
braces.
M. Install blank device plates on outlet boxes left for future use.
N. Provide bushings in holes through which cords or conductors pass.
O. Install boxes so that the covers will be accessible at all times.
P. Electrical outlet boxes may be installed in vertical fire resistive assemblies
classified as fire/smoke and smoke partitions without affecting the fire
classification, provided such openings occur on one side only in each framing
space and that openings do not exceed sixteen square inches. All clearance
between such outlet boxes and the gypsum board shall be completely filled
with joint compound or approved fire -resistive compound. The wall shall be
built around outlet boxes larger than sixteen square inches so as not to
interfere with the wall rating.
O. Install electrical boxes to maintain headroom and to present neat mechanical
appearance.
R. Do not install flush mounting boxes back-to-back in walls; provide minimum 6 -
inch
separation. Provide minimum 24 inches separation in acoustic and fire
rated walls.
S. Install flush mounting box without damaging wall insulation or reducing
1
16130-2
' effectiveness.
IT. Use cast outlet box in exterior locations exposed to the weather and wet
locations.
' U. Use 4 -inch square, 1-1/2 inch deep box with round tile ring in ceiling.
V. Large Pull Boxes: Boxes larger than 100 cubic inches in volume or 12 inches in
any dimension.
' 1. Interior Dry Locations: Use hinged enclosure.
2. Other Locations: Use surface -mounted cast metal box.
W. Locate outlets to clear piping, ductwork and other obstructions.
X. Install switch outlets within 6 inches of latch side of door, except where type
of construction dictates otherwise.
Y. Flush mount outlet boxes shown as WP (weatherproof) with a weatherproof-
' while -in -use gasketed cover and device.
Z. Flush mount outlet boxes shown as WP (weatherproof) and utilize a die-cast
aluminum type box with weatherproof -while -in -use gasketed cover and device.
Refer to Section 16140 - Wiring Devices for covers and devices.
AA. Provide insulating barriers in gang type switch boxes containing more than one
' switch when connected to different voltage systems or to different phases of
a 277 -volt system.
' BB. Mount receptacles in the janitor and building/grounds rooms at 48 inches
above the finished floor.
CC. Locate flush mounting box in masonry wall to require cutting or masonry unit
' comer only. Coordinate masonry cutting to achieve neat opening.
DD. Coordinate mounting heights and locations of outlets mounted above
' counters, benches and backsplashes.
EE. Position outlet boxes to locate luminaries as shown on reflected ceiling plan.
' FF. Protect outlet boxes from entrance of foreign materials, including paint, during
the construction period.
END OF SECTION
I
I
I
16130-3
I
ISECTION 16131 - PULL AND JUNCTION BOXES
' 1 -GENERAL
1.1 WORK INCLUDED
' A. All work specified in this section shall comply with the provisions of Section
16010.
B. Provide pull and junction boxes of appropriate size and depth as indicated on
the drawings and as specified hereinafter. All items shall meet the
requirements of NEC 501 and 513.
1.2 RELATED WORK
IA. Section 16100: Raceways and Conduit Systems
B. Section 16190: Supporting Devices and Hangers
' 1.3 SUBMITTALS
A. Submit product data as required by Section 16010.
' B. Accurately record actual locations and mounting heights of boxes.
' 2. -PRODUCTS
2.1 MATERIALS
' A. For interior work, provide galvanized sheet metal boxes of code thickness with
lapped and welded joints, 3/4" flanges, screw covers, etc.
' B. For exterior work, provide galvanized sheet metal boxes of code thickness
with lapped and welded joints, 3/4" flanges, bolted covers with full gaskets
' forming a completely raintight assembly, equal to Keystone Type KRC.
C. For exterior work in graded areas outside the building, provide heavy-duty
sidewalk junction boxes externally flanged for flush mounting. Covers to be
' fully gasketed, watertight and secured with plated screws or bolts. Equal to
Carton Type "PC" plastic type or approved equivalent. See drawings for size
and type cover.
D. Pull and junction boxes shall be National, Appleton, Raco, General Electric,
Steel City, or approved equal.
3. - EXECUTION
3.1 INSTALLATION
A. Provide junction boxes as shown on drawings and otherwise where required,
16131 - 1
I
sized according to number of conductors in box or type of service to be
provided. Minimum junction box size 4" square and 2-1/8" deep. Provide
screw covers for junction boxes. '
B. Use minimum 16 gauge steel for pull boxes and provide with screw cover.
C. Install boxes in conduit runs wherever necessary to avoid too long runs or too '
many bends. Do not exceed 100 runs without pull boxes.
D. Rigidly secure boxes to walls or ceilings. Conduit runs will not be considered
adequate support.
E. Install boxes with covers in accessible locations. Size boxes in accordance
with Articles 370 and 373 of the latest edition of the National Electric Code.
F. Do not install pull or junction boxes for joint use of line voltage and signal or
low voltage controls unless all conductors are insulated for the highest voltage
being used in the same box.
G. Install pull boxes and junction boxes above accessible ceilings and in
unfinished areas only.
H. Install boxes to preserve fire resistance rating of partitions and other elements,
using materials and methods as directed and approved by Engineer.
I. Boxes shall not be mounted to ceiling system, duct work, or other piping.
END OF SECTION
I
I
I
I
I
C]
16131 -2
['
' SECTION 16140 - WIRING DEVICES
1 -GENERAL
1.1 WORK INCLUDED
' A. All work specified in this section shall comply with the provisions of Section
16010.
B. Provide switches, receptacles, and other wiring devices as indicated on
drawings. All items shall meet the requirements of NEC 501 and 513.
1.2 SUBMITTALS
A. Submit product data as required by Section 16010.
B. Shop Drawings: Indicate dimensions, contact rating, amperage, color, and
NEMA configuration.
C. Product Data: Provide manufacturer's catalog information showing
dimensions, colors, NEMA configuration, amperage, and voltage.
' D. Manufacturer's Instructions:
1. Indicate application conditions and limitations of use stipulated by
product testing agency specified under regulatory requirements.
2. Include instructions for storage, handling, protection, examination,
preparation, operation and installation of product.
1.3 STANDARDS
A. NEMA WD 1 - 1983 (R1989) - General Purpose Wiring Devices.
• ' B. NEMA WD 6 - 1988 - Wiring Device Configurations.
C. ANSI/NFPA 70 — National Electrical Code (1996).
' 2. -PRODUCTS
2.1 ACCEPTABLE MANUFACTURERS
A. Hubbell, Bryant, Leviton, Slater, Arrowhart, Pass and Seymour, General
Electric, Daniel Woodhead or equal.
' B. Hubbell and Bryant numbers are used below.
2.2 SWITCHES
A. 20 -Amp, 120/277 VAC:
1. Single pole: Bryant 4901-I or Hubbell No. 1221-1.
2. Two pole: Bryant 4902-I or Hubbell No. 1222-I.
3. Three-way: Bryant 4903-I or Hubbell No. 1223-I.
4. Four-way: Hubbell No. 1224-1.
16140-1 986060
5. Single pole, weatherproof: Hubbell No. 1221 with No. 1795
weatherproof plate.
6. Single pole with pilot light (120 VAC): Hubbell No. 1221 -PL.
2.3 RECEPTACLES
A. 20 -AMP, 125 VAC:
1. Duplex type: Hubbell No. 5352-I.
2. Ground fault circuit interrupter: Hubbell No. GF-5352-IA.
3. Weatherproof type and cover: Hubbell No. GF5352-IA with weather
proof while in use cover.
4. Isolated ground type: Hubbell No. IG5362-I.
5. Quad type: Hubbell No. 420-I.
6. Quad type, surge suppression, isolated ground type: Two Hubbell No.
IG-8362-IS.
2.4 MISCELLANEOUS DEVICES
A. Flush mounted photo copy machine receptacle, 125 volt, 30 amp: Hubbell No.
9308.
B. Clock outlet: Hubbell No. 5235, install outlets 10'-0" above the finished floor
to center line in the workroom, 7'-6" above the finished floor to center line in
all other areas centered over the entrance door, unless otherwise noted.
C. Manual motor starter with heater unit: Bryant No. 10004 or Square "D" Class
2510.
3. - EXECUTION
3.1 INSTALLATION
A. Mounting:
1. Mount all switches 48" above the finished floor to center line of
switch unless noted otherwise.
2. Mount all receptacles 48" above the finished floor to center line of
receptacle unless noted otherwise.
3. Mount weatherproof receptacles vertically with "weatherproof while in
use" covers.
4. Verify other special mounting conditions and locate devices as
required.
B. Polarity: Properly wire all receptacles so that the hot wire, the neutral wire and
the ground wire connect to the proper terminal on all receptacles.
C. Grounding: Install all receptacles in boxes specified under Section 16130 and
install a No. 12 green ground wire from device grounding terminal to the outlet
box per National Electrical Code.
16140-2 986060
D. Receptacles shown on the drawings as "special mounting height" shall be
installed at mounting height indicated on drawings. Coordinate the installation
of all special mounting height receptacles with Engineer.
E. Verify wall openings are neatly cut and will be completely covered by wall
plates.
F. Verify branch circuit wiring installation is completed, tested, and ready for
connection to wiring devices.
G. Provide extension rings to bring outlet boxes flush with finished surface.
H. Clean debris from outlet boxes.
I. Install devices plumb and level.
J. Install switches with OFF position down.
K. Inspect each wiring device for defects.
L. Operate each wall switch with circuit energized and verify proper operation.
M. Verify that each receptacle device is energized.
N. Test each receptacle device for proper polarity.
0. Test each GFCI receptacle device for proper operation.
END OF SECTION
16140-3 986060
SECTION 16141 - DEVICE PLATES
1 -GENERAL
1.1 WORK INCLUDED
A. Comply with the provisions of Section 16010.
B. Provide device plates on all flush -mounted switches, receptacles, telephone
outlets and all miscellaneous devices. All items shall meet the requirements of
NEC 501 and 513.
1.2 RELATED WORK
A. Section 16140: Wiring Devices
1.3 SUBMITTALS
A. Submit product data as required by Section 16010.
2. -PRODUCTS
2.1 ACCEPTABLE MANUFACTURERS
A. Hubbell, Bryant, Slater, Arrowhart, Pass and Seymour, General Electric, Daniel
Woodhead, Leviton or equal. Hubbell catalog numbers are shown below.
2.2 DEVICE PLATES
A. Provide Hubbell 8200 nylon plates.
B. Provide 0.30 satin finish stainless steel in all mechanical and electrical
equipment rooms.
C. Provide brushed brass device plates for wiring devices located in paneled
areas. Provide cast alloy or stamped metal plates on all exposed boxes for
switches and receptacles.
z -EXECUTION
3.1 INSTALLATION
A. Install device plates in full contact with wall surface. Plates shall not project
out from the wall.
B. Install device plates in full contact with surface mounted box. Plates shall not
project out from the edge of the box.
C. Use jumbo size plates for outlets installed in masonry walls.
END OF SECTION
a
16141 - 1
' SECTION 16190 - SUPPORTING DEVICES AND HANGERS
1 GENERAL
1.1 WORK INCLUDED
' A. All work specified in this section shall comply with the provisions of Section
16010.
B. Provide a system of supporting devices and hangers for support or bracing for
conduit, electrical equipment, including safety switches, fixtures, panelboards,
outlet boxes, junction boxes, and cabinets. All items shall meet the
requirements of NEC 501 and 513.
1.2 RELATED WORK
' A. Section 16100: Raceways and Conduit Systems
B. Section 16130: Outlet Boxes
IC. Section 16131: Pull and Junction Boxes
D. Section 16470: Panelboards
E. Section 16476: Safety Switches
1.3 SUBMITTALS
A. Submittal for products furnished under this Section is not required.
9 -PRODUCTS
' 2.1 EQUIPMENT REQUIREMENTS
A. Provide appropriate supporting devices and hangers for electrical equipment,
as manufactured by Erico Products, Inc., Caddy Fastners, Steel City,
Minerallac, or equivalent.
1. Conduit clips
2. Beam clamps (universal and vertical flange)
3. Beam clamps (set screw type)
4. Combination push -in conduit clips
5. Combination conduit hanger clamps
6. Flexible conduit clips
7. Special combination conduit clips
' 8. One hole steel straps
9. Conduit hangers
' B. Anchors and fasteners:
1. Concrete Structural Elements: Use expansion anchors and preset
inserts.
2. Steel Structural Elements: Use beam clamps and welded fasteners.
3. Concrete Surfaces: Use self -drilling anchors and expansion anchors.
4. Hollow Masonry, Plaster, and Gypsum Board Partitions: Use toggle
bolts and hollow wall fasteners.
16190-1
II
5. Solid Masonry Walls: Use expansion anchors and preset inserts.
6. Sheet Metal: Use sheet metal screws.
7. Wood Elements: Use wood screws.
1
3. - EXECUTION
3.1 INSTALLATION
A. Secure conduits to within 3' of each outlet box, junction box, cabinet, fitting,
etc., and at intervals not to exceed ten feet (10') in accordance with currently
effective edition of the National Electrical Code.
B. Install clamps secured to structure for feeder and other conduits routed
against structure. Use drop rods and hangers to support conduits run apart
from the structure.
C. Provide and install suitable angle iron, channel iron or steel metal framing with
accessories to support or brace electrical equipment including safety switches,
fixtures, panelboards, etc.
D. Paint all supporting metal not otherwise protected, with rust inhibiting primer ,
and then with a finish coat if appropriate to match the surrounding metal
surfaces. (Prepainted, or galvanized support material is not required to be
painted or repainted).
E. Do not use chains, perforated iron, baling wire, or tie wire for supporting
conduit runs. Use of clips to support conduit to top of t -bar ceiling grid will
not be permitted.
F. For support of low voltage wiring not required to be in conduit, bundle cables
together in a neat manner using approved nylon tie wraps. Support bundled
cables with "J" hooks on telephone type bridle rings, a minimum of six feet on
centers. Clearly identify all differing types of cables being run and tag them
with tape indicating service, i.e., "telephone", etc. Provide identification tape
at minimum intervals of 25 feet on center and within each individual space.
G. Do not fasten supports to pipes, ducts, mechanical equipment and conduit. '
H. Obtain permission from Owner before drilling or cutting structural members.
I. Install surface -mounted cabinets and panelboards with minimum of four
anchors.
J. In wet and damp locations, use steel channel supports to stand cabinets and
panelboards one inch off wall.
K. Use sheet metal channel to bridge studs above and below cabinets,
panelboards and devices recessed in hollow partitions.
END OF SECTION
t
16190-2
1
L
SECTION 16195 -ELECTRICAL IDENTIFICATION
' 1 GENERAL
' 1.1 RELATED DOCUMENTS
A. Drawings and general provisions of Contract, including General and
Supplementary Conditions and Division 1 Specification Sections, apply to this
Section.
B. Requirements of the following Division 16 Sections apply to this section:
' 1. Section 16010: Basic Electrical Requirements.
1.2 DESCRIPTION OF WORK
1 A. This Section includes identification of electrical materials, equipment, and
installations. It includes requirements for electrical identification components
including but not limited to the following:
1. Buried electrical line warnings.
' 2. Identification labeling for raceways, cables, and conductors.
3. Operational instruction signs.
4. Warning and caution signs.
5. Equipment labels and signs.
B. Related Sections: The following Sections contain requirements that relate to
this Section:
1. Division 9 Section "Painting" for related identification requirements.
2. Division 16 Section 16120: "Conductors - 600 Volts and Below" for
' requirements for color coding of conductors for phase identification.
C. Refer to other Division 16 sections for additional specific electrical
identification associated with specific items.
1.3 SUBMITTALS
A. General: Submit the following in accordance with Conditions of Contract and
Division 1 Specification Sections.
B. Product Data for each type of product specified.
C. Schedule of identification nomenclature to be used for identification signs and
' labels.
D. Samples of each color, lettering style, and other graphic representation
required for identification materials; samples of labels and signs.
1.4 QUALITY ASSURANCE
IA. Electrical Component Standard: Components and installation shall comply with
NFPA 70 "National Electrical Code."
' 16195-1
L
1
2. -PRODUCTS
2.1 MANUFACTURERS
A. Available Manufacturers: Subject to compliance with requirements,
manufacturers offering products that may be incorporated in the Work include,
but are not limited to, the following:
B. Manufacturers: Subject to compliance with requirements, provide products by
the following:
1. American Labelmark Co.
2. Calpico, Inc.
3. Cole -Flex Corp.
4. Emed Co., Inc.
5. George -Ingraham Corp.
6. Ideal Industries, Inc.
7. Kraftbilt
8. LEM Products, Inc.
9. Markal Corp.
10. National Band and Tag Co.
11. Panduit Corp.
12. Radar Engineers Div., EPIC Corp.
13. Seton Name Plate Co.
14. Standard Signs, Inc.
15. W.H.Brady, Co. I
2.2 ELECTRICAL IDENTIFICATION PRODUCTS
A. Wire/Cable Designation Tape Markers: Vinyl or vinyl -cloth, self-adhesive,
wraparound,-cable/conductor markers with preprinted numbers and letter.
B. Plasticized Card Stock Tags: Vinyl cloth with preprinted and field -printed 1
legends to suit the application. Orange background, except as otherwise
indicated, with Eyelet for fastener.
C. Engraved, Plastic -Laminated Labels, Signs, and Instruction Plates: Engraving 1
stock melamine plastic laminate, 1/16 -inch minimum thick for signs up to 20
square inches, or 8 inches in length; 1/8 -inch thick for larger sizes. Engraved
legend in white letters on black face and punched for mechanical fasteners.
D. Baked -Enamel Warning and Caution Signs for Interior Use: Preprinted 1
aluminum signs, punched for fasteners, with colors, legend, and size
appropriate to the location.
E. Exterior Metal -Backed Butyrate Warning and Caution Signs: Weather -
resistant,
nonfading, preprinted cellulose acetate butyrate signs with 20 -gage,
galvanized steel backing, with colors, legend, and size appropriate to the
location. Provide 1 /4 -inch grommets in comers for mounting.
F. Fasteners for Plastic -Laminated and Metal Signs: Self -tapping stainless steel
screws or number 10/32 stainless steel machine screws with nuts and flat and
lock washers.
16195-2
I
' G. Cable Ties: Fungus -inert, self -extinguishing, one-piece, self-locking nylon cable
ties, 0.18 -inch minimum width, 50 -lb minimum tensile strength, and suitable
for a temperature range from minus 50 degrees F to 350 degrees F. Provide
ties in specified colors when used for color -coding.
3 - EXECUTION
' 3.1 INSTALLATION
A. Lettering and Graphics: Coordinate names, abbreviations, colors, and other
designations used in electrical identification work with corresponding
' designations specified or indicated. Install numbers, lettering, and colors as
approved in submittals and as required by code.
' B. Install identification devices in accordance with manufacturer's written
instructions and requirements of NEC.
C. Sequence of Work: Where identification is to be applied to surfaces that
require finish, install identification after completion of finish work.
1 D. Identify Raceways of Certain Systems with Colored junction boxes:
1. Fire Alarm System: Red
I. 2. Mechanical System: Blue
E. Pull, and Connection Boxes: Code -required caution sign for boxes shall be
pressure -sensitive, self-adhesive label indicating system voltage in black,
preprinted on orange background. Install on outside of box cover. Also label
box covers with identity of contained circuits. Use pressure -sensitive plastic
labels at exposed locations and similar labels or plasticized card stock tags at
concealed boxes.
F. Conductor Color Coding: Provide color coding for secondary service, feeder,
t and branch circuit conductors throughout the project secondary electrical
system as follows:
Phase 240/120 Volts
' A Black
B Red
' Neutral White
Ground Green
G. Use conductors with color factory -applied the entire length of the conductors
except as follows:
1. The following field -applied color -coding methods may be used in lieu
' of factory -coded wire for sizes larger than No. 10 AWG.
a. Apply colored, pressure -sensitive plastic tape in half -lapped
turns for a distance of 6 inches from terminal points and in
boxes where splices or taps are made. Apply the last two laps
16195-3
G
of tape with no tension to prevent possible unwinding. Use 1- '
inch -wide tape in colors as specified. Do not obliterate cable
identification markings by taping. Tape locations may be
adjusted slightly to prevent such obliteration. ,
H. Power Circuit Identification: Securely fasten identifying metal tags or
aluminum wraparound marker bands to cables, feeders, and power circuits in
vaults, pull boxes, junction boxes, manholes, and switchboard rooms with 1/4 -
inch steel letter and number stamps with legend to correspond with
designations on Drawings. If metal tags are provided, attach them with
approximately 55 -lb test monofilament line or one-piece self-locking nylon
cable ties.
Tag or label conductors as follows:
I
Multiple Circuits: Where multiple branch circuits or control wiring or
communications/signal conductors are present in the same box or
enclosure (except for three -circuit, four -wire home runs), label each
conductor or cable. Provide legend indicating source, voltage, circuit
number, and phase for branch circuit wiring. Phase and voltage of
branch circuit wiring may be indicated by mean of coded color of
conductor insulation. For control and communications/signal wiring,
use color coding or wire/cable marking tape at terminations and at
intermediate locations where conductors appear in wiring boxes,
troughs, and control cabinets. Use consistent letter/number conductor
designations throughout on wire/cable marking tapes.
2. Match identification markings with designations used in panelboards '
shop drawings, Contract Documents, and similar previously
established identification schemes for the facility's electrical
installations.
J. Apply warning, caution, and instruction signs and stencils as follows:
1. Install warning, caution, or instruction signs where required by NEC, '
where indicated, or where reasonably required to assure safe operation
and maintenance of electrical systems and of the items to which they
connect. Install engraved plastic -laminated instruction signs with
approved legend where instructions or explanations are needed for
system or equipment operation. Install butyrate signs with metal
backing for outdoor items.
2. Emergency Operating Signs: Install engraved laminate signs with white
legend on red background with minimum 3/8 -inch high lettering for
emergency instructions on power transfer, load shedding, or other
emergency operations,
K. Install equipment/system circuit/device identification as follows: '
1. Apply equipment identification labels of engraved plastic -laminate on
each major unit of electrical equipment in building, including central or
master unit of each electrical system. This includes communication/
signal/alarm systems, unless unit is specified with its own self-
explanatory identification. Except as otherwise indicated, provide '
single line of text, with 1/2 -inch -high lettering on 1 -1/2 -inch -high label
16195-4
I
L
H
I
I
H
I
I
I
L
IH
L
L
HI
H
I
(2 -inch -high where two lines are required), white lettering in black
field. Text shall match terminology and numbering of the Contract
Documents and shop drawings. Apply labels for each unit of the
following categories of electrical equipment.
a. Panelboards, electrical cabinets, and enclosures.
b. Access doors and panels for concealed electrical items.
c. Electrical panel
d. Motor control centers.
e. Motor starters.
f. Pushbutton stations.
g. Fire alarm master station or control panel.
h. Contactors.
L Control Devices.
j. Transformers.
L. Apply circuit/controlfitem designation labels of engraved plastic laminate for
disconnect switches, breakers, pushbuttons, pilot lights, motor control
centers, and similar items for power distribution and control components
above, except panelboards and alarm/signal components, where labeling is
specified elsewhere. For panelboards, provide framed, typed circuit schedules
with explicit description and identification of items controlled by each
individual breaker.
M. Install labels at locations indicated and at locations for best convenience of
viewing without interference with operation and maintenance of equipment.
END OF SECTION
I
16195-5
II
SECTION 16452 - GROUNDING
1. -GENERAL
1.1 WORK INCLUDED
A. All work specified in this section shall comply with the provisions of Section 16010.
B. The entire system of raceways and equipment to be grounded in accordance with
Article No. 250 of National Electrical Code and any local regulation or governing
authority. All items shall meet the requirements of NEC 501 and 513.
1.2 SUBMITTALS
A. Submit product data as required by Section 16010.
2. -PRODUCTS
2.1 QUALITY REQUIRED
A. Ground clamps: OZ-Gedney Electrical Manufacturing Company Type "CG", or
equal by Steel City or Appleton.
B. Raceways, conductors, outlet boxes, pull and junction boxes, to be furnished in
accordance with applicable sections of these specifications.
3. - EXECUTION
3.1 INSTALLATION
A. General:
1. Clean all conductive surfaces on equipment to be grounded, to assure
good electrical continuity.
2. Effectively bond all grounding conductors to grounding electrodes,
equipment enclosures and ground busses.
3. Locate all grounding attachments away from areas subject to physical
damage. Provide protective covering as required.
B. Service Entrance Main Distribution Panelboard/Building Ground:
1. A grounding electrode conductor shall be run from the main distribution
panel to a 3/4" x 10'-0" copper -clad ground rod.
2. Building steel shall be bonded to ground rods and main service with a
conductor the same size as in B.2. above.
16452 -1
C. Feeder/Branch Circuits
1. Feeder circuits to panels shall have a separate green grounding conductor
in conduit sized in accordance with Table 250-95 of the National Electrical
Code.
2. All branch circuits shall utilize metal conduit system as equipment
grounding conductor.
3. Flexible conduit will not be approved as achieving continuity of ground. All
flexible conduits shall have a jumper wire sized to ampacity of branch
breaker and to be connected to conduit system on both ends; this applies
to fixtures, motors, controls, etc.
3.2 TEST
A. Ground on main service to be tested to obtain no greater than 10 ohms using test
equipment similar to a "Biddle" test. Test data to be submitted to Contracting
Officer for approval and such approved test data to become a part of the final
brochure.
END OF SECTION
16452 -2
1
1
i
1
,,
1
1
1
1
i
1
I
1
1
1
1
1
i
SECTION 16470 - PANELBOARDS
' 1. GENERAL
' 1.1 WORK INCLUDED
A. All work specified in this section shall comply with the provisions of Section
16010.
' B. Provide panelboards of circuit breaker, dead -front safety type, UL labeled, and
meeting all applicable requirements of the National Electrical Manufacturers
1 Association.
C. Provide panelboards with lugs (both main lugs and branch circuit lugs) suitable
' and UL approved for both aluminum and copper conductors.
D. Provide electrically isolated neutral bars.
' E. Provide separate ground bars complete with lugs or connectors on bar.
F. Provide panelboards with sequence phased bus bars or distributed phase
' bussing for: 1 -phase, 3 -wire, 120/240 volts.
G. Provide panel doors equipped with chrome -plated locks and catches, all keyed
alike. Provide two keys for each lock. Provide fronts with adjustable
' indicating trim clamps.
H. Provide thermal magnetic circuit breakers that are fully rated and temperature
rated for a 40 degrees C ambient. Breakers to be quick -make, quick -break
type with trip indication shown by handle position other than ON or OFF and
with a common trip on all multi -pole breakers.
' I. Refer to drawings for numbers of branch circuits, their ratings, number of
poles, arrangements, etc.
J. Main distribution panel shall be UL listed suitable for use as service equipment.
K. Provide panelboards with copper bus bars.
' L. Provide surge arresters that meet all specification performance requirements as
indicated herein.
1.2 RELATED WORK
A. Section 16190 - Supporting Devices and Hangers
' B. Section 16452 - Grounding
1.3 SUBM17TALS
A. Submit product data as required by Section 16010.
16470 -1
'
I
B. Shop Drawings: Indicate outline and support point dimensions, voltage, main '
bus ampacity and phase, integrated short circuit ampere rating, circuit breaker
and fusible switch arrangement quantity and sizes, quantity of spaces, wire
size and quantity of main lugs, grounding bar location, neutral bar location,
weight, directory card location and type, type of lock, flush or surface cover.
C. Manufacturer's Installation Instructions: Indicate application conditions and
limitations of use stipulated by Product testing agency. Include instructions
for storage, handling, protection, examination, preparation, installation, and
starting of Product.
1.4 STANDARDS ,,
A. NECA (National Electrical Contractors Association) "Standard of Installation."
B. NEMA AB 1 - 1993 - Molded Case Circuit Breakers.
C. NEMA ICS 2 - 1993 - Industrial Control Devices, Controllers, and Assemblies. '
D. NEMA KS 1 - 1990 - Enclosed Switches.
E. NEMA PB 1 - 1990 - Panelboards.
F. NEMA PB 1.1 - 1991 - Instructions for Safe Installation, Operation and
Maintenance of Panelboards Rated 600 Volts or Less.
G. NFPA 70 - National Electrical Code (1996).
H. U.L. 67 - Panelboards.
I. U.L. 489 - Molded Case Circuit Breakers and Circuit Breaker Enclosure.
1.5 FIELD MEASUREMENTS
A. Verify that field measurements are as indicated on shop drawings. 1
2. -PRODUCTS '
2.1 ACCEPTABLE MANUFACTURERS
A. Panelboards shall be Square "D", G.E., Cutler -Hammer, Seimens, or equal. '
2.2 EQUIPMENT REQUIREMENTS
A. Lighting/miscellaneous power panelboards for 120/240 volts, 1 -phase, 3 -wire
service to be Square "D" type NQOD or equivalent with circuit breakers rated '
10,000 AIC or as indicated on the drawings. Provide 100% neutral and 50%
ground bus bars. Provide only copper bus bars.
B. Service entrance main distribution panelboard shall be labeled for service
entrance application use.
16470-2 ,
I
C. Provide NEMA 1 enclosures for interior use and NEMA 3R enclosures for
exterior use unless noted otherwise.
' D. Surge Arrester for Panelboard: Provide a TVSS on each distribution center or
panelboard as shown in the plans. Provide a TVSS of adequate size and type
for electric service entrance protection. The TVSS shall be connected to a
' circuit breaker within the panelboard. The TVSS shall be UL 1449 Second
Edition listed, have pilot lights indicating operational/trouble conditions, and
have dry contacts to indicate alarm status. The surge arrester shall be
' provided with an unlimited 5 -year warranty. The TVSS shall have the
following characteristics:
I
I
I
I
.1
I
I
I
Application
120/240 V rms, 1 Phase, 3 Wire + Ground
Enclosure
NEMA 4 Metal
Wire Size
#4 AWG minimum
Maximum Continuous
150 V rms Line -Neutral, 275 V rms Line -Line
Operating Voltage
Input Power Frequency
60 Hz
Peak Surge Current
80,000 Amperes per MODE, (8x20 µs waveform, single
impulse)
Life Cycle Test
3,500 Hits Minimum at CAT. C3, 20kV, 1 OkA, without failing
or degrading the UL 1449 rating more than 10%
EMI\RFI Filter
Equipped, UL 1283 Listed
Protection
Normal Mode (Line -Line, Line -Neutral)
Common Mode (Line -Ground, Neutral -Ground)
Bi-directional, Positive & Negative Impulses
CAT C1 -Impulse, 6,000 V. 3,000A: 400 Vpk (Line -Neutral)
Let -Through Voltage
CAT C3 -Impulse, 20,000 V, 10,000A; 550 Vpk (Line -Neutral)
UL 1449 Suppression Voltage
400 Volts Maximum, Line -Neutral, CAT Cl
Level
' 31 INSTALLATION
A. Ground separate ground bars to panel boxes and to the main service entrance
' ground bus with a code -sized grounding conductor installed in the same
conduit as the phase and neutral conductors. See Section 16452 - Grounding.
B. Install all circuits using a common neutral unless otherwise indicated in the
drawings. Installation shall be in accordance with the latest edition of the
National Electrical Code. Balance all circuits to achieve not greater than 10%
unbalanced neutral current in panel feeders.
16470-3
1
I
C. Height: 5'-6" to top of panelboard. '
D. Provide typed directory cards under plastic on the doors of lighting and branch
panelboards. Directories to indicate devices being served including space
numbers or space names in which devices or fixtures are located.
E. Install panelboards plumb. Install recessed panelboards flush with wall
finishes. Provide supports in accordance with Section 16190.
F. Provide filler plates for unused spaces in panelboards.
G. Dress conductors within panelboard and bundle with nylon cable ties.
H. Tighten all lugs and bolts to manufacturer's instructions. ,
1. Provide mounting board for all surface mounted panelboards. Minimum size
of 1-1/2 times the width and height of panelboard. Mount securely to wall.
J. Clean panelboard to remove all wire scraps, dirt and dust.
K. Repair scratches and other surface deflects with touch-up paint. Type of paint
shall be as indicated by manufacturer.
L. Visual and Mechanical Inspection: Inspect for physical damage, proper
alignment, anchorage, and grounding. Check proper installation and
tightness of connections for circuit breakers, fusible switches, and fuses.
END OF SECTION
I
I
I
I
L
I
16470-4
SECTION 16476 - SAFETY SWITCHES
1 -GENERAL
1.1 WORK INCLUDED
A. All work specified in this section shall comply with the provisions of Section
16010.
B. Provide horsepower rated, quick -make, quick -break, safety switches with the
number of poles and fuses as required. For 240 -volt switches, use heavy-duty
type with class R fuse clips. For service entrance switch, use heavy duty and
class RK1 fuses.
C. Switches to have arc shields, to be of enclosed construction and fusible or
non -fusible as indicated. Switches to be rated for either 250 -volt AC or 600 -
volt AC service as required.
D. All switches shall be capable of interrupting locked rotor current of motor
which it serves.
E. All switches shall have locking provisions.
1.2 SUBMITTALS
A. Submit product data as required by Section 16010.
B. Product Data: Provide switch ratings, enclosure dimensions. NEMA
classifications, and fuse clip type. Indicate equipment it serves.
C. Manufacturer's Instructions: Indicate application conditions and limitations of
use stipulated by Product testing agency specified under Regulatory
Requirements. Include instructions for storage, handling, protection,
examination, preparation, installation, and starting of Product.
1.3 STANDARDS
A. NEMA KS -1 - 1990 Enclosed and Miscellaneous Distribution Equipment
Switches (600 Volts Maximum).
B. NFPA 70 - National Electrical Code.
C. U.L. 98 - Enclosed Switches.
D. U.L. 977 - Fused Power Circuit Devices.
2. -PRODUCTS
2.1 QUALITY REQUIRED
A. Switches shall be General Electric, Square "0", Cutler -Hammer, Westinghouse
or equal.
16476 -1
I
B. Enclosures: NEMA KS 1, NEMA 1 for interior use and NEMA-3R for exterior
use, unless noted otherwise.
C. Fusible Switch Assemblies: NEMA KS 1, Type HD load interrupter enclosed
knife switch with externally operable handle interlocked to prevent opening
front cover with switch in ON position. Handle lockable in OFF position. Fuse
clips shall be rejection type designed to accommodate Class R fuses.
D. Non -fusible Switch Assemblies: NEMA KS 1, Type HD load interrupter ,
enclosed knife switch with externally operable handle interlocked to prevent
opening front cover with switch in ON position. Handle lockable in OFF
position.
3. - EXECUTION
3.1 INSTALLATION REQUIREMENTS ,
A. Provide dual -element type fuses (fusetrons) for any fusible safety switch
serving a motor circuit. '
B. Provide non -fusible switches at remote motor locations (rain -tight where
required) as indicated on drawings.
C. Identify safety switches with bakelite nameplates in accordance with Section
16010.
D. Install disconnect switches where indicated.
E. Securely mount disconnect switches plumb and level.
F. Tighten all conductor connections according to manufacturer's instructions.
G. Provide labeling as specified in Section 16195 - Electrical Identification. '
H. Install fuses in fusible disconnect switches.
END OF SECTION
I
1
I
16476-2 1
SECTION 16481 - STARTERS, CONTROLS AND CONNECTIONS TO
MECHANICAL EQUIPMENT
1. GENERAL
1.1 WORK INCLUDED
A. All work specified in this section shall comply with the provisions of Section
16010.
B. Provide conduit, wiring and electrical connections to motors, and overhead
doors. Coordinate with and review other sections of the specifications
describing electrical equipment in order to fully understand the wiring
requirements.
C.
D. See schedule on drawings for listing of starters to be provided.
E. Provide electrical line voltage control components and mount items as directed
under Division 15. Wire and connect line voltage controls in working order in
accordance with approved wiring diagrams.
1.2 SUBMITTALS
A. Submit product data required by Section 16010.
2. PRODUCTS
2.1 ACCEPTABLE MANUFACTURERS
A. Square "D", Siemens, Cutler -Hammer or Allen Bradley.
2.2 EQUIPMENT REQUIREMENTS
A. Starters used indoors shall have NEMA 1 enclosures; starters used in damp
locations or exposed to the weather to have NEMA 3R enclosures.
B. Starters:
1. Starters to be non -fused switch combination, non -reversing type
starters, sizes required for the particular motors.
2. Starters shall be NEMA size 1 minimum.
3. All starters for 3 -phase motors to have 3 -phase ambient compensated
overloads and low voltage protection.
4. Two speed starters shall be coordinated with motor requirements for
proper operation.
11
5. Reset buttons, ON and OFF push buttons, HOA selector switches, and '
pilot lights where required, as shown on drawings, to be mounted in
covers.
6. All necessary auxiliary interlocks as required and shown on elementary
diagrams to be furnished; and in addition, one spare auxiliary interlock
to be furnished with each starter.
C. Starters used on 240 -volt systems to have two cartridge fuses in the control
circuit.
D. All starters to have ambient compensated overloads and low voltage
protection.
3. - EXECUTION ,
3.1 INSTALLATION '
A. Connect all equipment and have this equipment complete and ready for ,
operation. Verify and check equipment manufacturer's nameplate and
installation instructions to obtain exact location of outlets for equipment
before installing it.
B. Verify that equipment is ready for electrical connection, wiring and
energization.
C. Make electrical connections in accordance with equipment manufacturer's '
instructions.
D. Make conduit connections to motor using flexible conduit. Use liquid -tight
flexible conduit with watertight connectors in damp or wet locations.
E. Make wiring connections using wire with insulation suitable for temperatures
encountered in heat producing equipment.
F. Provide receptacle outlet where connections with attachment plug is '
indicated.
G. Install disconnect switches, controllers, control stations, and control devices
as indicated. '
H. Provide interconnecting conduit and wiring between devices where indicated.
END OF SECTION ,
I
16481-2
1
SECTION 16515 - INTERIOR LIGHTING AND LAMPS
1. -GENERAL
1.1 WORK INCLUDED
A. All work specified in this section shall comply with the provisions of Section
16010.
B. Provide labor, material, equipment and services necessary to provide all interior
lighting fixtures, necessary hangers and lamps. Fixtures include all interior
fixtures plus all exterior fixtures mounted to exterior wall or to structures
connected directly to building.
C. Fluorescent fixtures shall be designed in such a manner that all electrical
components may be replaced without disturbing fixture in or on ceiling.
D. All items shall comply with the requirements of NEC 501 and NEC 513.
1.2 SUBMITTALS
A. Submit product data as required by Section 16010.
1.3 STANDARDS
A. ANSI C78.379 - Electric Lamps - Incandescent and High -Intensity Discharge
Reflector Lamps - Classification of Beam Patterns.
B. ANSI/NFPA 70 - National Electrical Code (1996).
C. ANSI C82.1 - 1985 Fluorescent Lamp Ballasts, Specifications.
D. ANSI C82.4 - 1985 High -Intensity Discharge and Low Pressure Sodium Lamps
Ballasts (Multiple Supply Type), Specifications for.
E. ANSI/NFPA 101 - Life Safety Code (1996).
F. NEMA WD 6 - 1988 - Wiring Devices - Dimensional Requirements.
G. U.L. 57 - Electric Lighting Fixtures.
H. U.L. 496 - Lampholders
I. U.B.C. - 4701e and Section 47.1813.
2. - PRODUCTS
2.1 QUALITY REQUIRED
A. Acceptable manufacturer's for fluorescent fixtures includes: Lithonia, Daybrite,
Benjamin, Metalux, or approved equal.
16515-1
I
B. Fluorescent T8 lamps shall be F32T8, rapid start, 3500°K color temperature, '
75 CRI; manufactured by General Electric, Osram-Sylvania, Phillips or
approved equal.
C. Sodium vapor and metal halide lamps shall be as recommended by
manufacturer of fixture.
D. Fluorescent ballast shall be the high power factor, rapid start type, bear the '
CBM-ETL label and be the latest electronic, energy -saving type. Ballast shall
have a minimum 90% power factor. The ballast shall be suitable for lamps '
specified.
3. - EXECUTION
3.1 INSTALLATION
A. All fixtures shall be securely mounted as required by NEC Section 410 and as ,
specified herein.
B. Fixtures mounted in a suspended ceiling shall be secured to the grid with
approved clips as required by the NEC.
C. Fixtures shall be mounted in locations as shown on architectural reflected
ceiling drawings and as called for in schedule on electrical drawings.
Determine type of ceiling to be installed in each space from architectural
drawings and schedules and furnish fixtures suitable for the exact type.
D. Joints in fixture wiring shall be made using wire nuts, preinsulated Scotch
locks, or other approved mechanical means of connection.
E. Coordinate fixture locations to clear obstructions.
F. Maintain integrity of enclosures on all enclosed and gasketed fixtures.
Minimize number of enclosure penetrations and make such penetrations water
and dust tight with appropriate gasketing and fittings.
G. Install in accordance with manufacturer's instructions. '
H. Install surface mounted luminaires plumb and .adjust to align with building lines
and with each other. Secure to prohibit movement. ,
I. Exposed Grid Ceilings: Provide auxiliary members spanning ceiling Ts to
support surface mounted luminaires. Pendant hung luminaries shall be
supported directly from the building structure.
J. Install wall mounted luminaries at height as indicated on Drawings.
K. Install accessories furnished with each luminaire.
L. Bond products and metal accessories to branch circuit equipment grounding
conductor.
M. Install specified lamps in each luminaire.
16515-2
Li
I
I
I
F
I
LJ
I
I
I
I
I
I
I
3.2
3.3
N. Install surface mounted light fixture rows straight and level and fixture ends
securely fastened together.
O. Attach all surface mounted fluorescent fixtures to ceiling or wall surface with
a minimum of two attachment points besides the outlet box.
P. Insure that luminaires requiring access to ballasts or junction boxes have
adequate opening and clearances.
Q. Maintain required clearances between insulation and light fixtures where light
fixtures are installed in an insulated ceiling. Provide barriers as needed to
prevent insulation from contacting light fixture.
R All suspended light fixtures are to be installed level and parallel to or at right
angles to building lines.
S. Provide adequate backing and support from the structural system for all
pendent supported fixtures.
T. Insure that all exterior light fixtures are watertight after installation and all
weep holes are open.
U. All light fixtures installed in canopies and other exterior locations must be
suitable for wet location.
V. Coordinate light fixture installation in unfinished areas with piping, ductwork
and other obstructions. Exact light fixture location to be determined by field
conditions. Suspend light fixture with chains or stems if necessary to avoid
mounting light fixtures above ceiling mounted equipment, ductwork and
piping. Use trapeze style hangers to mount light fixtures under ductwork
piping or other equipment.
FIELD QUALITY CONTROL
A. Operate each luminaire after installation and connection. Inspect for proper
connection and operation.
CLEANING
A. Clean Work under provisions of Section 16010.
B. Clean electrical parts to remove conductive and deleterious materials.
C. Remove dirt and debris from enclosure and lens.
ID. Clean photometric control surfaces as recommended by manufacturer.
E. Clean finishes and touch up damage.
I
END OF SECTION
16515-3
SECTION 16525 - EXTERIOR LIGHTING AND LAMPS
1. -GENERAL
1.1 WORK
INCLUDED
A.
All work specified in this section shall comply with the provisions of Section
16010.
B.
Provide labor, materials, equipment and services necessary for installation of
all exterior lighting fixtures, lamps, poles, pole bases, etc., for:
1. Exterior building lights.
C.
Refer to details and arrangements shown on drawings.
D.
Fixtures, poles, appurtenances, etc., shall be suitable for exterior use, shall be
UL listed, and shall be of standard design for intended application.
1.2 RELATED WORK
A.
Section 03300: Concrete Work
B.
Division 9: Painting
C.
Section 16100: Raceways and Conduit Systems
D.
Section 16120: Conductors - 600 Volts and Below
E.
Section 16515: Interior Lighting and Lamps
1.3 SUBMITTALS
A.
Submit product data as required by Section 16010.
2. - PRODUCTS
2.1 QUALITY REQUIRED
A. Acceptable manufacturers for lighting include those set forth in lighting fixture
schedule.
B. Acceptable manufacturers for contactors: Square D Co., Westinghouse,
General Electric, Cutler Hammer or equal.
C. Photo Cells: Tork, Paragon, Intermatic, or equal.
2.2 MATERIALS
A. Luminaire and assemblies as scheduled.
16525-1
B. Luminaires, including all components, shall be designed to meet extreme
temperature (low) conditions, moisture, and wind conditions in area.
C. Ballast shall be UL approved, high power factor, designed for -20°F
temperature starting.
D. Photo cells shall be 120 volt, 1000 watt, 60 cycle, weatherproof type for
outdoor installation, time -delay to avoid nuisance switching, equal to Tork No.
2100.
3. - EXECUTION
3.1 INSTALLATION
A. Install all exterior building lighting and wiring as indicated.
B. Install photo cells on the north wall approximately 12 feet above finished
grade.
C. Refer to electrical site plan for additional information.
D. Verify existing elevations, grades, and lines before proceeding.
E. Operate each luminaire after installation and connection. Inspect for improper
connections and operation.
F. Install photoelectric controls as indicated in the plans and in accordance with
manufacturer's instructions.
END OF SECTION
1
1
1
1
1,
1
1
1
1
1
1
1
1
1
1
1
1
•1
16525-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ITEM SP -6 PAVEMENT REMOVAL AND REPAIR
DESCRIPTION
6-1.1 This item shall consist of the sawcutting, removal and disposal of areas of the
existing asphalt pavement, and the permanent repair of these areas, in accordance with these
specifications and in conformity to the dimensions and details shown on the plans. Areas of
removal have been estimated on the Plans. The actual limits of removal will be as directed by
the Engineer. All pavement material removed shall be disposed of off -site, or as directed by the
Engineer.
MATERIALS
6-2.1 ACHM SURFACE COURSE. All asphalt used in this item for permanent repair shall
conform to the details on the drawings and to these specifications.
6-2.2 CRUSHED AGGREGATE BASE COURSE. All crushed aggregate base course used in
this item shall conform to Section 303 of the Standard Specifications.
6-2.3 PORTLAND CEMENT CONCRETE. All portland cement concrete used in this item
shall conform to details on the drawings and to these specifications.
6-2.4 PREPARATION OF SUBGRADE. All subgrade excavation, undercut backfill, and
compaction shall conform to Section SP -4 of these specifications.
CONSTRUCTION METHODS
6-3.1 GENERAL. No asphalt pavement removal or repair shall be started until the
work has been laid out and approved by. the Engineer. All removed pavement material shall be
disposed of off -site. All hauling will be considered a necessary and incidental part of the work.
Its cost shall be considered by the Contractor and included in the contract unit price for the pay
of items of work involved. No payment will be made separately or directly for hauling on any
part of the work.
6-3.2 ASPHALT PAVEMENT REMOVAL:
(a) This item shall consist of the removal of existing asphalt pavement and
base course (regardless of depth or underlying material encountered) to the depth required for
replacement with the new pavement section, at the locations shown on the plans or as directed
by the Engineer. The method of removal shall be approved by the Engineer before any removal
operations begin. The Contractor shall take care not to damage adjacent pavement which is to
remain in place; any adjacent sound pavement damaged by the Contractor shall be removed and
replaced at the contractor's expense.
SP -6-1
I
I
Sawcutting (1.5 -inch minimum depth) will be required at the edge of the removal areas.
The removal shall proceed to the depth necessary to accommodate the new pavement section
thickness. Removal of any additional material, beyond the pavement, necessary to
accommodate the new pavement section thickness will not be measured for separate payment,
but will be subsidiary to this item.
(b) Subgrade Preparation: The subgrade below the removed pavement shall be
compacted in accordance with the details shown in the plans. Subgrade preparation will not be
measured for separate payment, but will be considered subsidiary to this item. ',
6-3.3 PAVEMENT REPAIR: This item shall consist of the replacement of portions of '
the removed pavement with crushed aggregate base course, portland cement concrete, and
asphalt surface course as detailed in the Plans or as directed by the Engineer.
METHOD OF MEASUREMENT
6-4.1 Pavement Removal and Repair will be measured by the square yard of pavement '
removal and repair in place, completed and accepted. Measurement shall not include the
quantity of materials removed without authorization beyond normal slope lines, or the quantity
of material used for purposes other than those directed.
BASIS OF PAYMENT
6-5.1 Pavement Removal and Repair shall be paid for at the contract unit price bid for
"Pavement Removal and Repair" which price shall be full compensation for all saw -cutting of
pavement; removal and disposal of pavement materials; for preparation and compaction of the
underlying subgrade; for all pavement materials, and for all equipment, tools, labor and
incidentals necessary to complete the work.
Payment will be made under:
Item SP -6-5.1 Pavement Removal and Repair -- per square yard
I
I
END OF ITEM SP -6 I
SP -6-2
I
ITEM P-620 TAXIWAY PAINTING
' DESCRIPTION
620-1.1 This item shall consist of the painting of markings and stripes on the surface of
' taxiways and aprons applied in accordance with these specifications and at the locations
shown on the Plans, or as directed by the Engineer.
MATERIALS
620-2.1 Paint: Paint shall be waterborne in accordance with Federal Spec. TT -P-1952. White
paint shall be furnished in color 37925, yellow paint shall be furnished in color 33538 or
33655, and black paint shall be furnished in color 31136, all in accordance with Federal
Standard No. 595. All paint shall be Type I - Standard Drying Time when tested in
accordance with ASTM D 711.
• ' 620-2.2 Reflective Media: Glass beads shall meet the requirements of Fed. Spec. TT -B-1325,
Type I, Gradation A. Glass beads shall be treated with adhesion promoting and/or flotation
coatings as specified by the manufacturer of the paint.
CONSTRUCTION METHODS
• 620-3.1 Weather Limitations: The painting shall be performed only when the surface is dry,
• when the atmospheric temperature is above 45°F (7°C), and when the weather is not foggy or
windy.
620-3.2 Equipment:- All equipment for the work shall be approved by the Engineer and shall
' include the apparatus necessary to properly clean the existing surface, a mechanical marking
machine, and such auxiliary hand -painting equipment as may be necessary to satisfactorily
complete the job.
The mechanical marker shall be an atomizing spray -type marking machine suitable for
application of traffic paint. It shall produce an even and uniform film thickness at the required
' coverage and shall be designed so as to apply markings of uniform cross sections and clear-
cut edges without running or spattering.
' 620-3.3 Preparation of Surface: Immediately before application of the paint, the surface shall
be dry and free from concrete curing material, dirt, grease, oil, laitance, or other foreign
material which would reduce the bond between the paint and the pavement. The area to be
painted shall be cleaned by water blasting, as required to remove all curing material, dirt
laitance, and loose materials.
1
P-620-1
I
For areas to be re -painted, the existing painted surface shall be cleaned by water blasting, as
required, to remove all foreign material which would reduce the bond between the new paint
and the old paint.
620-3.4 Layout of Markings: The Contractor is responsible for the layout of all markings.
On those sections of pavement where no previously applied markings are available to serve as
a guide, the proposed markings shall be laid out in advance of the paint application.
620-3.5 Application: Permanent markings shall be applied at the locations and to the
dimensions and spacing shown on the Plans. Paint shall not be applied until the layout and
condition of the surface have been approved by the Engineer. ,
Paint shall be mixed in accordance with the manufacturer's instructions and applied to the
pavement with a marking machine at the rate of 100 to 110 square feet per gallon. The '
addition of thinner to paint for the permanent markings shall not be permitted. A minimum
period of seven (7) days shall elapse between placement of a surface course (SP -5) and the
application of the paint. '
The edges of the markings shall not vary from a straight line more than V2 inch (12mm) in 50
feet (15m), and the dimensions shall be within a tolerance of plus or minus 5 percent. Glass
spheres shall be distributed to the surface of the marked areas immediately after application of
the paint. A dispenser shall be furnished which is properly designed for attachment to the
marking machine and suitable for dispensing glass spheres. The spheres shall be applied at
the rate of 10 pounds per gallon (% kg per liter) of paint.
The Contractor shall furnish certified test reports for the materials shipped to the project. The
reports shall not be interpreted as a basis for final acceptance. The Contractor shall notify the
Engineer upon arrival of a shipment of paint to the job site. All emptied containers shall be
returned to the paint storage area for checking by the Engineer. The containers shall not be
removed from the airport or destroyed until authorized by the Engineer.
620-3.6 Protection: After application of the paint, all markings shall be protected from
damage until -the paintis dry. All surfaces shall berotected fromdisfi
p guration by spatter,
splashes, spillage, or drippings of paint.
METHOD OF MEASUREMENT
620-4.1 The quantity of taxiway paint removal to be paid for shall be the number of square
feet of removal performed in accordance with the specifications and accepted by the Engineer.
The quantity of taxiway markings to be paid for shall be the number of square feet of painting
performed in accordance with the specifications and accepted by the Engineer.
P-620-2 ,
I
I
1
1
1
1
BASIS OF PAYMENT
620-5.1 Payment shall be made at the contract unit price per square foot for taxiway paint
removal and taxiway painting. These prices shall be full compensation for furnishing all
materials and for all labor, equipment, tools, and incidentals necessary to complete the item.
Payment will be made under:
Item P -620-5.l a Taxiway Paint Removal-- per square foot.
Item P-620-5.lb Taxiway Painting --per square foot.
MATERIAL REQUIREMENTS
Fed. Spec. TT -P-85 Paint, Traffic, and Airfield Marking, Solvent Base
Fed. Spec. TT -P-1952
Fed. Spec. TT -P-110
Fed. Spec. TT -B-1325
Paint, Traffic, and Airfield Marking, Water Emulsion Base
Paint, Traffic Black (Nonreflectorized)
Beads (Glass Spheres) Retroreflective
END OF ITEM P-620
P-620-3