Loading...
HomeMy WebLinkAbout31-00 RESOLUTIONa • RESOLUTION NO, 31-00 MICROFILMED A RESOLUTION AWARDING BID NO. 2000-24 TO HECKATHORN CONSTRUCTION CO., IN THE AMOUNT OF $190,863, PLUS A 15% CONTINGENCY, FOR THE CONSTRUCTION OF THE SOLID WASTE CONTAINER MAINTENANCE BUILDING; AND APPROVING A BUDGET ADJUSTMENT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby awards Bid No. 2000-24 to Heckathorn Construction Co., in the amount of $190,863, plus a 15% contingency, for the construction of the solid waste container maintenance building. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. Section 2. The City Council hereby approves a budget adjustment in the amount of $19,492 increasing Building Costs, Acct. No. 5500 5060 5804 00, Proj ect No. 990791 by decreasing Use of Fund Balance, Acct. No. 5500 0950 4999 99. A copy of the budget adjustment is attached hereto marked Exhibit "B" and made a part hereof. PASSED AND APPROVED this 21st day of March , 2000. APPROV By: /�/�'� ` /�l�'✓iY/ red Hanna, Mayor ATTEST: 4'A Heather Woodruff, City Cle • • NAME OF FILE: E3. (g/-4 /6?K4i/1DA hI eD/ciCS,W. COA.Cd. earis1/F-� m, rmr B&i2. CROSS REFERENCE: Date Contents of File Initials g 3 3/ -Do p ,C�s,l t 3- DO / gX�/r x7 , „ C K TREcr eX //I,Rz 7 X" Ii & 7 As -cane -MI) ,c(. %0 �B&&y l/7_cc f eaYI7 , %S-C2a z,ix!] egAls irbez' ;3-01-0/ETrEP 3-0/40 CER 7".xPZE7\ Rz-A 74192a4r.z441 3 -o2 -0o .%1�11z) 70 _,f,'/ _err)/ Cevaark A:2m m lc A.,_zE A.OhniciAi 7 //Qlt 7 i.9/1-9/21i0AIA V- C1', /4 (/mow s MbE 32/ -Do cS-7-APr- ieEt/ze-) A-0km 3 -27- o 1/017A-72Cv002g/j, »2 Z o T C/1 ,Cis zD T rz' /hQom 7 -/f -ad Ci/Rfi e4Q I/ irl a. CON TRACT • EXHIBIT A THIS AGREEMENT, made and entered into on the 21sc day of March' 2000, by and between HECKATHORN CONSTRU';TION COMPANY, INC. herein called the Contractor, and the City of Fayetteville; Arkansas, hereinafter called the Owner. WITNESSETH: That the Contractor, for the consideration hereinafter fully set out, hereby agrees with the Owner as follows: 1. That the Contractor shall furnish all the materials, and perform all of the work in manner and form as provided by the following enumerated Drawings, Specifications, and Documents, which are attached hereto and made a part hereof, as if fully contained herein and are entitled Plans for Container Maintenance Building at the Compost Facility, dated FEBRUARY, 2000. Advertisement for Bids Instructions to Bidders Bid and acceptance thereof Performance Bond Addendum No. 1 (2/22/00) Payment Bond General Conditions Supplemental Conditions Specifications Drawings (See Sheet Index below) SHEET INDEX Sheet Number Description 1 Existing Site Plan 2 Proposed Site Plan 3 Building Elevations 4 Foundation Plan at Elevation 102.0 and Sections 5 Slab Plan at Elevation 103.30 6 Floor Plan and Room Details 7 Utility Site Plan 8 Plumbing Dram and Supply Plan 9 Plumbing Riser Details and Schedules 10 Mechanical Plan 11 Mechanical Details and Schedules 12 Electrical Power and Comm. Plan 13 Electrical Notes, Schedules, and Details 14 Water & Sewer Service Lines and Pavement Details 15 Recycle Bin Shelter Layout and Requirements FY992157 Fayetteville Container Maintenance Building 00500 - l �xH• ealTh rn >< sc1 s • 2. That the Owner hereby agrees to pay to the Contractor for the faithful performance of this Agreement, subject to additions and deductions as provided in the Specifications or Bid, in lawful money of the United States, the amount of: One Hundred Ninety Thousand Eight Hundred Sixty Three Dollars ($190,563.00) 3. The Work will be substantially completed within 120 days after the date when the Contract Time commences to run as provided in Notice to Proceed, and completed and ready for final payment in accordance with the General Conditions within 150 days after the date when the Contract Time commences to run. 4. Liquidated Damages: Owner and Contractor recognize that time is of the essence of this Agreement and the Owner will suffer financial Loss if the Work is not completed within the times specified in above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner One Thousand and 00/100 Dollars ($1000.00) for each day that expires after the time specified in Paragraph 3 for Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the time specified in Paragraph 3 above for final payment or any proper extension thereof granted by Owner, Contractor shall pay Owner Two Thousand and 00/100 Dollars ($2000.00) for each day that expires after the time specified in Paragraph 3 for completion and readiness for final payment. 5. That within 30 days of receipt of an approved payment request, the Owner shall make partial payments to the Contractor on the basis of a duly certified and approved estimate of work performed during the preceding calendar month by the Contractor, LESS the retainage provided in the General Conditions, which is to be withheld by the Owner until all work within a particular part has been performed strictly in accordance with this Agreement and until such work has been accepted by the Owner. 6. That upon submission by the Contractor of evidence satisfactory to the Owner that all payrolls, material bills, and other costs incurred by the Contractor in connection with the construction of the work have been paid in full, final payment on account of this Agreement shall be made within 60 days after the completion by the Contractor of all work covered by this Agreement and the acceptance of such work by the Owner. 7. It is further mutually agreed between the parties hereto that if, at any time after the execution of this Agreement and the Surety Bond hereto attached for its faithful performance and payment, the Owner shall deem the Surety or Sureties upon such bond to be unsatisfactory or if, for any reason such bond ceases to be adequate to cover the performance of the work, the Contractor shall, at his expense, within 5 days after the receipt of notice from the Owner, furnish an additional bond or bonds in such form and amount and with such Surety or FY992157 Fayetteville Container Maintenance Building 00500 - 2 Sureties as shall be satisfactory to the Owner. In such event, no further payment to the Contractor shall be deemed to be due under this Agreement until such new or additional security for the faithful performance of the work shall be furnished in manner and form satisfactory to the Owner. 8. No additional work or extras shall be done unless the same shall be duly authorized by appropriate action by the Owner in wnting. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and date first above written, in three (3) counterparts, each of which shall, without proof or accounting for -: the other,counterpart be deemed an original Contract. ry1.� .* r SEAL: sie -*WITNESSES: ud. 7 yL,, Secretary Janet S. Hec athorn ATTEST: dlerk Approved as to form: HECKATHORN CONSTRUCTION COMPANY, INC. CONT:- �'R /.../".i; - - t Don L. Heckathorn President 9.4 Title CITY OF FAYETTEVILLE, ARKANSAS OWNER By Attorney for Owner Mayor Fred Hanna FY992157 Fayetteville Container Maintenance Building 00500 - 3 City of Fayetteville, Arkansas Budget Adjustment Form • EXHIBIT B Budget Year 2000 Department: Division: Program: Project or Item Requested: Public Works Solid Waste Recycling To increase the Container Maintenance Building capital project by $19,492. Date Requested March 2, 2000 Project or Item Deleted: Adjustment # $19,492 from the Use of Fund Balance Account. Justification of this Increase: The additional funding is to cover possible contingency expenses associated with the construction of this project. Justification of this Decrease: Sufficient funding remains in the Solid Waste fund to comply with City policy. Increase Expense (Decrease Revenue) Account Name Amount Building Costs 19,492 Account Number 5500 5060 Project Number 5804 00 99079 1 Decrease Expense (Increase Revenue) Account Name Amount USE OF FUND BALANCE 19,492 Account Number 5500 0950 4999 99 Project Number Approval Signatures Date /tel Zo00 Date Admin,,$ervices Director Mat Type: A Date of Approval Budget Office Use Only B C Date Date 3/ AI Date Posted to General Ledger Posted to Project Accounting Entered in Category Log Blue Copy: Budget & Research / Yellow Copy: Requester E C:'DATA\FORMSBA-ADABADJF390.WK4 i MttCONSWINN G D ENGINEERS, INC. I DESIGNED TO SERVE I • P.O. Box 1229 Fayetteville, Arkansas 72702-1229 501-443-2377 FAX 501-443-9241 March 01, 2000 FY992157 Ms. Peggy Vice Purchasing Agent City of Fayetteville 113 W. Mountain Street Fayetteville, AR 72701 RE• Bid Number 2000-24 Container Maintenance Building Solid Waste Department Dear Ms. Vice: The certified bid tabulation for the Container Maintenance Building at the Compost Facility is attached. The apparent low bidder was Heckathorn Construction Company of Fayetteville. The bid form appears to be in order. Receipt of the addendum was acknowledged the subcontractors were listed along with their contractor's license numbers, the bid was signed and sealed; and the bid form was filled out, signed, sealed and the power of attorney was attached. A check was made with the Arkansas Contractor's Licensing Board through their intemet site. It revealed that Heckathorn's license is current and the license number submitted on the bid (23780400) is valid. A check was made with the references given by Heckathorn on the bid form All three references given were contacted by phone. The principal individuals responsible for administering the contraction contracts performed for them by Heckathorn all stated that they did a fine job and they were satisfied with the work done. Based on the above, we see no reason why this bid should not be accepted and the contract awarded accordingly. r 26-7 • March 01, 2000 Ms. Peggy Vice • We are returning herewith all the original bids submitted and are including an award form prepared for the City's consideration. We await your decision and further instructions. Sincerely, FRED SCHLEG L, P. E. Project Manager Enclosure: Bid Tabulation Award Notice Page 2 of 2 • • CERTIFIED BID TABULATION CONTAINER MAINTENANCE BUILDING FAYETTEVILLE, ARKANSAS BID NUMBER 2000-24 McCLELLAND CONSULTING ENGINEERS, INC. PROJECT NO. FY992157 BID DATE: FEBRUARY 29, 2000 1:30 p.m. (Snip. i7/.CAT. BIDDER TOTAL LUMP.SUM BASE BID Trench and_Excavation Safety System (included in the lump sum base bid) 1 HECKATHORN CONSTRUCTION CO. Fayetteville, AR 23780400 $190,863.00 $700.00 2 BRANCO ENTERPRISES, INC. Neosho, MO 28640400 $203,000.00 $500.00 3 J. M. HOOKER CONSTRUCTION, INC. Fayetteville, AR 59060400 $207,400.00 $1,200.00 4 NEAL HEFNER CONSTRUCTION, INC. Springdale, AR 12630400 $229,244.00 $500.00 5 BUILDINGS, INC. Springdale, AR 28740300 $274,608.00 $500.00 ENGINEER'S ESTIMATE $197,500.00 Bids Certified by 43' 4 � "e Date 3//�db Fred Schlegel, P E #5477 McCLELLAND CONSULTING ENGINEERS, INC. Fayetteville, AR ``\U11191111py rvpT E Of 9GS �: MCCLELLAND V' CONSULTING ENGINEERS, Inc. Na. 24 :'e ,,�grysq S _ ENG\ �e6wwwe�� #fie pTE f G/ ARtSAS � ;4NRT €HS'TEt6Ek� \� paaGEFIESSliONAL 7F `� No.5477 c``'1et4 \# kJ. sC " • DOCUMENT 00300 BID FORM LUMP SUM NOTE TO BIDDER: Please use BLACK ink for completing this Bid form. To: City of Fayetteville Address: City Admnustratton Building 113 W. Mountain Street Fayetteville, AR 72701 Project Title: Container Maintenance Building, Fayetteville, Arkansas Engineers ProjectNo.: FY992157 Date: Bidder: Address: February 29, 2000 Arkansas Contractor's License No.: 0023780400 Heckathorn Construction Company, Inc. 1880 Birch Avenue; Fayetteville, Arkansas 72703 Bidder's person to contact for additional information on this Bid: Name: David Hansen Telephone. 501/442-5386 ADDENDA The Bidder hereby acknowledges that he has received Addenda Numbers: No. 1; 2/22/00 to these Specifications. (Bidder insert No. of each Addendum received.) FY992157 Fayetteville Container Maintenance Building 00300 - 1 • • BIDDER'S DECLARATION AND UNDERSTANDING The undersigned, hereinafter called the Bidder, declares that the only persons or parties interested in this Bid are those named herein, that this Bid is, m all respects, fair and without fraud, that it is made without collusion with any official of the Owner, and that the Bid is made without any connection or collusion with any person submitting another Bid on this Contract. The Bidder further declares that he has carefully examined the Contract Documents for the construction of the project, that he has personally inspected the site, that he has satisfied himself as to the quantities involved, including matenals and equipment, and conditions of work involved, including the fact that the description of the quantities of work and materials, as included herein, is brief and is intended only to indicate the general nature of the work and to identify the said quantities with the detailed requirements of the Contract Documents, and that this Bid is made according to the provisions and under the terms of the Contract Documents, which Documents are hereby made a part of this Bid. The Bidder further agrees that he has exercised his own judgment and has utilized all data which he believes pertinent from the Engineer, Owner, and other sources in arriving at his own conclusions. The Bidder states that he has experience in and is qualified to perforin the work herein specified and, if he does not have craftsmen experienced and qualified m any phase of the work for which this Bid is offered, that he will subcontract the work under said phase to a contractor who does have the necessa-y experience and qualifications. CONTRACT EXECUTION AND BONDS The Bidder agrees that if this Bid is accepted, he will, within 15 days after notice of award, sign the Contract in the form annexed hereto, and will at that time, deliver to the Owner the Performance Bond and Payment Bond required herein, and will, to the extent of his Bid, furnish all machinery, tools, apparatus, and other means of construction and do the work and famish all the materials necessary to complete all work as specified or indicated in the Contract Documents. CERTIFICATES OF INSURANCE, PAYMENT BOND, AND PERFORMANCE BOND The Bidder further agrees to furnish the Owner, before executing the Contract, the certificates of insurance, Payment Bond, and Performance Bond as specified in these Documents. START OF CONSTRUCTION, CONTRACT COMPLETION TIME, AND LIQUIDATED DAMAGES Start of Construction, Contract Completion Time, and Liquidated Damages are stated in Document 00500 - Contract. SALES AND USE TAXES The Bidder agrees that all federal, state, and local sales and use taxes are included in the stated bid prices for the work. FY992157 Fayetteville Container Maintenance Building 00300 - 2 LUMP SUM BASE BID 1 In the space below write in the bid based upon the full scope of work as shown on the Drawings and Specification for the materials, labor, erection, and other required work. Total Lump Sum Base Bid: Opts huncLA r,+r L4housamJ n4.1.4%040(4 Dollars ($ 190, 863, ) (Amount written in words ha. precedence) '51.11S. +tat. dell kW � Trench and Excavation Safety System, Required by Act 291 of 1993. The Bidder agrees that the following amount is included in the above stated Lump Sum Base Bid. St'.0.2m_ f L ^ I 3Ilast) Dollars ($ r%�� (Amount written in words has precedence) BASIS OF AWARD The Bidder understands that the contract will be awarded to the bidder with the lowest Total Lump Sum Base Bid. PAYMENT SCHEDULE A detailed payment schedule for each structure or unit shall be submitted by the successful low Bidder. The successful low Bidder shall meet with the Engineer and Owner in Fayetteville, Arkansas, to review the format and details of the payment schedule. This meeting shall be held within 5 days of notification that the Contractor is the low Bidder. The purpose of the meeting shall be to establish an acceptable format for the payment schedule. The detailed payment schedule shall be completed by the Contractor 14 days after the meeting and submitted to the Engineer and Owner for review and approval The detailed payment schedule shall include as a minimum a separate line item for the concrete floor surface hardener as specified in Section 03351. Failure of the Contractor to submit the payment schedule as required may result in the Owner's rejection of the Bid or delay in processing the Contractor's request for a progress payment. SUBCONTRACTORS The Bidder further certifies that proposals from the following subcontractors were used in the preparation of this Bid; and if awarded a contract, Bidder agrees to not enter into contracts with others for these divisions of the Work without written approval from the Owner and Engineer. FY992157 Fayetteville Container Maintenance Building 00300 - 3 'pX (1ricai nezua ROOFING i?reeit-jpn • • 1 1 Arkansas Contractor License # 000 858 0300 1 1 1 1 SUBCONTRACTOR W )-Share, Inc.. Name W i n, ble (..,„,b4 Street Address, City, State, Zip Code PLUMBING SUBCONTRACTOR Arkansas Contractor License # DO LAD a s 'Do abscol .' I urnb. t ) ne Name 7975g SUBCONTRACTORS - CONTINUED ON BACK SIDE 1 tx 2-)t.g Sp1 _ qR 7 7G Street Address, City, State, Zip Code RFORMANCE OF WORK BY CONTRACTOR DELETED BY ADDENDUM 1 , ITEM 2 The Bid INSTRUCTIO shall perform at least 40 percent of the work with his own forces (r- r to Paragraph 23, TO BIDDERS. Bids from so-called "Brokerage Contractors" will .t be considered.) List below the items that - Bidder will perform with his own forces, if blank showing the estimated to a, ost of these items. arded this Contract, and fill in the Estimated total c of the above items the Bidder states that will be performed with 'i own forces, if awarded Contract: Dollars ($ FY992157 Fayetteville Container Maintenance Building 00300 - 4 1 1 1 1 1 1 1 1 1 1 • SUBCONTRACTORS - CONTINUED HVAC SUBCONTRACTOR Arkansas Contractor License # c0753704100 cus �crn�. Qi rc ,'Db Q k . 'pony Name i .,ri Zo¢ 3W -ii Faye'40.);16 1.79 714 Street Address,City,State,Zip Code ELECTRICAL SUBCONTRACTOR Arkansas Contractor License # 00 468.76)L/10(). i -/a ELQ41- c, , Inc. Name soLts nor* CIL, , yrni318b', oyeiltbilla 4R ?a7o3 Street Address,City,State, ip Code EXPERIENCE OF BIDDER • • • The Bidder states that he is an experienced Contractor and has completed sinular projects within the last 5 years. (List similar projects, with types, names of clients, construction costs, and references with telephone numbers Use additional sheets if necessary.) Northwest Technical Institute -Springdale Cost: $348,034 Ammonia Refrigeration Technology Training Center Contact- Roger Becker; 501/751-8824 Arkansas Western Gas Fayetteville Area Service Center VA Medical Center -Fayetteville Incinerator/Auto Clave Sterilizer Building Cost: $687,983 Contact: Jack Miller; 501/582-8540 Cost: $793,115 Contact: Donna Lenz; 501/444-5035 SURETY If the Bidder is awarded a construction Contract on this Bid, the Surety who provides the Performance and Payment Bond will be: National Fire Insurance of Hartford CNA Plaza; Chicago, IL 60685 Street, City, State, Zip Code whose address is INSURANCE The Bidder acknowledges that he is familiar with the insurance requirements on this Project and, if awarded a construction contract, agrees to furnish the required insurance certificates within fifteen (15) days of the date the award is made. BIDDER The name of the Bidder submitting this Bid is: HECKATHORN CONSTRUCTION COMPANY, INC. 1880 Birch Avenue; Fayetteville, Arkansas 72703 doing business at Street, City, State, Zip Code which is the address to which all communications concerned with this Bid and with the Contract shall be sent. The names of the principal officers of the corporation submitting this Bid, or of the partnership, or of all persons interested in this Bid as principals are as follows: Don L. Heckathorn, President David C. Hansen, Vice President FY992157 Fayetteville Container Maintenance Building Janet -:S. Heckathorn, Secretary 00300-5 If Sole Proprietor or Partnership • • IN WITNESS hereto the undersigned has set his (its) hand this _ day of , 19 . If Corporation Signature of Bidder IN WITNESS WHEREOF the undersigned corporation has caused this instrument to be executed and its.seal affixed by its duly authorized officers this 29thday of February , it 2000. (SEAL)' e ' -; la '. IF N n� HECKATHORN CONSTRUCTION COMPANY, INC. Name of Caroorati By// Don L. Heckathorn Title President Attest d14»/N/ N-� ete/1-41--71,-) Secretary anet S. Heckathorn FY992157 Fayetteville Container Maintenance Building 00300 - 6. Title • • POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That CONTINENTAL CASUALTY COMPANY, an Illinois corporation, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, a Connecticut corporation, AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, a Pennsylvania corporation (herein collectively called "the CCC Surety Companies"), are duly organized and existing corporations having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signature and seals herein affixed hereby make, constitute and appoint Knight Cashion, Benson A. Cashion, Matthew Knight Cashion, Jr., William R. Plegge, William H. Griffin, Judy Schoggen, Sheilla J. Smith, Individually of Little Rock, Arkansas their true and lawful Attomey(s)-in-Fact with hill power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their corporations and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Laws and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the corporations. In Witness Whereof, the CCC Surety Companies have caused these presents to be signed by their Group Vice President and their corporate seals to be hereto affixed on this 31st day of August 1999 CONTINENTAL CASUALTY COMPANY NATIONAL FIRE INSURANCE COMPANY OF HARTFORD AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA agi letteghte, Marvin J. Cashion Group Vice President State of Illinois, County of Cook, ss. On this 31st day of August , 1999 , before me personally came Marvin J. Cashion, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Chicago, State of Illinois; that he is a Group Vice President of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA described in and which executed the above instrument; that he knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. : "OFFICIAL SEAL- : DIANE FAULKNER • Notary Publish Staffs of Minnie 2 My Commfaion Expires 9/17/01 My Commission Expires September 17, 2001 CERTIFICATE Diane Faulkner Notary Public I, Mary A. Ribikawskis, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of each corporation printed on the reverse hereof are still in force In testimony whereof I have hereunto subscribed my name and affixed the seals of the said corporations this 29th day of February 2000 • CONTINENTAL CASUALTY COMPANY NATIONAL FIRE INSURANCE COMPANY OF HARTFORD AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA a Mary A. Ribikawskis Assistant Secretary 1�uthorizing By -Laws and Resolution ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article IX—Execution of Documents Section 3. Appointment of Attorney-in-fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President or the Board of Directors, may, at any time, revoke all power and authority previously given to any attorney-in-fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By-laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article VI—Execution of Obligations and Appointment of Attorney -in -Fact Section 2. Appointment of Attorney-in-fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attomeys-in-fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Executive, Senior or Group Vice President may at any time revoke all power and authority previously given to any attorney-in-fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following Resolution duly adopted on February 17, 1993 by the Board of Directors of the Company. "RESOLVED: That the President, an Executive Vice President, or any Senior or Group Vice President of the Corporation may, from time to time, appoint, by written certificates, Attorneys -in -Fact to act in behalf of the Corporation in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such Attorney -in -Fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Corporation by their signature and execution of any such instrument and to attach the seal of the Corporation thereto. The President, an Executive Vice President, any Senior or Group Vice President or the Board of Directors may at any time revoke all power and authority previously given to any Attorney -in -Fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following. Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993 w" • •- • S "RESOLVED: That the signature of the President, an Executive Vice President or-anny y Senior or Group Vice President and the seal of the Corporation may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors on February 17, 1993 and the signature of a Secretary or an Assistant Sec[et`ary and the seal of the Corporation may be affixed by facsimile to any certificate of any such power, and any power or certificate -Bearing such facsimile signature and seal shall be valid and binding on the Corporation. Any such power so executed and sealed and certified by certificate so executed and sealed, shall with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Corporation." .er-.1" f • • DOCUMENT 00350 • BID BOND STATE OF ARKANSAS KNOW ALL MEN BY THESE PRESENTS, that we: Heckathorn Construction Co., Inc. • Principal and Contractor, and National Fire Insurance Company of Hartford hereinafter called Surety, are held and firmly bound unto the City of Fayetteville, Arkansas and represented by its Mayor and City Council, hereinafter called Owner, in the sum of Five Percent of Amount of Rid DOLLARS ($ SZ of Ri ri lawful money of the United States of America, for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. WHEREAS, the Principal contemplates submitting or has submitted a bid to the Owner for the furnishing of all labor, materials (except those to be specifically furnished by the Owner), equipment, machinery, tools, apparatus, means of transportation for, and the performance of the work covered in the Bid and the detailed Drawings and Specifications, entitled: Container Maintenance Building Fayetteville, Arkansas WHEREAS, it was a condition precedent to the submission of said bid that a cashier's check, certified check, or bid bond in the amount of 5 percent of the base bid be submitted with said bid as a guarantee that the Bidder would, if awarded the Contract, enter into a written Contract with the Owner for the performance of said Contract within 15 consecutive calendar days after written notice having been given of the award of the Contract. NOW, THEREFORE, the conditions of this obligation are such that if the Principal within 15 consecutive calendar days after written notice of such acceptance enters into a written Contract with the Owner and furnishes a Contract Surety Bond in an amount equal to 100 percent of the base bid, satisfactory to the Owner, then this obligation shall be void; otherwise the sum herein stated shall be due and payable to the Owner and the Surety herein agrees to pay said sum immediately upon demand of the Owner in good and lawful money of the United States of America, as liquidated damages for failure thereof of said Principal. FY992157 Fayetteville Container Maintenance Building 00350 - 1 • • IN WITNESS WHEREOF, the said Heckathorn Construction Co. ,Inc. , as Principal herein, Has caused these presents to be signed in its name by its President attested by its Secretary under its corporate National Fire Insurance Company of Hartford these presents to be signed in its name by its Attorney -in -Fact and seal, and the said as Surety herein, has caused under its corporate seal, this 29th day of February Signed, sealed and delivered in the presence of: t tart cretar y As to Pnncipal Janet S. Heckathorn Surety PO..V10-tetc) As to Surety A.D., 2000. Heckathorn Construction Co., Inc. Fayet Principal -Contractor Ar CN:" • n L President ecka horn ./C `0 Si CJ i /J ?i /9 /I National Fire Hartford Title . _ Tnsurance Company of: Attorney -in -Fact (Power -of -A'6` mey to be Attached) William H. Griffin r By A William H. Griffin, Resident A FY992157 Fayetteville Container Maintenance Building 00350 - 2 FAYETTEV&LE � THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Fayetteville City Council Thru: Fred Hanna, Mayor Charles Venable, Public Works Director I ,J From: Willie Newman, Waste Reduction Coordinator pC Date: March 2, 2000 Re: Construction Contract - Container Maintenance Building The Solid Waste Division requests award and approval bid number 2000-24 and budget adjustment to the lowest bidder, Heckathorn Construction Company, in the amount of $190,863 plus 15% ($28,629) contingency for the construction of a container maintenance building at the City's Composting Facility. Staff further requests the approval of a budget adjustment in the amount of $19,492 to cover the amount in excess of $200,000 in budgeted funds. The Solid Waste Division implemented a dumpster lease program in 1995 resulting in an inventory of numerous dumpsters, welding equipment, blow torch apparatus, spare parts, sheet metal, and miscellaneous supplies. We have been using a portion of the West Building located within the City Shop area, shared with the Street Department, for assembly and maintenance of our dumpsters and recycling igloos. There has been increased activity in the maintenance of dumpsters resulting the need for additional space and closer proximity to the Solid Waste offices. This new building at the Composting Facility will also provide a small office for composting operations, a restroom for our patrons, and a water source not previously available. In addition to our dumpster and igloo maintenance, our freon recovery program will be operated in this new building. Furthermore, this building will provide additional heated storage during winter weather which will help insure efficient operation of our equipment, and free up needed space for the Street Division. This building is a 50 x 70' prefabricated building which is larger than the area we currently use (50' x 50'); however, we will be adding an office and restroom to this building along with freon recovery operations. Staff will attend the agenda session and the City Council meeting to answer any questions. If you should have any questions about this project prior to these meetings, please contact me at 444-3497 at your convenience. • STAFF REVIEW FORM XXX AGENDA REQUEST CONTRACT REVIEW GRANT REVIEW For the Council meeting of March 21) 2000 FROM: Willie Newman Solid Waste Public Works Name Division Department ACTION REQUESTED: Award and approval bid #: 2000-24 to the lowest bidder, Heckathorn Construction Co., in the amount of $190,863 plus 15% contingency and a budget adjustment in the amount of $19,492 for the construction of the solid waste container maintenance building. COST TO CITY: S 219.492 $225,567 Container Maintenance Building Cost of this request Category/Project Budget Category/Project Name 5500-5060-5891.00 S 25.567 Solid Waste Improvements Account Number Funds Used to Date Program Name 99079 $200.000 Solid Waste Project Number Remaining balance Fund BUDGET REVIEW: Budgeted Item Budget Coordinator CONTRACT/GRANT/LEASE REVIEW: Purchasing Officer STAFF Head 3 -5-o D Date -coo Date 3-1-0b Date S 7 -OO Date Date Date Budget Adjustment Attached Administrative Services Director GRANT AGENCY Coordinator Auditor Date Date Cross Reference New Item: Yes No Prev Ord/Res #: Orig Contract Date: Page 2 SNP RRYIEI PCRR Description Meeting Date_ Covents: Budget Coordinator Accounting Manager City Attorney Purchasing Officer ADA Coordinator Internal Auditor Reference Convents: FAYETTEV?L.LE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Cheryl Zotti, Solid Waste From: Heather Woodruff, City Clerk Date: March 27, 2000 Attached is a copy of the resolution awarding Bid 2000-24 to Heckathorn Construction. I am also returning two original contracts for you to distribute. Your purchase requisition has been forwarded to Yolanda Fields. The original will be microfilmed and filed with the City Clerk. cc: Yolanda Fields, Internal Auditor Steve Davis, Budget and Research mss. 31- o O MICROFILMED PROJECT MANUAL CONTAINER MAINTENANCE BUILDING CITY OF FAYETTEVILLE, ARKANSAS FEBRUARY, 2000 MCE PROJECT NO. FY992157 4nesrosere �: McCLELLAND :y U' CONSULTING• • ENGINEERS, Inc. No.24 S- /01StAtE Of a REGISTERED? PR OFE.SSIONAL ENGINEER ;'F No.5477 FBI l09jK J. /I..*.SD PROJECT MANUAL CONTAINER MAINTENANCE BUILDING CITY OF FAYETTEVILLE FEBRUARY, 1999 MCE PROJECT NO. FY992157 Prepared By: McClelland Consulting Engineers, Inc. 1810 North College P.O. Box 1229 Fayetteville, Arkansas 72701 (501) 443-2377 L__ TABLE OF CONTENTS FAYETTEVILLE CONTAINER MAINTENANCE BUILDING FY992157 SECTION NO. SECTION TITLE NO. OF PAGES PART I BIDDING REQUIREMENTS ' 00030 ADVERTISEMENT FOR BIDS .......................... 2 00100 INSTRUCTIONS TO BIDDERS ......................... 7 00200 INFORMATION AVAILABLE TO BIDDERS .............. .1 - GEOTECHNICAL REPORT - WAGE RATES ' 00300 BID FORM LUMP SUM ................................ 6 00350 BID BOND .......................................... 2 NOTICE OF AWARD .................................. 1 I. PART II CONTRACT FORMS r ■ 00500 CONTRACT ......................................... 3 00600-1 PERFORMANCE BOND ............................... 2 ' 00600-2 PAYMENT BOND .................................... 2 - NOTICE TO PROCEED ................................ 1 ' PART III CONDITIONS OF THE CONTRACT 00700 GENERAL CONDITIONS .............................. 33 00800 SUPPLEMENTARY CONDITIONS ...................... 5 PART IV SPECIFICATIONS ' DIVISION 1 GENERAL REQUIREMENTS 01009 Summary of Work ..................................... 2 I 01300 Submittals ........................................... 5 01400 Quality Control .......................................3 01500 Temporary Construction Facilities and Utilities .............. 3 ' 01700 Contract Closeout......................................2 Form EJCDC No. 1910-8-E (Application for Payment) ........ Lien Release ....................................... Form EJCDC No. 1910-8-B (Change Order) .............. DIVISION 2 SITE WORK I02100 Site Preparation ....................................... 3 . 02200 Earthwork ........................................... 9 02500 Asphalt and Gravel Surfacing ............................ 3 ' 02611 Cast Iron Soil Pipe & Fittings ............................ 3 02630 Polyvinyl Chloride (PVC) Pipe and Fittings ................. 4 02900 Landscaping .......................................... 3 TABLE OF CONTENTS (cont'd) I SECTION NO. DIVISION 3 03210 03300 03351 SECTION TITLE CONCRETE Reinforcing Steel ...................................... 4 Cast -in -Place Concrete .................................. 26 Concrete Surface Hardener .............................. 3 NO. OF PAGES DIVISION 6 WOOD AND PLASTICS 06100 Rough Carpentry ...................................... 6 06200 Finish Carpentry ....................................... 3 DIVISION 7 THERMAL AND MOISTURE PROTECTION 07210 Building Insulation ..................................... 2 DIVISION 8 DOORS AND WINDOWS 08200 Wood Doors .......................................... 4 08331 Rolling Service Door ................................... 3 08712 Door Hardware........................................6 DIVISION 9 FINISHES 09900 Painting ............................................. DIVISION 10 SPECIALTIES 10800 Lavatory Accessories ................................... DIVISION 13 SPECIAL CONSTRUCTION 13121 Pre -Engineered Buildings ............................... DIVISION 15 MECHANICAL 15010 General Mechanical Requirements ......................... 15240 Vibration Isolation 15250 ..................................... Mechanical Insulation 15411 ................................. . Sanitary Drain, Waste and Vent Piping System ............... 15412 Domestic Water Piping System .......................... 15440 . Plumbing Fixtures and Trim ............................. 15629 Electric Unit Heaters 15784 ................................... Packaged Terminal Air Conditioner ....................... 15860 Fans ................................................ DIVISION 16 ELECTRICAL 16010 Basic Electrical Requirements ............................ 16110 Raceways ............................................ 16120 Wires and Cables 16130 ...................................... Boxes and Enclosures 16140 ......6........................... Wiring Devices ....................................... 16170 Disconnect Switches 16190 ................................... Supporting Devices .................................... 16195 Electrical Identification 16421 ................................. Underground Electrical Services ......................... 16450 Grounding ........................................... i[f, 2 13 13 3 3 4 4 3 3 9 5 3 3 3 2 3 3 4 2 I I I L I I ,/ TABLE OF CONTENTS (cont'd)........................................ SECTION NO. SECTION TITLE NO. OF PAGES SECTION 16 (Continued) 16471 Circuit Breaker Panelboards, 240 VAC (NQOD) ............. 3 16510 Lighting Fixtures ...................................... 3 APPENDIX A OSHA Standard for Excavation and Trenches Safety Program APPENDIX B Arkansas State Licensing Law For Contractors I 1 Bids: I I DOCUMENT 00030 ADVERTISEMENT FOR BIDS PROJECT: CONTAINER MAINTENANCE BUILDING MCE Project No.: FY992157 City of Fayetteville Bid No.: 00-24 McClelland Consulting Engineers, Inc. 1810 North College P.O. Box 1229 Fayetteville, Arkansas 72701 Phone: (501) 443-2377 City of Fayetteville, Arkansas will receive sealed bids on a General Contract for a Container Maintenance Building. The project consists of construction of a 50' x 70' pre -manufactured metal building with interior partitions, interior mechanical and electrical equipment, water, sewer, and electrical services, asphalt paving, and also the construction of a metal framed shelter over existing walls adjacent to the nearby recycle building. Bids shall be on a lump sum basis. City of Fayetteville, Arkansas will receive Bids until 1:30 p.m. Local Time on Tuesday, February 29, 2000, at Room 306, City Administration Building, 113 W Mountain Street, Fayetteville, Arkansas 72701. Bids received after this time will not be accepted. Bids will be opened and publicly read aloud immediately after specified closing time. All interested parties are invited to attend. Bidding Documents may be examined at the offices of the Engineer, City Engineer and at: ' ABC Plans Room F. W. Dodge Reports Construction Market Data % Southern Reprographics 5100 East Skelly P.O. Box 1109 (72203) ' 2905 Point Circle Suite 1010 1501 N. Pierce, Suite 101 Fayetteville, AR 72704 Tulsa, OK 74135 Little Rock, AR 72207 I FY992157 Fayetteville Container Maintenance Building 00030- 1 I I ft Copies of the Bidding documents may be obtained at the Engineer's office in accordance with the Instructions to Bidders upon depositing the sum of$75.00 75.00 for each set of documents. Return of documents is not required, and amount paid for documents is not refundable. Partial sets are not available. + Each Bid must be submitted on the prescribed form and accompanied by a certified check or bid bond executed on the prescribed form, payable to the City of Fayetteville, Arkansas in an amount not less than 5 percent of the amount bid. For information concerning the proposed work, contact Fred J. Schlegel, P. E. at the Engineers office. The attention of the Bidder is directed to the applicable federal and state requirements and conditions of employment to be observed and minimum wage rates to be paid under this contract. "Pursuant to Ark. Code Annotated 22-9-203, the City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority, and women business enterprises." The Owner reserves the right to waive irregularities and to reject bids and to postpone the award of the Contract for a period of time which shall not exceed beyond 90 days from the bid opening date. CITY OF FAYETTEVILLE, ARKANSAS By: Fred Hanna, Mayor I I I I I I. I I I (I I I H I FY992157 Fayetteville Container Maintenance Building 00030-2 I DOCUMENT 00100 INSTRUCTIONS TO BIDDERS PARAGRAPH NO./TITLE PAGE NO. IL FORMAT 1 2. SPECIFICATION LANGUAGE 1 ' 3. GENERAL DESCRIPTION OF THE PROJECT I 4. QUALIFICATION OF CONTRACTORS 1 ' 5. DOCUMENT INTERPRETATION 1 6. BIDDER'S UNDERSTANDING 2 ' 7. PROJECT MANUAL AND DRAWINGS 2 8. TYPE OF BID 3 I. 9. TRENCH AND EXCAVATION SAFETY SYSTEM 3 10. PREPARATION OF BIDS 3 11. STATE AND LOCAL SALES AND USE TAXES 4 12. SUBMISSION OF BIDS 4 13. TIE BIDS 4 ' 14. TELEGRAPHIC OR WRITTEN MODIFICATION OF BID 4 15. WITHDRAWAL OF BID 4 ' 16. BID SECURITY 5 17. RETURN OF BID SECURITY 5 18. AWARD OF CONTRACT 5 19. BASIS OF AWARD 6 ' 20. EXECUTION OF CONTRACT 6 21. PERFORMANCE AND PAYMENT BONDS 6 ' 22. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND 7 23. PERFORMANCE OF WORK BY CONTRACTOR 7 24. TIME OF COMPLETION 7 25. PROVIDING REQUIRED INSURANCE 7 I I DOCUMENT 00100 INSTRUCTIONS TO BIDDERS 1. FORMAT The Contract Documents are divided into Parts, Divisions, and Sections in keeping with ' accepted industry practice in order to separate categories of subject matter for convenient reference thereto. Generally, there has been no attempt to divide the Specification Sections into work performed by the various building trades, work by separate subcontractors, or work required for separate facilities in the Project. 2. SPECIFICATION LANGUAGE ' "Command" type sentences are used in Contract Documents. These refer to and are directed to the Contractor. • 3. GENERAL DESCRIPTION OF THE PROJECT ' Generally, the work consists of construction of a 50' by 70' pre -manufactured metal building for use as a shop to repair waste containers such as dumpsters. The building has two interior rooms to service as a restroom and office. The building will include electrical, mechanical, and plumbing systems. Site work consists of asphalt and gravel paving as well as extensions of water and sewer services from nearby lines. In addition a metal ' framed shelter over existing concrete walls forming a recycled plastic bale storage area will be installed. The latter is located adjacent to the recycle waste building a few hundred feet north of the container maintenance building. The scope is indicated on the ' accompanying Drawings and specified in applicable parts of these Contract Documents. 4. QUALIFICATION OF CONTRACTORS ' The prospective bidders must meet the statutorily prescribed requirements before Award of Contract by the Owner. ' Owner and Engineer shall review each Bidder qualifications before a Contract will be awarded for the work contemplated herein, the Owner will conduct such investigation as is ' necessary to determine the performance record and ability of the apparent low Bidder to perform the size and type of work specified under this Contract. Upon request, the Bidder shall submit such information as deemed necessary by the Owner to evaluate the Bidder's ' qualifications. ' 5. DOCUMENT INTERPRETATION The Contract Documents governing the Work proposed herein consist of the Drawings ' and all material bound herewith. These Contract Documents are intended to be mutually FY992157 Fayetteville Container Maintenance Building 00100- 1 cooperative and to provide all details reasonably required for the execution of the proposed Work. Any person contemplating the submission of a Bid shall have thoroughly examined all of the various parts of these Documents, and should there be any doubt as to the meaning or intent of said Contract Documents, the Bidder should request of the Engineer, in writing (received by the Engineer at least 5 working days prior to bid opening) an interpretation thereof. Any interpretation or change in said Contract Documents will be made only in writing,'in the form of Addenda to the Documents which will be furnished to all Bidders receiving a set of the Documents. Bidders shall submit with their Bids, or indicate receipt, of all Addenda. The Owner or Engineer will not be responsible for any other explanation or interpretations of said Documents not issued in writing by Addendum. 6. 7 BIDDER'S UNDERSTANDING Each Bidder must inform himself of the conditions relating to the execution of the Work, and it is assumed that he will inspect the site and make himself thoroughly familiar with all the Contract Documents. Failure to do so will not relieve the successful Bidder of his obligation to enter into a Contract and complete the contemplated Work in strict accordance with the Contract Documents. It shall be the Bidder's obligation to verify for himself and to his complete satisfaction all information concerning site and subsurface conditions. Information derived from topographic maps, or from Drawings showing location of utilities and structures will not in any way relieve the Contractor from any risk, or from properly examining the site and making such additional investigations as he may elect, or from properly fulfilling all the terms of the Contract Documents. Each Bidder shall inform himself of, and the Bidder awarded a Contract shall comply with, federal, state, and local laws, statutes, and ordinances relative to the execution of the Work. This requirement includes, but is not limited to, applicable regulations concerning minimum wage rates, nondiscrimination in the employment of labor, protection of public and employee safety and health, environmental protection, the protection of natural resources, fire protection, burning and nonburning requirements, permits, fees, contractor's license, nonresident contractors' notice and bond requirements, and similar subjects. PROJECT MANUAL AND DRAWINGS No return of Drawings is required and no refund will be made. The successful bidder will be furnished three sets of Documents without charge. Any additional copies required will be furnished to the Contractor at $_75.00 per set. Partial sets will not be available. FY992157 Fayetteville Container Maintenance Building 00100-2 El 8. TYPE OF BID I A single lump sum price shall be submitted in the appropriate place on the bid. The total amount to be paid the Contractor shall be the amount of the lump sum bid as adjusted for additions or deletions resulting from change orders during construction. The bidder shall furnish a breakdown of his lump sum bid as stated in the bid. 1 9. TRENCH AND EXCAVATION SAFETY SYSTEM I I I I I I C I I IN ACCORDANCE WITH ACT 291 OF 1993, BIDDERS MUST PROVIDE A SEPARATE PRICE FOR TRENCH AND EXCAVATION SAFETY PROGRAMS IN THE SPACE PROVIDED ON THE BID FORM. FAILURE TO DO SO WILL SUBJECT THE BIDDER TO DISQUALIFICATION. 10. PREPARATION OF BIDS All blank spaces on the Bid Form must be filled in, preferably in BLACK ink, in both words and figures where required. No changes shall be made in the phraseology of the forms. Written amounts shall govern in cases of discrepancy between the amounts stated in writing and the amounts stated in figures Any Bid may be rejected which contains material omissions, or irregularities. Also, a bid may be rejected if, in any manner it shall fail to conform to the conditions of the published ADVERTISEMENT FOR BIDS, Bidding Requirements, and Contract Documents. Only one bid from any individual, firm, partnership, or corporation, under the same or different names, will be considered. Should it appear to the Owner that any Bidder is interested in more than one bid for Work contemplated, all bids in which such Bidder is interested will be rejected. The Bidder shall sign his Bid Form on the blank space provided therefor. If Bidder is a corporation, the legal name of the corporation shall be set forth above, together with the signature of the officer or officers authorized to sign Contracts on behalf of the corporation. If Bidder is a partnership or sole proprietorship, the true name of the firm shall be set forth above, together with the signature of the sole proprietor, partner or partners authorized to sign Contracts in behalf of the firm. If signature is by an agent, other than an officer of a corporation or a member of a partnership or sole proprietor, a notarized power -of -attorney must be on file with the Owner prior to opening of bids or submitted with the Bid. ' 11. STATE AND LOCAL SALES AND USE TAXES ' Unless the Supplementary Conditions contains a statement that the Owner is exempt from state sales tax on materials incorporated into the Work due to the qualification of the Work under this Contract, all state and local sales and use taxes, as required by the laws and ' FY992157 Fayetteville Container Maintenance Building 00100-3 I statutes of the state and its political subdivisions, shall be paid by the Contractor. Prices quoted in the Bid shall include all nonexempt sales and use taxes, unless provision is made in the Bid Form to separately itemize the tax. 12. SUBMISSION OF BIDS All Bids must be submitted, not later than the time prescribed, at the place, and in the manner set forth in the ADVERTISEMENT FOR BIDS. Bids must be made on the Bid Form provided herein. Each Bid must be submitted in a sealed envelope, so marked as to indicate its contents without being opened, and addressed in conformance with the instructions in the ADVERTISEMENT FOR BIDS. 13. TIE BIDS If two or more sealed bids are equal in amount, meet specifications, and are the lowest received at the bid opening then the apparent low bidder will be determined by lot (placing the name of the tie bidders into a container and drawing one name). The drawing will be , done by Owner personnel or another person designated by the Owner in the presence of a witness and tie bidders. The witness shall be an employee of the Owner or Engineer. Documentation of the drawing must be included on the bid tabulation and be signed by , those present. Nothing in the above and foregoing will diminish the Owner's reserved right to reject any and all bids and to waive formalities. 14. TELEGRAPHIC OR WRITTEN MODIFICATION OF BID Any Bidder. may modify his bid by telegraphic or written communication at any time prior ' to the scheduled closing time for receipt of bids, provided such communication is received by the Owner prior to the closing time. The telegraphic or written communication should not reveal the bid price; it shall, however, state the addition or subtraction or other modification so that the final prices or terms will not be known by the Owner until the sealed bid is opened. ' 15. WITHDRAWAL OF BID Any Bid may be withdrawn prior to the scheduled time for the opening of bids either by telegraphic or written request, or in person. No Bid may be withdrawn after the time scheduled for opening of Bids, unless the time specified in Item, AWARD OF CONTRACT, of these INSTRUCTIONS TO BIDDERS shall have elapsed. I El FY992157 Fayetteville Container Maintenance Building 00100 -4 ' 1 I 16. BID SECURITY Bids must be accompanied by cash, a certified check, or cashier's check drawn on a bank in good standing, or a bid bond issued by a Surety authorized to issue such bonds in the State where the Work is located, in the amount of 5 percent of the total amount of the Bid submitted. This bid security shall be given as a guarantee that the Bidder will not withdraw his Bid for a period of 90 days after bid opening, and that if awarded the Contract, the successful Bidder will execute the attached Contract and furnish properly executed Performance and Payment Bonds, each in the full amount of the Contract price within the time specified. The Attorney -in -Fact (Resident Agent) who executes this bond in behalf of the Surety must attach a notarized copy of his power -of -attorney as evidence of his authority to bind the Surety on the date of execution of the bond. All bid bonds and Contract bonds shall be executed by a LICENSED RESIDENT ' AGENT of the surety having his place of business in the STATE OF ARKANSAS and in all ways complying with the laws of the State of Arkansas. ' The mere countersigning of a bond will not be sufficient. If the Bidder elects to furnish a Bid Bond, he shall use the Bid Bond form bound herewith, or one conforming substantially thereto in form and content. 17. RETURN OF BID SECURITY Within 15 days after the award of the Contract, the Owner will return the bid securities to all Bidders whose Bids are not to be further considered in awarding the Contract. Retained bid securities will be held until the Contract has been finally executed, after which all bid securities, other than Biddersbonds and any guarantees which have been forfeited, will be returned to the respective Bidders whose Bids they accompanied. ' 18. AWARD OF CONTRACT ' Within 90 calendar days after the opening of Bids, unless otherwise stated in the ADVERTISEMENT FOR BIDS or SUPPLEMENTARY CONDITIONS of these Documents, the Owner will accept one of the Bids or will act in accordance with BASIS ' OF AWARD, below. The acceptance of the Bid will be by written notice of award, mailed or delivered to the office designated on the Bid Form. In the event of failure of the lowest responsible and responsive qualified Bidder to sign and return the Contract with 'acceptable Performance and Payment Bonds, as prescribed herein, the Owner may award the Contract to the next lowest responsible and responsive qualified Bidder. Such award, if made, will be made within 90 days after the opening of Bids. FY992157 Fayetteville Container Maintenance Building 00100-5 L 19. BASIS OF AWARD If, at the time this Contract is to be awarded, the Total Base Bid of the lowest acceptable , Bid exceeds the funds then estimated by the Owner as available, the Owner may reject all bids or take such other action as best serves the Owner's interests. Basis of award will be , as stated in the bid. 20. EXECUTION OF CONTRACT The successful Bidder shall, within 15 consecutive days after receiving notice of award, sign and deliver to the Owner the Contract hereto attached together with the acceptable bonds as required in these Documents. Within 15 consecutive days after receiving the signed Contract with acceptable bonds from the successful Bidder, the Owner's authorized agent will sign the Contract. Signature by both parties constitutes execution of the Contract. The successful bidder shall conform to the Rules and Regulations of Arkansas Department , of Finance and Administration concerning nonresident contractor's notice and bond requirements. 21. PERFORMANCE AND PAYMENT BONDS The successful Bidder shall file with the Owner a Performance Bond and Payment Bond , on the form bound herewith, each in the full amount of the Contract Price in accordance with the requirements of the State of Arkansas as applicable, as security for the faithful performance of the Contract and the payment of all persons supplying labor and materials for the construction of the Work, and to cover all guarantees against defective workmanship or materials, or both, for a period of 1 year after the date of final acceptance of the Work by the Owner. The Surety furnishing this bond shall have a sound financial standing and a record of service satisfactory to the Owner, shall be authorized to do business in the State of Arkansas, and shall be listed on the current U. S. Department of Treasury Circular Number 570, or amendments thereto in the Federal Register, of acceptable Sureties for Federal projects. If the Surety on any Bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the project is located or it ceases to meet the requirements of the preceding paragraph, Contractor shall within five days thereafter substitute another Bond and Surety, both of which must be acceptable to Owner. The Attorney -in -Fact (Resident Agent) who executes this Performance Bond and Payment Bond in behalf of the Surety must attach a notarized copy of his power -of -attorney as evidence of his authority to bind the Surety on the date of execution of the bond. All Contracts, Performance and Payment Bonds, and respective powers -of -attorney will have the same date. FY992157 Fayetteville Container Maintenance Building 00100-6 a u I 22. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND I I I I I I The Bidder who has a Contract awarded to him and who fails to properly execute the Contract and furnish the Performance and Bond and Payment Bond, within the time frame stipulated elsewhere in these documents, shall forfeit the bid security that accompanied his bid, and the bid security shall be retained as liquidated damages by the Owner, and it is agreed that this sum is a fair estimate of the amount of damages the Owner will sustain in case the Bidder fails to enter into a Contract and furnish the bond as hereinbefore provided. Bid security deposited in the form of cash, a certified check, or cashier's check shall be subject to the same requirements as a Bid Bond. 23. PERFORMANCE OF WORK BY CONTRACTOR The Contractor shall perform on the site and with his own organization, work equivalent to at least forty percent of the total amount of the Work to be performed under this Contract. Contractors submitting bids where forty percent of Work is not with their own forces shall be deemed a "Brokerage Contractor" and bid may be rejected by Owner. If determined during "Award of Contract" phase that Contractor is not going to be performing forty percent of Work as bid, Contractor's bid may be subject to rejection and forfeiture of Bid Bond. ' If, during the progress of the Work hereunder, the Contractor requests a reduction of such percentage, and the Engineer determines that it would be to the Owner's advantage, the ' percentage of the work required to be performed by the Contractor's own organization may be reduced, PROVIDED prior written approval of such reduction is obtained by the Contractor from the Engineer. ' Each bidder must furnish with his bid a list of the items that he will perform with his own forces and the estimated total cost of these items. ' 24. TIME OF COMPLETION ' The time of completion of the Work to be performed under this Contract is of the essence of the Contract. Delays and extensions of time may be allowed in accordance with the provisions stated in Document 00700 - GENERAL CONDITIONS. The time allowed for ' the completion of the Work is stated in Document 00500 - Contract. ' 25. PROVIDING REQUIRED INSURANCE The Bidder's attention is directed to the insurance requirements set forth in the General ' Conditions (amended in the Supplementary Conditions, if appropriate). Submittal of a bid indicates full understanding and intent to comply with the insurance requirements which are a condition of the contract. FY992157 Fayetteville Container Maintenance Building 00100-7 DOCUMENT 00200 INFORMATION AVAILABLE TO BIDDERS PART I. GENERAL 1.1 SECTION INCLUDES A. Arkansas Prevailing Wage Determination Number 99-153. B. Geotechnical Investigation by McClelland Consulting Engineers, Inc. PART 2. PRODUCTS Not Used. PART 3. EXECUTION Not Used. END OF SECTION FY992157 Fayetteville Container Maintenance Building 00200- 1 6 -Jan -00 01/06/2000 10:57 5016824508 Mike Huckabee G- Fred Schlegel McClelland Engineers 1870 N. College Fayetteville, AR 72702 Dear Mr. Schlegel: ARDEPTLABOR STATE OF ARKANSAS ARKANSAS DEPARTMENT OF LABOR 10421 WEST MARKHAM • UTTLE ROCK ARKANSAS 72205-2190 (501) 082-4500 • FAX (501) 6824535 • TOO: (800) 285-1131 January 6, 2000 PAGE 01 fj I James L. Salk«tl 3x• 0r ' RECEIVED JAN 0 6 2000 Re: Container Maintenance Building Fayetteville, Arkansas Washington County In response to your request, enclosed is Arkansas Prevailing Wage Determination Number 99-183 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 shell 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 Ana §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). If you have any questions, please call me at (501) 682-4599 or fax (501) 682-4508. Enclosures Sincerely, acU' Ice Malone Prevailing Wage Investigator I I L P I I [1 I I I I I L L H I 01/06/2000 10:57 5@16824508 4RDEPTLABOR 04rr 02 Li I I I I Li Li Li I Li I L I I I I I El Page 1 of 2 ARKANSAS DEPARTMENT OF LABOR PREVAILING WAGE DETERMINATION — BUILDING RATE DATE: January 6, 2000 DETERMINATION #: 99-253 PROJECT: Container Maintenance Building COUNTY: Washington Fayetteville, Arkansas EXPIRATION DATE: 7-600 SURVEY N: 799-AROS BASIC HOURLY FRINGE CLASSIFICATION RATE BENEFITS Asbestos Worker/lasulator 8.40 Bricklayer/Pointer, Cleaner, Caulker 17.00 Carpenter 12.05 Concrete Finisher/Cement Mason 12.00 Electrician/Alarm Installer 13.55 1.80 Elevator Mechanic 17.20 7.50 Elevator Helper 12.04 7.08 Glaser 10.50 .40 HVACR Mechanic 13.05 .30 Ironworker 10.90 1.05 Laborer 8.40 Marblafrile/Terrazzo Worker - 12.69 Millwright 10.85 1.65 Painter/Shorn Rock Finisher 9.80 Plasterer 13.60 Plumber/Pipefiuer 13.55 Roofer 10.00 2.00 Shed Metal Worker 12.50 .30 Sprinkler Fitter 16.70 3.45 Truck Driver 10.05 Waterproofer 14.00 1.09 Power Equipment Operators: Group 1 14.75 2.85 Group II 12.60 Group In 11.00 Group IV 10.35 Welders -receive rate prescribed for craft performing operation to which welding is incidental. Certified July 1, 1999 CLASSIFICATIONS THAT ARE NOT LISTED, BUT THAT WILL BE WORKING ON THIS PROJECT, MUST 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. 01/0 1 5016824508 ARDEPTLABDR PAGE 03 Page 2 of 2 ARKANSAS DEPARTMENT OF LABOR PREVAILING WAGE DETERMINATION - BUILDING RATE DATE: January 6,2000 DETERMINATION M: 99-253 PROJECT: Container Maintenance Building COUNTY: Washington Fayetteville, Arkansas EXPIRATION DATE: 7-6-00 SURVEY#: 799-AR05 Power Eguioment On stop: 1 Group.L , 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. GrOUDII Operators engaged in operating the following equipment or performing work relative to the engineer's jurisdiction: Hydraulic cranes, cherry pickers, backhoes, and all derricks with a lifting capacity less than 50 tons, as specified by the manufacturer, all backhoes, tractor or truck type, all overhead & traveling cranes, or tractors with swinging boom attachments, gradeails, all above equipment irrespective of motive power, leverman (engineer), hydraulic or bucketdredges, irrespective of size. Qp 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 backfrllers, all central mixing plants, 10S 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. Light Equipment Operators. Operators engaged in operating the following equipment: Oilerdriver motor , crane, single drum hoists, winches and air tuggers, irrespective of motive power, winch or A frame trucks, rollers of all types and pulltractors, regardless of size, elevator operators inside and outside when used for carrying workmen from floor to floor and handling building material, Lad-A-Vator Conveyor, batch plant, and mortar or concrete mixers, below 10S, end dump euclid, pumperete spray machine and pressure grout machine, air compressors, regardless of size. All light equipment, welding machines, light plants, pumps, all well point system dewatering and portable pumps, space heater, irrespective of size, and motive power, equipment greaser, oiler, mechanic helper, drilling machine helper, asphalt distributor and like equipment, safety boat operator and deckhand. L I I I 5016824508 ARDEPTLASJR PAGE 04 I H u I I fl a. CA I Fy 0 Is y U. ° z �Ia ro g o. dfl GEOTECHNICAL INVESTIGATION CONTAINER MAINTENANCE BUILDING CITY OF FAYETTEVILLE for McCLELLAND CONSULTING ENGINEERS, INC. FAYETTEVILLE, ARKANSAS FEBRUARY, 2000 Project No. FY993828 Prepared By: Daa,Daad m Servo McClelland Consulting Engineers, Inc. 1810 North College, P.O. Box 1229 Fayetteville, Arkansas 72701-1229 (501) 443-2377, Fax (501)-443-9241 9Z q?c 0 ARKAt ♦ w e aV ya 4 2 ��g I I I I I I il I I I 1 I I I GEOTECHNICAL INVESTIGATION CONTAINER MAINTENANCE BUILDING CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS FOR McCLELLAND CONSULTING ENGINEERS, INC. FAYETTEVILLE, ARKANSAS INTRODUCTION An investigation of subsurface soil conditions was conducted by McClelland Consulting Engineers, Inc., at the proposed building site within the City of Fayetteville's Composting Site east of Happy Hollow Road in Fayetteville, Arkansas. The investigation was authorized by Mr. Fred Schlegel, P.E. of MCE to obtain subsurface soil conditions at the project site and to prepare recommendations for the design of the foundation system for the proposed building. The project is to consist of a single story metal building and associated parking and driveway. The data was determined from the following three-phase program: A. An investigation of the subsurface conditions, and visual soil classification by use of sample borings. B. A laboratory testing program to determine the strength parameters and engineering properties of the soil strata. C. An engineering analysis of the laboratory and field data for bearing capacity, foundation and pavement recommendations. I \\Wayne�data\993828Veport.wpd: WJ I FIELD INVESTIGATION The soil conditions at the building site were investigated by two (2) sample borings. The borings were drilled to depths of fifteen (15) feet. The boring locations are indicated on Plate 1. Descriptions and classifications of the soil strata encountered and the results of the field and laboratory tests are given on the boring logs, Plates 2 and 3. A key to the terms and symbols used on the boring logs is presented on Plate 4. The borings were drilled using a truck -mounted rotary drilling rig and advanced by 5'% -inch hollow stem auger. Soil samples were obtained at the depths indicated on the boring logs by the use of a 2 -inch split -spoon sampler for obtaining samples from cohesionless or slightly cohesive soils. The split -spoon sampler was driven by blows from a 140 -pound hammer dropped 30 inches. The number of blows required to drive the split -spoon sampler the final 12 inches of an 18 -inch drive, or portion thereof, is referred to as the Standard Penetration value, N, and is recorded on the boring logs in the blows -per -foot column. The field tests performed included visual soil classification and groundwater observations. The groundwater table was encountered by borings at the time of drilling and the water depth is indicated on the boring logs. LABORATORY TESTS Laboratory tests were performed on soil samples recovered from the borings. The laboratory tests are directed at determining the engineering properties of the soil strata. I 1 I 1I I �I I \\Wayne\oata\993828Vepon.wpd: WJ 2 1, I I I I I I I L I 1 I I I I The test performed included moisture contents, unit weight; gradation, and Atterberg Limits tests. The natural soil moisture content was determined for the selected soil samples to provide a moisture profile for each boring. Unit weight determinations were performed on suitable undisturbed soil samples and the dry unit weight is given on the boring logs. Atterberg Limits tests (liquid and plastic limits) were performed on selected samples to aid in the soil classification and to help evaluate the volume change characteristics of each soil stratum. Gradation analyses were performed on representative soil samples to aid in the soil classification of the selected soil strata. The results of the gradation tests are given on the Laboratory Testing Results, Plate 5 at the end of this report. GENERAL SOIL CONDITIONS The project site is located at the north edge of the Composting Site Area and east of the Animal Shelter in Fayetteville, Arkansas. The site was previously used as the Wastewater Treatment Plant, prior to 1968. The surface features of the plant were removed, however the lower portions of the units still exist and the site has been filled with soil, gravel and rubble material. The topography of the site indicates the site to have a gentle slope to the north. The borings encountered a surface stratum of firm to stiff dark brown clayey silt (Topsoil) to a depth of about six (6) inches. The borings encountered an underlying \\Wayne\data199382BVeporlwpd:WJ 3 1 I stratum of stiff tan and reddish- brown silty clay with gravel and rubble debris to depth of three (3) to four (4) feet. The borings encountered an underlying stratum of stiff tan and reddish brown silty clay with gravel to depth from thirteen (13) to fifteen (15) feet. Boring1 encountered an underlying stratum of soft to medium hard gray weathered shale to depth of fifteen (15) feet. Boring 2 encountered the underlying tank concrete footing at a depth of fifteen (15) feet. ANALYSIS AND RECOMMENDATIONS The proposed building is to be a pre-engineered metal building with interior office and maintenance areas. The anticipated column loads are in the range of fifteen (15) ) kips. The foundation system recommended for the building is spread and continuous footing system founded at a minimum depth of four (4) feet below the proposed finished floor of 1 I 1I the building. The safe allowable bearing pressure for the native material or structural embankment material is 2,000 pounds per square foot (psf). A continuous footing may 'I be used where required with a safe allowable bearing pressure of 1,750 psf. This allowable bearing pressure provides a minimum factor of safety of three (3) with respect to the measured and estimated strength properties of the bearing stratum. Foundation settlement under the structure for the spread footing system should be less than'/: -inch. Total and/or differential settlement between the building columns should be'/, -inch to ''/z -Inch. The soil profile at this project site is a Type S, soil as related to the Earthquake Design according to Section 1206.4.6 of the 1994 Standard Building Code. PWayn&data1993928VeporLwpd:WJ 4 I I1 I I I I E 11 I I I I I U I The footings should be thoroughly cleaned of all loose material after excavation and before concrete placement. The footings should be observed by the Owner, Architect, Engineer and/or Geotechnical Engineer, or their representatives, to verify the adequacy of bearing at the planned depths. Retaining structures, if required, may be designed for a maximum toe pressure of 1,800 psf for the subgrade material. The coefficient of friction between the soil and footing is recommended to be 0.28. The recommended minimum factor of safety against sliding and overturning is 1.5 and 2.0 respectively. The recommended active and passive soil pressures for the retaining wall design are 45 psf and 350 psf respectively. The retaining structures should be backfilled using a free draining granular fill with drainage fabric and be provided with thru-wall drain or other methods for the release of any hydrostatic pressure that may develop. Site Grading The site excavation should include the removal of the topsoil and all organic material from the adjacent composting operation from within the building and pavement areas. The site will require embankment material to adjust the site to the required elevations. The native subgrade material below the select material should be compacted to a minimum density of 95 percent as determined by the Standard Proctor Test, ASTM D 698, at optimum moisture before the placement of select fill material. Alternatively, the native subgrade area maybe proof -rolled using a minimum dual axle fully loaded \\WayneCata%993929Veport.wpd:WJ 5 I I dump truck weighing at least 60,000 lbs. The proof -rolling, if used, should be performed in the presence of the Architect, Engineer, and/or Owner. The select embankment material required for the project site should use off -site select borrow material for a minimum of twelve (12) inches below the base material. The off - site select material is recommended to be the locally available reddish brown silty clay with broken chert gravel and cobbles ("Hillside Material") meeting Unified Soils Classification as a (GC, GW or GM) material and having a Plasticity Index of 35 or less and a Liquid Limit of 60 or less. The structural embankment material under the building, storage, parking and driveway areas should be compacted in place in maximum eight (8) -inch compacted lifts to a minimum density of 95 percent of the maximum density as determined by the Standard Proctor Test, ASTM D 698. The select embankment material should be compacted between five (5) percent below and two (2) percent above the optimum moisture content. The select embankment material should extend a minimum of five (5) feet beyond the exterior of the building and a minimum of three (3) feet beyond the pavement area. The embankment material beyond the building and paved areas should be compacted in place in maximum eight (8) -inch compacted lifts to a minimum density of 92 percent of the maximum density as determined by the Standard Proctor Test ASTM D 698 and should also be compacted at optimum moisture to two (2) percent above and five (5) percent below optimum moisture. The site embankment slopes are recommended to have maximum 6:1 slopes for both cut and fill sections for the convenience of maintenance. IT I 1 I I %kWayne%datal993828Vepan.wpd:WJ 6 I I I I U I I I -I I I I I I LI The embankment fill materials should be controlled using frequent moisture -density tests for each compacted lift using a minimum of one (1) test per 10,000 square feet to a maximum of one (1) test per 2,500 square feet. The surface drainage, during construction, should be carefully maintained during the site embankment and the building construction periods to minimize water ponding within and adjacent to the building and pavement areas. These areas should be provided with a minimum one (1) to one and one-half (1.5) percent slope during construction. All trenching and excavations should be conducted in accordance with Arkansas State Law and OSHA guidelines and requirements. The final site should be graded to provide positive surface drainage with a minimum of two (2) percent recommended for the pavement and a minimum of three (3) percent recommended for grass surfaces. Quality Control testing of the earthwork operation, concrete, paving and other phases is recommended to be utilized during construction to assure the Architect, Engineer, and Owner that the construction complies with the specifications. LIMITATIONS AND RESERVED RIGHTS The recommendations and conclusions made in this report are based on the assumption that the subsoil conditions do not deviate appreciably from those disclosed \\Wayne\data\993828Veport.wpd: WJ 7 I in the test borings. Should significant subsoil variations or undesirable conditions be encountered during construction that are not described herein, the Geotechnical Engineer reserves the right to inspect these conditions for the purpose of reevaluating this report. A review of the final construction plans and specifications by this office is encouraged to ensure compliance with the intent of these recommendations. Sincerely yours, INC. UNE . ayne ,1 nes, P. ice Presi nt FtEnclosures: BoringTestin .y.0c t\Wayn&data1993828VeporLwpd: WJ PIPE dar wY I0 Y47 II' I�r \ SEWAGE 11 - PUMP H, w_1L STATION 4 1 B-2 �__ • 40 LV 0 T/ VG nae 3010 SCALE: 1" 40' V____ fl • .. _ .r ., po Lye apl � ac 4' L I I I LOG OF BORING NO. B-1 Project Owner. CITY OF FAYETTEVILLE MCE Project No.: FY993828 Description: NEW CONTAINER MAINTENANCE BUILDING Method Drilled: S I!2Continuous Auger Location: FAYETTEVILLE, ARKANSAS Date Drilled: November 19, 1999 Project Engineer. R. WAYNE JONES, P.E. Boring Location: See Plate I .. °o `m x LL F" U. .C CZ n Description Of Material m c ..., to 1 J (Color,Type,Moistu= & Consistency) N Ci p O? E 3 U in N c 0 0 W Coo U) J f J d (L J ILL O 102.2 lIIiJ OH Topsoil 1 10 ✓i =' 17.0 • GC Stiff Tan and Reddish Brown Silty Clayey Gravel (Fill Material) 2 10 ' ' • 13.4 42 17 25 22/ CL Stiff Tan and Reddish Brown Silty Sandy Clay with Gravel (Fill 3 5015• Material) 13.8 5.0 97.2 46 14.5 45 17 28 5 7 16.3 10.0 92.2 6 5017• 18.7 112.8 Soft to Medium Hard Gray = = Weathered Shale _ 15.0 •7 Sofa• 26.4 =—_ 87.2 — END OF BORING 20.0 82.2 Completion Depth: 15.33 Feat Depth To Water (Final): 14.0 Feet tagged By: H. LACKEY IFayetteville, Arkansas McCLELLAND CONSULTING ENGINEERS, INC. Little Rock, Arkansas PLATE NO. 2 I !I it LOG OF BORING NO. B-2 Project Owner. CITY OF FAYE TEVILLE MCE Project No.: FY993828 Description: CONTAINER MAINTENANCE BUILDING - Method Drilled: S 1/2' Continuous Auger Location: FAYETTEVILLE, ARKANSAS Date Drilled: November 19, 1999 Project Engineer. R. WAYNE JONES, P.E. Boring Location: See Plate 1 LL LL rU. .. ° 0 • _ y U. N to `c z a Description Of Material . c G A 0 e-.(Color,Type,Moisture J Q q G u' J & Consistency) 2 Q ❑ N E T O — •p - L) 0 N N N y a m to a o.o W to m to .4 Q. EL is ❑ 101.1 11111 OH Topsoil 15.6 Stiff Brown and TanSilty Clay with •'.•':' Sandstone, Chert and Shale Gravel 2 5on' ;: and Concrete Rubble (Fill Material) •:: 12.1 , • o.• CC Stiff Reddish Brown Silty Clay with 14.9 48 18 30 5.0 3 I1 Sandstone and Chert Gravel (Fill 96.1 Material) .. 4 6 e.' 14.5 e : : s • s S. e s e ♦ e '� •° CC Firm Tan and Reddish Brown Silty 5 6. o o e Clay and Chert Gravel (Fill Material) 20.7 10.0 e.e° 91.1 °+ a°O. 6 4 e° e° 22.1 114.8 : : s 0 0 •e°e e vas •e e °e a° s : a e e° 15.0 :°o a Auger Refusal on Concrete 86.1 7 50/0' END OF BORING 20.0 81.1 Completion Depth: 15.0 Feet Depth To Water (Final): 14.0 Feet Logged By: H. LACKEY Fayetteville, Arkansas McCLELLAND CONSULTING ENGINEERS, INC. Little Rack, Arkansas PLATE NO. 3 II II fl 1 Ii I SYMBOLS AND TERMS USED ON BORINGS LOGS SOIL TYPES SAMPLER TYPES (SHOWN IN SYMBOL COLUMN) (SHOWNM'f IN SAMPLES1{prygf1COLUMN) I'jy7II ea a•',' ® ® 1 1 1 1 1 1 Gravel Sand SIR Clay Shelby Piston Split No Predominant type shown heavy Tube Spoon Recovery TERMS DESCRIBING CONSISTENCY OR CONDITION COARSE GRAINED SOILS (major portion retained an 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 RELATIVE DENSITY Loose 0 to 40% Medium Dense 40 to 70% Dense 70 to 100% FINE GRAINED SOILS (major portion passing No. 200 sieve): Includes 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 f SOFT. Very Soft Less than 0.25 Soft 0.25 to 0.50 Firm 0.50 to 1.00 Stiff 1.00 to 2.00 Very Stiff 2.00 to 4.00 Hard 4.00 and higher Note: Slickensided and fissured clays may have lower unconfined compressive strengths than shorn above, because of planes of weakness or cracks in the soil. The consistency rating of such soils are based on penetrometer reading. 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 of 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 size missing. I Ter" u.W in true r.port for d.ecrlasnq nmlr rccerdln9 to chair texture or Oretn rls. dietcSb t.,n are In accordance with the URICTED SOIL CWSIrIGTIDII •YST M. an duerited in TCChnlcalflnor.nda It..� 3-357. W .rwe" a.grl"nt station. larch 1133 Mc I PLATE 4 MCEMcCLELLAND P.O. Box 1229 CONSULTING Fayetteville, Arkansas 72702-1229 ENGINEERS INC S01-443-124 DFSlGN(D 70 SERVE , • MATERIALS LABORATORY FAX S01-44-9241 LABORATORY TEST RESULTS JOB NUMBER: FY993828 PROJECT: FAYETTEVILLE CONTAINER MAINTANCE BUILDING DATE: DECEMBER 8, 1999 B S DESCRIPTION DEPTH WATER LL PL PI USC AASHTO SIEVE ANALYSIS %FINER UDW Uc r r Feet CONTENT 31N. 3141N. NO.4 NO.10 NO.40 NO. 200 Is1 I I TAN, BROWN & GRAY SILTY CLAY 0.S-1.6' 17.0 WMIEATHERED SANDSTONE 1 2 TAW, & RED CLAYEY GRAVEL 7-2S 13A 42 17 25 GC A-2-7(2) 100 66.3 26.1 WISAND 1 3 TAN & RED SILTY CLAY WISHALE 4'4' 13.8 CHEAT 1 4 TAN, BROWN & RED SILTY CLAY 6'-7.S 14.6 45 17 28 WISHALE 1 5 TAN & BROWN SILTY CLAY 8-9.5 16.3 • WISHALE 1 6 BROWN, TAN & RED SILTY CLAY 10-115 18.7 112.8 WISHALE 1 7 BROWN, TAN & GRAY SILTY CLAY 16'-16.3' 26.4 & WEATHERED SHALE 2 1 BROWN & TAN SILTY CLAY OS -1.S 15.6 WISANDSTONE, SHALE 2 2 BROWN, TAN & RED SILTY CLAY 2'42 12.1 WISHALE, LIMESTONE 2 3 BROWN &TAN CLAYEY GRAVEL 4'4.5' 14.9 48 16 30 GC A-2-7(3) 100 64.3 32.0 WISAND 2 4 BROWN, TAN & RED SILTY CLAY S -7S 14.5 WICHERT & SHALE 2 6 BROWN,TAN & GRAY SILTY w -9S 20.7 WEATHERED CLAY WICHERT SANDSTONE & LIMESTONE 2 6 BROWN & TAN SILTY CLAY 11-11.1 22.1 114.8 WIORGANICS & SANDSTONE PLATE No. 5 ctAtAwv2e•Axl.•a I AASHTO Accredited - Inspected by AMRL & CCRL I. ' DOCUMENT 00300 I. BID FORM LUMP SUM NOTE TO BIDDER: Please use BLACK ink for completing this Bid form. '• To: City of Fayetteville Address: City Administration Building 113 W. Mountain Street ' Fayetteville, AR 72701 ' Project Title: Container Maintenance Building, Fayetteville, Arkansas Engineers Project No.: FY992157 ' Arkansas Contractor's Date: License No.: Bidder: Address: ' Bidder's person to contact for additional information on this Bid: ' Name: Telephone: ' ADDENDA The Bidder hereby acknowledges that he has received Addenda Numbers: ' to these Specifications. (Bidder insert No. of each Addendum received.) I. FY992157 Fayetteville Container Maintenance Building 1 00300-1 I BIDDER'S DECLARATION AND UNDERSTANDING The undersigned, hereinafter called the Bidder, declares that the only persons or parties interested in this Bid are those named herein, that this Bid is, in all respects, fair and without fraud, that it is made without collusion with any official of the Owner, and that the Bid is made without any connection or collusion with any person submitting another Bid on this Contract. The Bidder further declares that he has carefully examined the Contract Documents for the construction of the project, that he has personally inspected the site, that he has satisfied himself as to the quantities involved, including materials and equipment, and conditions of work involved, including the fact that the description of the quantities of work and materials, as included herein, is brief and is intended only to indicate the general nature of the work and to identify the said quantities with the detailed requirements of the Contract Documents, and that this Bid is made according to the provisions and under the terms of the Contract Documents, which Documents are hereby made a part of this Bid. The Bidder further agrees that he has exercised his own judgment and has utilized all data which he believes pertinent from the Engineer, Owner, and other sources in arriving at his own conclusions. The Bidder states that he has experience in and is qualified to perform the work herein specified and, if he does not have craftsmen experienced and qualified in any phase of the work for which this Bid is offered, that he will subcontract the work under said phase to a contractor who does have the necessary experience and qualifications. CONTRACT EXECUTION AND BONDS The Bidder agrees that if this Bid is accepted, he will, within 15 days after notice of award, sign the Contract in the form annexed hereto, and will at that time, deliver to the Owner the Performance Bond and Payment Bond required herein, and will, to the extent of his Bid, furnish all machinery, tools, apparatus, and other means of construction and do the work and furnish all the materials necessary to complete all work as specified or indicated in the Contract Documents. CERTIFICATES OF INSURANCE, PAYMENT BOND, AND PERFORMANCE BOND The Bidder further agrees to furnish the Owner, before executing the Contract, the certificates of insurance, Payment Bond, and Performance Bond as specified in these Documents. START OF CONSTRUCTION, CONTRACT COMPLETION TIME, AND LIQUIDATED DAMAGES Start of Construction, Contract Completion Time, and Liquidated Damages are stated in Document 00500 - Contract. SALES AND USE TAXES The Bidder agrees that all federal, state, and local sales and use taxes are included in the stated bid prices for the work. II J I I I J I IJ FY992157 Fayetteville Container Maintenance Building 00300 - 2 ILUMP SUM BASE BID the space below write in the bid based upon the full scope of work as shown on the Drawings and 'In Specification for the materials, labor, erection, and other required work. Total Lump Sum Base Bid: Dollars ($ ' (Amount written in words has precedence) Trench and Excavation Safety System, Required by Act 291 of 1993. The Bidder agrees that the following amount is included in the above stated Lump Sum Base Bid. Dollars ($ ' (Amount written in words has precedence) ' BASIS OF AWARD The Bidder understands that the contract will be awarded to the bidder with the lowest Total Lump Sum Base ' Bid. PAYMENT SCHEDULE A detailed payment schedule for each structure or unit shall be submitted by the successful low Bidder. The successful low Bidder shall meet with the Engineer and Owner in Fayetteville, Arkansas, to review the format land details of the payment schedule. This meeting shall be held within 5 days of notification that the Contractor is the low Bidder. The purpose of the meeting shall be to establish an acceptable format for the payment schedule. The detailed payment schedule shall be completed by the Contractor 14 days after the meeting and submitted to the Engineer and Owner for review and approval. The detailed payment schedule shall include as a minimum a separate line item for the concrete floor surface hardener as specified in Section 03351. Failure of the Contractor to submit the payment schedule as required may result in the Owner's rejection of the Bid or delay in processing the Contractor's request for a progress payment. SUBCONTRACTORS ' The Bidder further certifies that proposals from the following subcontractors were used in the preparation of this Bid; and if awarded a contract, Bidder agrees to not enter into contracts with others for these divisions of the Work without written approval from the Owner and Engineer. I I FY992157 Fayetteville Container Maintenance Building 00300 - 3 1 H1 H SUBCONTRACTOR I Arkansas Contractor License # I Street Address, City, State, Zip Code SUBCONTRACTOR Arkansas Contractor License # a Name Street Address, City, State, Zip Code PERFORMANCE OF WORK BY CONTRACTOR The Bidder shall perform at least 40 percent of the work with his own forces (refer to Paragraph 23, INSTRUCTIONS TO BIDDERS. Bids from so-called "Brokerage Contractors" will not be considered.) List below the items that the Bidder will perform with his own forces, if awarded this Contract, and fill in the blank showing the estimated total cost of these items. 1 1 1 1 1 1 1 Estimated total cost of the above items the Bidder states that will be performed with his own forces, if awarded Contract: Dollars ($ ) , 1 FY992157 Fayetteville Container Maintenance Building 00300-4 1 I IEXPERIENCE OF BIDDER 'The Bidder states that he is an experienced Contractor and has completed similar projects within the last 5 years. (List similar projects, with types, names of clients, construction costs, and references with telephone numbers. Use additional sheets if necessary.) I I ISURETY If the Bidder is awarded a construction Contract on this Bid, the Surety who provides the Performance and ' Payment Bond will be: whose address is ' Street, City, State, Zip Code INSURANCE ' The Bidder acknowledges that he is familiar with the insurance requirements on this Project and, if awarded a construction contract, agrees to furnish the required insurance certificates within fifteen (15) days of the date the award is made. BIDDER The name of the Bidder submitting this Bid is: doing business at Street, City, State, Zip Code which is the address to which all communications concerned with this Bid and with the Contract shall be sent. The names of the principal officers of the corporation submitting this Bid, or of the partnership, or of all persons interested in this Bid as principals are as follows: FY992157 Fayetteville Container Maintenance Building 00300-5 If Sole Proprietor or Partnership IN WITNESS hereto the undersigned has set his (its) hand this _ day of Signature of Bidder Title If Corporation IN WITNESS WHEREOF the undersigned corporation has caused this instrument to be executed and its seal affixed by its duly authorized officers this _day of , 19 (SEAL) Name of Corporation Io Title Secretary FY992157 Fayetteville Container Maintenance Building 00300 - I DOCUMENT 00350 I I I BID BOND STATE OF ARKANSAS KNOW ALL MEN BY THESE PRESENTS, that we: IPrincipal and Contractor, and P L, hereinafter called Surety, are held and firmly bound unto the City of Fayetteville, Arkansas and ' represented by its Mayor and City Council, hereinafter called Owner, in the sum of DOLLARS ($ lawful money of the United States of America, for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and ' severally, by these presents. IF WHEREAS, the Principal contemplates submitting or has submitted a bid to the Owner for the furnishing of all labor, materials (except those to be specifically furnished by the Owner), equipment, machinery, tools, apparatus, means of transportation for, and the performance of the work covered in the Bid and the detailed Drawings and Specifications, entitled: Container Maintenance Building Fayetteville, Arkansas ' WHEREAS, it was a condition precedent to the submission of said bid that a cashier's check, certified check, or bid bond in the amount of 5 percent of the base bid be submitted with said bid ' as a guarantee that the Bidder would, if awarded the Contract, enter into a written Contract with the Owner for the performance of said Contract within 15 consecutive calendar days after written notice having been given of the award of the Contract. ' NOW, THEREFORE, the conditions of this obligation are such that if the Principal within 15 consecutive calendar days after written notice of such acceptance enters into a written Contract with the Owner and furnishes a Contract Surety Bond in an amount equal to 100 percent of the base bid, satisfactory to the Owner, then this obligation shall be void; otherwise the sum herein ' stated shall be due and payable to the Owner and the Surety herein agrees to pay said sum immediately upon demand of the Owner in good and lawful money of the United States of America, as liquidated damages for failure thereof of said Principal. I FY992157 Fayetteville Container Maintenance Building 00350- 1 1 IN WITNESS WHEREOF, the said _, as Principal herein, Has caused these presents to be signed in its name by its and attested by its under its corporate seal, and the said as Surety herein, has caused these presents to be signed in its name by its under its corporate seal, this Signed, sealed and delivered in the presence of: By As to Principal Surety day of Principal -Contractor Title A.D., 2000. Attorney -in -Fact (Power -of -Attorney to be Attached) By As to Surety Resident Agent FY992157 Fayetteville Container Maintenance Building 00350-2 NOTICE OF AWARD TO: I. ' PROJECT DESCRIPTION: The OWNER has considered the BID submitted by you for the above described WORK ' in response to its Advertisement for Bids dated , 2000 and Instructions to Bidders. IYou are hereby notified that your BID has been accepted in the amount of: ' You are required by the Instructions to Bidders to execute the Contract and furnish the required CONTRACTOR'S Performance BOND, Payment BOND, and certificates of insurance within fifteen (15) calendar days from the date of this Notice to you. If you fail to execute said Contract and to furnish said BONDS within fifteen (15) days from the date of this Notice, said OWNER will be entitled to consider your bid in default, to annul this Notice of Award and to declare your Bid Security forfeited. The OWNER will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER. Dated this day of , 2000. CITY OF FAYETTEVILLE, ARKANSAS Owner By ' Mayor Fred Hanna ACCEPTANCE OF NOTICE Receipt of the above NOTICE OF AWARD is hereby acknowledged by. this the day of , 2000. By Title FY992157 Fayetteville Container Maintenance Building Notice of Award i I IDOCUMENT 00500 ' CONTRACT ' THIS AGREEMENT, made and entered into on the day of 2000, by and between herein called the Contractor, and the City of Fayetteville, Arkansas, hereinafter called the Owner. 1 WITNESSETH: That the Contractor, for the consideration hereinafter fully set out, hereby agrees with the Owner as follows: 1. That the Contractor shall furnish all the materials, and perform all of the work in manner and ' form as provided by the following enumerated Drawings, Specifications, and Documents, which are attached hereto and made a part hereof, as if fully contained herein and are entitled Plans for Container Maintenance Building at the Compost Facility, dated ' FEBRUARY, 2000. Advertisement for Bids Payment Bond ' Instructions to Bidders General Conditions Bid and acceptance thereof Supplemental Conditions Performance Bond Specifications Drawings (See Sheet Index below) I I 1l I I I SHEET INDEX Sheet Number Description 1 Existing Site Plan 3 Building Elevations 2 Proposed Site Plan 5 Slab Plan at Elevation 103.30 6 Floor Plan and Room Details 7 Utility Site Plan 8 Plumbing Drain and Supply Plan 9 Plumbing Riser Details, and Schedules 10 Mechanical Plan 11 Mechanical Details and Schedules 12 Electrical Power and Comm. Plan 13 Electrical Notes, Schedules, and Details 14 Water & Sewer Service Lines and Pavement Details 15 Recycle Bin Shelter Layout and Requirements FY992157 Fayetteville Container Maintenance Building 00500- 1 1 2. That the Owner hereby agrees to pay to the Contractor for the faithful performance of this Agreement, subject to additions and deductions as provided in the Specifications or Bid, in lawful money of the United States, the amount of: Dollars ($ ). 3. The Work will be substantially completed within 120 days after the date when the Contract Time commences to run as provided in Notice to Proceed; and completed and ready' for final payment in accordance with the General Conditions within 150 days after the date when the Contract Time commences to run. 4. Liquidated Damages: Owner and Contractor recognize that time is of the essence of this Agreement and the Owner will suffer financial loss if the Work is not completed within the times specified in above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner One Thousand and 00/100 Dollars ($1000.00) for each day that expires after the time specified in Paragraph 3 for Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the time specified in Paragraph 3 above for final payment or any proper extension thereof granted by Owner, Contractor shall pay Owner Two Thousand and 00/100 Dollars ($2000.00) for each day that expires after the time specified in Paragraph 3 for completion and readiness for final payment. 5. That within 30 days of receipt of an approved payment request, the Owner shall make partial payments to the Contractor on the basis of a duly certified and approved estimate of work performed during the preceding calendar month by the Contractor, LESS the retainage provided in the General Conditions, which is to be withheld by the Owner until all work within a particular part has been performed strictly in accordance with this Agreement and until such work has been accepted by the Owner. 6. That upon submission by the Contractor of evidence satisfactory to the Owner that all payrolls, material bills, and other costs incurred by the Contractor in connection with the construction of the work have been paid in full, final payment on account of this Agreement shall be made within 60 days after the completion by the Contractor of all work covered by this Agreement and the acceptance of such work by the Owner. 7. It is further mutually agreed between the parties hereto that if, at any time after the execution of this Agreement and the Surety Bond hereto attached for its faithful performance and payment, the Owner shall deem the Surety or Sureties upon such bond to be unsatisfactory or if, for any reason such bond ceases to be adequate to cover the performance of the work, the Contractor shall, at his expense, within 5 days after the receipt of notice from the Owner, furnish an additional bond or bonds in such form and amount and with such Surety or Sureties as shall be satisfactory to the Owner. In such event, no further payment to the FY992157 Fayetteville Container Maintenance Building 00500-2 I Contractor shall be deemed to be due under this Agreement until such new or additional security for the faithful performance of the work shall be furnished in manner and form satisfactory to the Owner. 8. No additional work or extras shall be done unless the same shall be duly authorized by appropriate action by the Owner in writing. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and date ' first above written, in three (3) counterparts, each of which shall, without proof or accounting for the other counterpart be deemed an original Contract. ' SEAL: CONTRACTOR WITNESSES: ' By ' ATTEST: Clerk I I I I I I I Approved as to form: Title CITY OF FAYETTEVILLE, ARKANSAS OWNER By Mayor Fred Hanna Attorney for Owner FY992157 Fayetteville Container Maintenance Building 00500-3 I I I I I I I Document 00600-1 Construction Performance Bond Any singular reference to Contractor, Surety. Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): OWNER (Name and Address): CONSTRUCTION CONTRACT Date: Amount: Description (Name and Location): I BOND SURETY (Name and Principal Place of Business): Date (Not earlier than Construction Contract Date): Amount: Modifications to this Bond Form: CONTRACTOR AS PRINCIPAL SURETY Company (Corp. Seal) Company (Corp Seal) 1 Signature: Signature: Name and Title: Name and Title: CONTRACTOR AS PRINCIPAL SURETY Company (Corp. Seal) Company (Corp Seal) Signature: Signature: Name and Title: Name and Title: ' EJCDC No. 1910-28A (1984 Edition) Prepared through the joint efforts of the Surety Association of America, EngineersJoint Contract Documents Committee, The Associated General Contractors of America, American Institute of Architects, American Subcontractors Association, and the Associated Specialty Contractors 1. The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Construction Contract, which,is incorporated herein by reference. 2. If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except to participate in conferences as provided in Subparagraph 3.1. 3. If there is no Owner Default, the Surety's obligation under this Bond shall arise after: 3.1 The Owner has notified the Contractor and the Surety at its address described in Paragraph 10 below, that the Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with the Contractor and the Surety to be held not later than fifteen days after receipt of such notice to discuss methods of performing the Construction Contract. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reasonable time to perform the Construction Contract, but such agreement shall not waive the Owner's right, if any, subsequently to declare a Contractor Default; and 3.2 The Owner has declared a Contractor Default and formally terminated the Contractor's right to complete the contract. Such Contractor Default shall not be declared earlier than twenty days after the Contractor and the Surety have received notice as provided in Subparagraph 3.1; and 3.3 The Owner has agreed to pay the Balance of the Contract Price to the Surety in accordance with the terms of the Construction Contract or to a contractor selected to perform the Construction Contract in accordance with the terms of the contract with the Owner. 4. When the Owner has satisfied the conditions of Paragraph 3, the Surety shall promptly and at the Surety's expense take one of the following actions: 4.1 Arrange for the Contractor, with the consent of the Owner, to perform and complete the Construction Contract; or 4.2 Undertake to perform and complete the Construction Contract itself, through its agents or through independent contractors; or 4.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract, arrange for a contract to be prepared for execution by the Owner and the contractor selected with the Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 6 in excess of the Balance of the Contract Price incurred by the Owner resulting from the Contractor's default; or 4.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstances: I. After investigation, determine the amount for which it may be liable to the Owner and as soon a practicable after the amount is determined, tender payment to the Owner; or 2. Deny liability in whole or in part and notify the Owner citing reasons therefor. 5. If the Surety does not proceed as provided in Paragraph 4 with reasonable promptness, the Surety shall be deemed to be in default on this Bond fifteen days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Subparagraph 4.4 and the Owner refuses the payment tendered or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. 6. After the Owner has terminated the Contractor's right to complete the Construction Contract, and if the Surety elects to act under Subparagraph 4.1, 4.2 or 4.3 above, then the responsibilities of the Surety FY992157 Fayetteville'Container Maintenance Building to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. To the limit of the amount of this Bond, but subject to commitment by the Owner of the Balance of the Contract Price to mitigation of costs and damages on the Construction Contract, the Surety is obligated without duplication for. 6.1 The responsibilities of the Contractor for correction of defective work and completion of the Construction Contract; 6.2 Additional legal, design professional and delay costs resulting from the Contractor's Default, and resulting from the actions or failure to act of the Surety under Paragraph 4; and 6.3 Liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual damages caused by delayed performance or non-performance of the Contractor. 7. The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs, executors, administrators, or successors. 8. The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. 9. Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the Work or pan of the Work is located and shall be instituted within two years after Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of the Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 10. Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature page. 11. When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirements shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is, that this Bond shall be construed as a statutory bond and not as a common law bond. 12. DEFINITIONS 12.1 Balance of the Contract Price: The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, including allowance to the Contractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract. 12.2 Construction Contract: The agreement between the Owner and the Contractor identified on the signature page, including all the Contract Documents and changes thereto. 12.3 Contractor Default: Failure of the Contractor, which has neither been remedied nor waived, to perform or otherwise to comply with the terms of the Construction Contract. 12.4 Owner Default: Failure of the Owner, which has neither been remedied not waived, to pay the Contractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. 00600-1-2 I I I I I Document 00600-2 Construction Payment Bond Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): OWNER (Name and Address): CONSTRUCTION CONTRACT Date: Amount: Description (Name and Location): BOND SURETY (Name and Principal Place of Business): Date (Not earlier than Construction Contract Date): Amount: Modifications to this Bond Form: CONTRACTOR AS PRINCIPAL Company (Corp. Seal) Signature: ' Name and Title: SURETY Company (Corp Seal) Signature: Name and ICONTRACTOR AS PRINCIPAL SURETY Company (Corp. Seal) Company (Corp Seal) 1 Signature: Signature: Name and Title: Name and Title: EJCDC No. 1910-28B (1984 Edition) Prepared through the joint efforts of the Surety Association of America, Engineers Joint Contract Documents Committee, The Associated General Contractors of America, American Institute of Architects, American Subcontractors Association, and the Associated Specialty Contractors 1 1. The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the performance of the Construction Contract, which is incorporated herein by reference. 2. With respect to the Owner, this obligation shall be null and void if the Contractor: 2.1 Promptly makes payment, directly or indirectly, for all sums due Claimants, and 2.2 Defends, indemnifies and holds hamnleu the Owner from all claims, demands, liens or suits by any person or entity who furnished labor, materials or equipment for use in the performance of the Construction, Contract, provided the Owner has promptly notified the Contractor and the Surety (at the address described in paragraph 12) of any claims, demands, liens or suits and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety, and provided there is no Owner Default. 3. With respect to Claimants, this obligation shall be null and void if the Contractor promptly makes payment, directly or indirectly, for all sums due. 4. The Surety shall have no obligation to Claimants under this Bond until: 4.1 Claimants who are employed by or have a direct contract with Contractor have given notice to the Surety (at the address described in paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim. 4.2 Claimants who do not have a direct contract with the Contractor: I. Have furnished written notice to the Contractor and sent a copy, or notice thereof, to the Owner, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials were furnished or supplied or for whom the labor was done or performed; and 2. Have either received a rejection in whole or in part from the Contractor, or not received within 30 days of furnishing the above notice any communication from the Contractor by which the Contractor has indicated the claim will be paid directly or indirectly.; and 3. Not having been paid within the above 30 days, have sent a written notice to the Surety (at the address described in paragraph 12) and sent a copy, or notice thereof, to the Owner; stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to the Contractor. 5. If a notice required by paragraph 4 is given by the Owner to the Contractor or to the Surety, that is sufficient compliance. 6. When the Claimant has satisfied the conditions of paragraph 4, the Surety shall promptly and at the Surety's expense take the following actions: 6.1 Send an answer to the Claimant, with: a copy to the Owner, within 45 days after receipt of the claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed. 6.2 Pay or arrange for payment of any undisputed amounts. 7. The Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. 8. Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction contract and to satisfy claims, if any, under any Construction Performance Bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and the Surety under this Bond, subject to the Owner's priority to use the funds for the completion of the Work. 9. The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be liable for payment of any costs or expenses of any Claimant under this Bond. 10 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. 11. No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the location in which the Work or part of the Work is located or after the expiration of one year from the date (1) on which the Claimant gave the notice required by Subparagraph 4.1 or Clause 4.2.3, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of (1) or (2) occurs first. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12. Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature page. Actual receipt of notice by the Surety, the Owner, or the Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 13. When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirements shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is, that this Bond shall be construed as a statutory bond and not as a common law bond. 14. Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor shall promptly furnish a copy of this Bond or shall permit a copy to be made. 15 DEFINITIONS 15.1 Claimant: An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials, or equipment for use in the performance of the Contract. The intent of this Bond shall be to include without limitation in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used in the Construction Contract, architectural and engineering services required for performance of the work of the Contractor and Contractor's sub contractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished. 15.2 Construction Contract: The agreement between the Owner and the Contractor identified on the signature page, including all the Contract Documents and changes thereto. 15.3 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Contractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. FY992157 Fayetteville Container Maintenance Building 00600-2-2 ' VA NOTICE TO PROCEED TO: DATE: PROJECT: CONTAINER MAINTENANCE BUILDING You are hereby notified to commence WORK in accordance with the Contract dated on or before , and you are to Substantially Complete the WORK within consecutive calendar days thereafter and have the Work complete and ready for final payment within _ calendar days thereafter. The date for Substantial Completion is therefore and the date for final completion is therefore CITY OF FAYETTEVILLE., ARKANSAS Owner By Mayor Fred Hanna ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED is hereby acknowledged by this the day of , 2000. By - Title FY992157 Fayetteville Container Maintenance Building Section 00650 -1 I IDOCUMENT 00700 GENERAL CONDITIONS These General Conditions contain contractual -legal Articles that establish the requirements and conditions governing responsibility, policy, and procedures that apply during the construction and warranty period. This part of the Contract Documents is pre-printed. Any modifications to the following Articles that are special to the Project under consideration will be made in the Supplementary Conditions. Requirements and conditions that have special significance to the Contract for the contemplated Work on this Project are as set forth in the remaining Sections of these Contract Documents. IDEFINITIONS Wherever in the Contract Documents the following terms are used, the intent and meaning shall be interpreted as follows: 1. AS APPROVED The words "as approved", unless otherwise qualified, shall be understood to be followed by the words "by the Engineer". 2. AS SHOWN, AND AS INDICATED The words "as shown" and "as indicated" shall be understood to be followed by the words "on the Drawings". 3. BIDDER The person or persons, partnership, firm, or corporation submitting a Bid for the Work contemplated. 4. CONTRACT The "Contract" is the written agreement covering the performance of the Work and the furnishing of labor, materials, incidental services, tools, and equipment in the construction of the Work. It includes supplemental agreements amending or extending the Work contemplated and which may be required to complete the Work in a substantial and acceptable manner. Supplemental agreements are written agreements covering alterations, amendments, or extensions to the Contract and include Contract Change Orders. I IFY992157 Fayetteville Container Maintenance Building 00700- 1 I 5. CONTRACT DOCUMENTS 1 The "Contract Documents" consist of the Bidding. Requirements, Contract forms, Conditions of the Contract, the Specifications, and the Drawings, including all L modifications thereof incorporated into the Documents before their execution, and including all other requirements incorporated by specific reference thereto. These form the Contract. 11 6. CONTRACTOR f The person or persons, partnership, firm, or corporation who enters into the Contract awarded him by the Owner. I 7. DAYS • Unless otherwise specifically stated, the term "days" will be understood to mean calendar days. 8. DRAWINGS The term "Drawings" refers to the official Drawings, profiles, cross sections, elevations, details, and other working drawings and supplementary drawings, or reproductions thereof, sealed by the Engineer, which show the location, character, dimensions, and details of the Work to be performed. Drawings may either be bound in the same book as the Project Manual or bound separately and are a part of the Contract Documents, regardless of the method of binding. 9. ENGINEER • The person or organization identified as such in the Contract. The term "Engineer" means the Engineer or his authorized representative. 10. NOTICE The term "notice" or the requirement to notify, as used in the Contract Documents or applicable state or federal statutes, shall signify a written communication delivered in person or by certified or registered mail to the individual, or to a member of the firm, or to an officer of the corporation for whom it is intended. Certified or registered mail shall be addressed to the last business address known to him who gives the notice. I I. FY992157 Fayetteville Container Maintenance Building - 0070D -2 r 11. OR EQUAL The term "or equal" shall be understood to indicate that the "equal" product is the same or better than the product named in function, performance, reliability, quality, and general configuration. Determination of equality in reference to the Project design requirements will be made by the Engineer. Such "equal" products shall not be purchased or installed by the Contractor without the Engineer's written approval. 12. OWNER The person, organization, or public body identified as such in the Contract. I 13. PLANS (See Drawings). 14. SPECIFICATIONS Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards, and workmanship as applied to the Work and certain administrative details applicable thereto. Where standard specifications, such as those of ASTM, AASHTO, etc., have been referred to, the applicable portions of such standard specifications shall become a part of these Contract Documents. Where portions of the Work traverse or cross federal, state, county, or local highways, roads, streets, or railroads, and the agency in control of such property has established standard specifications governing items of Work that differ from these Specifications, • the most stringent requirements shall apply. The Contractor shall comply with all regulations and requirements of the State Highway Department and the City and County Road Departments wherever the Work traverses � or crosses state, city, or county roads. 15. NOTICE TO PROCEED A written notice given by the Owner to the Contractor (with a copy to the Engineer) fixing the date on which the Contract time will commence to run and on which the Contractor shall start to perform his obligation under the Contract. The Notice to Proceed shall be given within 30 days following execution of the Contract by the Owner. I I. IFY992157 Fayetteville Container Maintenance Building 00700-3 16. SUBSTANTIAL COMPLETION "Substantial completion" shall be that degree of completion of the Project, or a defined portion of the Project, sufficient to provide the Owner, at his discretion, the full-time Ir use of the Project or defined portion of the Project for the purposes for which it was intended. Such substantial completion shall not relieve Contractor from liquidated damages should the Owner have added costs after the completion date, i.e., if additional construction observation, interest paid, loss of revenue, or other expenses continue to be charged to the Owner. 17. WORK The word "Work" within these Contract Documents shall include all material, labor, and tools; all appliances, machinery, transportation, and appurtenances necessary to perform and complete the Contract; and such additional items not specifically indicated or described which can be reasonably inferred as belonging to the item described or v indicated and as required by good practice to provide a complete and satisfactory system or structure. As used herein, "provide" shall be understood to mean "provide complete in place", that is, "furnish and install". CONTRA CT DOCUMENTS 18. INTENT OF CONTRACT DOCUMENTS The Contract Documents are complementary, and what is called for by one shall be as binding as if called for by all. The intent of the Documents is to include all Work (except specific items to be furnished by the Owner) necessary for completion of the Contract. Materials or Work described in words which so applied have a well-known technical and trade meaning shall be held to refer to such recognized standards. 19. DISCREPANCIES AND OMISSIONS I Any discrepancies or omissions found in the Contract Documents shall be reported to the Engineer immediately. The Engineer will clarify discrepancies or omissions, in writing, within a reasonable time. In resolving inconsistencies among two or more Sections of the Contract Documents, I precedence shall be given in the following order: CONTRACT SUPPLEMENTARY CONDITIONS SPECIFICATIONS INSTRUCTIONS TO BIDDERS GENERAL CONDITIONS DRAWINGS 1 FY992157 Fayetteville Container Maintenance Building 00700-4 II Figure dimensions on Drawings shall take precedence over scale dimensions. Detailed Drawings shall take precedence over general Drawings. It is understood and agreed that the Work shall be performed and completed according to the true spirit, meaning, and 1 intent of these Documents. 20. ALTERATIONS - CHANGES IN WORK The Owner, without notice to the Sureties and without invalidating the Contract, may order changes in the Work within the general scope of the Contract by altering, adding to, or deducting from the Work, the Contract being adjusted accordingly. All such Work shall be executed under the conditions of the original Contract, except as specifically adjusted at the time of ordering such change. In giving instructions, the Engineer may order minor changes in the Work not involving extra cost and not inconsistent with the purposes of the Project, but otherwise, except in an emergency endangering life or property, additions or deductions from the Work shall be performed only in pursuance of an approved Change Order from the Owner, signed or countersigned by the Engineer, or a Change Order from the Engineer stating that the Owner has authorized the deduction, addition, or change, and no claim for additional payment shall be valid unless so ordered. If the Work is reduced by alterations, such action shall not constitute a claim for damages based on loss of anticipated profits. 21. SUB -SURFACE CONDITIONS FOUND DIFFERENT Should the Contractor encounter sub -surface and/or latent conditions at the site materially differing from those shown on the Drawings or indicated in the Specifications, the Contractor shall immediately give notice to the Engineer of such conditions before they are disturbed. The Engineer will thereupon promptly investigate the conditions, and if the Engineer finds that they materially differ from those shown on the Drawings or indicated in the Specifications, the Engineer will at once make such changes in the Drawings and/or the Specifications as he may find necessary, any increase or decrease of cost resulting from such changes to be adjusted in the manner provided in the Paragraph titled "Changes in Work." 22. VERIFICATION OF CONTRACT DOCUMENTS IThe Contractor shall thoroughly examine and become familiar with all of the various parts of these Contract Documents and determine the nature and location of the Work, the general and local conditions and all other matters which can in any way affect the Work under this Contract. I U MFY992157 Fayetteville Container Maintenance Building 00700- 5 I Failure to make an examination necessary for this determination shall not release the Contractor from the obligations of this Contract. The Contractor warrants that no verbal agreement or conversation with any officer, agent, or employee of the Owner or with the Engineer either before or after the execution of this Contract, has affected or modified any of the terms or obligations herein contained. 23. DOCUMENTS TO BE KEPT ON THE JOB SITE The Contractor shall keep one copy of the Contract Documents on the job site, in good order, available to the Engineer and to his representatives. The Contractor shall maintain on a daily basis at the job site, and make available to the Engineer on request, one current record set of the Drawings which have been accurately marked up to indicate all modifications in the completed Work that differ from the design information shown on the Drawings. - ,. Upon substantial completion of the Work, the Contractor shall give the Engineer one complete set of marked up record Drawings. • Failure of the Contractor to submit accurate Record Drawings to the Engineer will be adequate justification for postponement of the Final Inspection and Final Payment. • 24. ADDITIONAL CONTRACT DOCUMENTS The Engineer will furnish to the Contractor on request and free of charge, three copies of the Project Manual and three sets of full-size Drawings. Additional copies of the Project Manual and the Drawings may be obtained on request by paying the price as shown in the Invitation to Bid for the Contract Documents. 25. OWNERSHIP OF DRAWINGS All Drawings, Plans, Specifications, and copies thereof furnished by the Engineer and the Owner are their property. They are not to be used on other work and, with the exception of the signed Contract set, are to be returned to them on request at the completion of the Work. Any reuse of these materials without specific written verification or adaptation by the Engineer and the Owner will be at the risk of the user and without liability or legal expense to the Engineer and the Owner. _. Such user shall hold the Engineer and the Owner harmless from any and all damages, including reasonable attorneys' fees, from any and all claims arising from any such reuse. Any such verification and adaptation by the Engineer and the Owner will entitle the Engineer to further compensation at rates to be agreed upon by the user and the Engineer and the Owner. All models are the property of the Owner. 'I FY992157 Fayetteville Container Maintenance Building - -. 00700-6 11 n 26. AUTHORITY OF THE ENGINEER The Engineer shall be the Owner's representative during the construction period. His authority and responsibility shall be limited to the provisions set forth in these Contract 5. Documents. The Engineer shall have the authority to reject Work and material which does not conform to the Contract Documents. However, neither the Engineer's authority to act under this provision, nor any decision made by him in good faith either to exercise or not to exercise such authority, shall give rise to any duty or responsibility of the Engineer to the Contractor, any Subcontractor, their respective Sureties, any of their agents or employees, or any other person performing any of the Work. 27. DUTIES AND RESPONSIBILITIES OF THE ENGINEER I. The Engineer will make periodic visits to the site of the Project to observe the progress and quality of the Work and to determine, in general, if the Work is proceeding in accordance with the intent of the Contract Documents. He shall not be required to make comprehensive or continuous inspections to check quality or quantity of the Work, and he shall not be responsible for construction means, methods, techniques, sequences, or procedures, or for safety precautions and programs in connection with the Work. Visits and observations made by the Engineer shall not relieve the Contractor of his obligation to conduct comprehensive inspections of the Work and to furnish materials and perform acceptable Work, and to provide adequate safety precautions, in conformance with the intent of the Contract. The Engineer will make decisions, in writing, on all claims of the Owner or the Contractor arising from interpretation or execution of the Contract Documents. Such decision shall be necessary before the Contractor can receive additional money under the terms of the Contract. Changes in Work ordered by the Engineer will be made in compliance with the Article titled, ALTERATIONS - CHANGES IN WORK. One or more construction observers may be assigned to observe the Work for • compliance with the Contract Documents and to act in matters of construction under this Contract. It is understood that such Construction observers shall have the power to issue instructions and make decisions within the limitations of the authority of the Engineer. The Contractor shall furnish all reasonable assistance required by the Engineer or construction observer for proper review of the Work. p FY992157 Fayetteville Container Maintenance Building 00700-7 I Construction observers shall not have the power or authority to delete, increase, modify 1 or otherwise change the requirements of the Contract Documents. The above - mentioned observation shall not relieve the Contractor of his obligations to conduct comprehensive inspections of the Work and to fiunish materials and perform acceptable Work and to provide adequate safety precautions, in conformance with the intent of the Contract. 28. REJECTED MATERIAL Any material condemned or rejected by the Engineer or his authorized construction observer because of nonconformity with the Contract Documents shall be removed at once from the vicinity of the Work by the Contractor at his own expense, and the same shall not be used on the Work. 1 29. UNNOTICED DEFECTS Any defective Work or material that may be discovered by the Engineer before the final acceptance of Work, or before final payment has been made, or during the guarantee period, shall be removed and replaced by Work and materials which shall conform to the provisions of the Contract Documents. Failure on the part of the Engineer to condemn or reject bad or inferior Work or materials shall not be construed to imply • acceptance of such Work or materials. The Owner shall reserve and retain all of its rights and remedies at law against the Contractor and its surety for correction of any and all latent defects discovered after the guarantee period. 30. RIGHT TO RETAIN IMPERFECT WORK • If any part or portion of the Work done or material furnished under this Contract shall prove defective and not in accordance with the Drawings and Specifications, and if the imperfection in the same shall not be of sufficient magnitude or importance as to make the Work dangerous or unsuitable, or if the removal of such Work will create conditions which are dangerous or undesirable, the Owner shall have the right and authority to retain such Work but shall make such deductions in the final payment therefore as may be just and reasonable. The Owner shall also have the option to require, at no added cost to the .Owner, extended warranties, maintenance bonds, or other remedies to provide for: repair or reconstruction of imperfect Work. 31. LINES AND GRADES The Contractor shall stake -out Work for this Contract and set the lines and grades necessary to complete the Work and shall keep the Engineer informed a reasonable time in advance of the times and places at which he wishes to do Work in order that the Engineer may review the lines and grades set by the Contractor and in order that the Engineer may make the necessary measurements for payment to the Contractor. III I J 'I FY992157 Fayetteville Container Maintenance Building 00700-8 I. I All stakes, marks, and other information shall be carefully preserved by the Contractor, and in case of their careless or unnecessary destruction or removal by him or his employees, such stakes, marks, and other information will be replaced at the Contractor's expense. Figured dimensions, when given in the Drawings, shall be accurately followed, even though they may differ from scaled measurements. No Work shown on the Drawings, the dimensions of which are not figured, shall be executed until instructions have been obtained from the Engineers as to the dimensions to be used. Large-scale and full-size drawings shall be followed in preference to small-scale drawings. The Engineer will provide the Contractor with bench marks to be used to establish grades and will also provide a baseline to be used to establish the proper lines. All Work done under this Contract shall be done to the lines and grades shown on the Drawings. The Contractor shall stake -out Work for this Contract and set the lines and grades necessary to ft complete the Work and shall keep the Engineer informed a reasonable time in advance of the times and places at which he wishes to do Work in order that the Engineer may review the lines and grades set by the Contractor and in order that the Engineer may make the necessary measurements for payment to the Contractor. The Contractor shall furnish without charge competent persons from his force and such tools, stakes, surveying instruments, and other materials as the Engineer may require for reviewing the Contractor's stake -out of the Work and in making measurements for payment estimates or for surveys to establish temporary or permanent reference marks 1 in connection with said Work. Any Work done without lines, grades, and levels being reviewed by the Engineer, or other representative of the Engineer, may be ordered removed and replaced at the Contractor's cost and expense. The Contractor shall carefully preserve all monuments, bench marks, reference points, and stakes, and in case of willful or careless destruction of the same, he will be charged with the resulting expense of replacement and shall be responsible for any mistakes or loss of time that may be caused by their unnecessary loss or disturbance. In the event that the stakes and marks placed by the Engineer are destroyed through carelessness on the part of the Contractor, and that the destruction of these stakes and marks causes a delay in the Work, the Contractor shall have no claim for damages or extensions of time. In the case of any permanent monuments or bench marks which must of necessity be removed or disturbed in the construction of the Work, the Contractor shall carefully protect and preserve the same until they can be properly referenced and relocated. The Contractor shall also furnish at his own expense such materials and assistance as are necessary for the proper replacement of monuments or bench marks that have been moved or destroyed. ,1 aFY992157 Fayetteville Container Maintenance Building 00700-9 32. SHOP DRAWING SUBMITTAL PROCEDURE The Contractor shall submit a sufficient number of copies to allow the Engineer to retain four copies (2 for himself; 2 for the Owner) for review, such shop drawings, electrical diagrams, and catalog cuts for fabricated items and manufactured items (including mechanical and electrical equipment) required for construction, except as noted below. Should the Contractor fail to submit acceptable shop drawings on the second submittal, one copy, will be returned to him and the cost of the Engineer's time to review subsequent submittals on the unacceptable item will be deducted from the Contractor's monthly payment invoice. Shop drawings shall be submitted in sufficient time to allow the Engineer not less than 20 regular working days per submittal for examining the shop drawings. These shop drawings shall be accurate, distinct, and complete and shall contain all required information, including satisfactory identification of items, units, and assemblies in relation to the Contract Drawings and Specifications. Unless otherwise approved by the Engineer, shop drawings shall be submitted only by the Contractor, who shall indicate by a signed stamp on the shop drawings, or other approved means, that he (the Contractor) has checked the shop drawings, and that the Work shown is in accordance with Contract requirements and has been checked for dimensions and relationship with Work of all other trades involved. The practice of submitting incomplete or unchecked shop drawings for the Engineer to correct or finish will not be acceptable, and shop drawings which, in the opinion of the Engineer, clearly indicate that they have not been checked by the Contractor will be considered as not complying with the intent of the Contract Documents and will be returned to the Contractor for resubmission in the proper form. When the shop drawings have been reviewed by the Engineer, two (2) sets of submittals will be returned to the Contractor appropriately stamped. If major changes or corrections are necessary, the shop drawing may be rejected and one (1) set will be returned to the Contractor with such changes or corrections indicated, and the Contractor shall correct and resubmit the shop drawings in quadruplicate, unless otherwise directed by the Engineer. No changes shall be made by the Contractor to resubmitted shop drawings other than those changes indicated by the Engineer, unless such changes are clearly described in a letter accompanying the resubmitted shop drawings. FY992157 Fayetteville Container Maintenance Building 00700 - 10 1 I The review of such shop drawings and catalog cuts by the Engineer shall not relieve the Contractor from responsibility for correctness of dimensions, fabrication details, and space requirements or for deviations from the Contract Drawings or Specifications unless the Contractor has called attention to such deviations in writing by a letter accompanying the shop drawings and the Engineer approves the change or deviation in writing at the time of submission; nor shall review by the Engineer relieve the Contractor from the responsibility for errors in the shop drawings. When the Contractor does call such deviations to the attention of the Engineer, the Contractor shall state in • his letter whether or not such deviations involve any deduction or extra cost adjustment. 33. ADDITIONAL DETAIL DRAWINGS AND INSTRUCTIONS ' The Engineer will furnish, with reasonable promptness, additional instructions by means of drawings or otherwise, if, in the Engineer's opinion, such are required for the proper execution of the Work. All such drawings and instructions will be consistent with the Contract Documents, true developments thereof, and reasonably inferable therefrom. I' THE CONTRACTOR AND HIS EMPLOYEES 34. INDEPENDENT CONTRACTOR The Contractor shall perform all Work under this Contract as an Independent Contractor and shall not be considered as an agent of the Owner or of the Engineer, nor shall the Contractor's subcontractors or employees be subagents of the Owner or of the Engineer. The Contractor shall employee only employees who are competent and skillful in their respective line of work, and local labor shall be given preference. Whenever the Engineer or the Owner notify the Contractor that any person on this work is, in their • opinion, incompetent, disorderly, or refuses to carry out the provisions of this Contract, or uses threatening or abusive language to any person representing the Owner on the work or is otherwise unsatisfactory, such person shall be immediately discharged from the Project and shall not be re-employed thereon except with the consent of the Engineer by the Owner. 35. SUBCONTRACTING Within 30 days after the execution of the Contract, the Contractor shall submit to the Engineer the names of all subcontractors proposed for the Work, including the names of any subcontractors that were submitted with the Bid. The Contractor shall not employ any subcontractors that the Engineer may object to as lacking capability to properly perform Work of the type and scope anticipated. No changes will be allowed from the approved subcontractor list without written approval of the Engineer. I 1 FY992157 Fayetteville Container Maintenance Building 00700- 11 The Contractor agrees that he is as fully responsible to the Owner for the acts and omissions of his subcontractors and of persons either directly or indirectly employed by them as he is for the acts and omissions of persons directly employed by him. Nothing contained in the Contract Documents shall create any contractual relation S. between any subcontractor and the Owner. 36. INSURANCE AND LIABILITY • A. GENERAL • The Contractor shall provide (from insurance companies acceptable to the Owner) the • insurance coverage designated hereinafter and pay all costs. J Before, execution of the Contract, Contractor shall furnish the Owner with complete copies of all certificates of insurance specified herein showing the type, amount, class of operations covered, effective dates, and date of expiration of policies. Each certificate shall contain a provision or endorsement that the coverage afforded will not be canceled, materially changed, or renewal refused until at least thirty days prior written notice has been given to the Owner. In case of the breach of any provision of this Article, the Owner, at his option, may take out and maintain, at the expense of the Contractor, such insurance as the Owner may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Contractor under this Contract. All insurance contracts and certificates shall be executed by a licensed resident agent of the insurance company, having his place of business in the State of Arkansas, and in all ways complying with the insurance laws of the State of Arkansas. Further, the said • insurance company shall be duly licensed and qualified to do business in the State of Arkansas. B. CONTRACTOR AND SUBCONTRACTOR INSURANCE The Contractor shall not execute the Contract or commence Work under this Contract • until he has obtained all the insurance required hereunder and such insurance has been reviewed and approved by the Owner, nor shall the Contractor allow any subcontractor to commence Work on his subcontract until insurance specified below has been obtained. Review of the insurance by the Owner shall not relieve or decrease the �. liability of the Contractor hereunder. C. COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE ri, The Contractor shall maintain during the life of this Contract the statutory Workmen's Compensation, in addition, Employer's Liability Insurance in an amount not less than $100,000 for each occurrence, for all of his employees to be engaged in Work on the Project under this Contract and, in case any such Work is sublet, the Contractor shall require the subcontractor similarly to provide Workmen's Compensation and FY992157 Fayetteville Container Maintenance Building 00700- 12 1 U Employer's Liability Insurance for all of the latter's employees to be engaged in such Work. Where Work under this Contract includes any water or navigational exposure, coverage shall be included to cover the Federal Longshoremen's and Harborworker's Act and the Federal Jones Act when applicable. Employer's Liability Insurance shall be extended to include waiver of subrogation to the Owner. D. GENERAL LIABILITY INSURANCE The Contractor shall maintain during the life of this Contract such independent contractor's general liability, completed operations and products liability, and automobile liability insurance as will provide coverage for claims for damages for personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from performance of the Work under this Contract. The general liability policy should also specifically ensure the contractual liability assumed by the Contractor under Article Indemnification. Coverage for property damage shall be on a "broad form" basis with no exclusions for "X, C, and U." The certificate of insurance shall explicitly waive X, C, and U exclusions. Amount of insurance to be provided shall be as shown below: I. 1) Contractor's Comprehensive General Liability Insurance General Aggregate: Not less than $2,000,000 Completed Operations Aggregate: Not less than $2,000,000 Each Occurrence of Personal Injury or Property Damage: Not less than $1,000,000 Combined Single Limit 2) Contractor's Comprehensive Automobile Liability Insurance Shall include Personal Injury and Property Damage coverage for "Any Auto", • "Hired Autos", and "Non -Owned Auto" at a Combined Single Limit of not less than $1,000,000. 3) Contractor's Excess Umbrella Policy: $1;000,000 limit of liability policy shall be provided. In the event any Work under this Contract is performed by a subcontractor, the Contractor shall be responsible for any liability directly or indirectly arising out of the Work performed under this Contract by a subcontractor, which liability is not covered by the subcontractor's insurance. The Contractor's and any subcontractor's general liability and automobile liability insurance policies shall include the Owner and Engineer, their officers, agents, and employees as additional insureds for any claims arising out of Work performed under this Contract. Certificates of insurance shall explicitly name the Owner and Engineer as additional insureds. Inclusion of either party as "certificate holder" does not meet this requirement. I FY992157 Fayetteville Container Maintenance Building 00700- 13 I E. I0 G PROPERTY INSURANCE : I Unless otherwise modified in the Supplementary Conditions, the Contractor shall secure and maintain during the life of this Contract, property insurance upon the Work at the site in the amount of the full replacement cost thereof. This insurance shall: 1) include the interests of the Contractor, subcontractors, and the Owner as such interests may appear; 2) be written on a Builder's Risk "all risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work, temporary facilities, falsework, and Work in transit. The policy shall insure against at least the following perils: fire, lightning, theft, vandalism and malicious mischief, earthquake, collapse, debris removal occasioned by enforcement of Laws and Regulations, water damage, and other such perils as may be specifically required by the Supplementary Conditions or Basic Requirements; 3) include expenses incurred in the repair, replacement, redesign, or reinspection of J, any insured property; and 4) cover materials and equipment stored at the site, or at another location that was agreed to in writing by the Owner, prior to being incorporated in the Work. OWNER'S AND CONTRACTOR'S PROTECTIVE LIABILITY INSURANCE (OCP INSURANCE) The Contractor shall, at his expense, provide the Owner with a separate OCP Insurance Policy naming the Owner as the Insured and the Engineer as Additional Insured under that policy, said policy to protect said parties from claims which may arise from operations under the Contract. It is understood that the coverage shall apply to all authorized representatives of the said parties. The limits of policy coverage shall be: General Aggregate: Not less than $2,000,000 Each Occurrence of Personal Injury or Property Damage: Not less than $1,000,000 Combined Single Limit INSURANCE COVERAGE FOR SPECIAL CONDITIONS • When the construction is to be accomplished within a public or private right-of-way requiring special insurance coverage, the Contractor shall conform to the particular requirements and provide the required insurance. The Contractor shall include in his liability policy all endorsements that the said authority may require for the protection of the authority, its officers, agents, and employees. Insurance coverage for special conditions, when required, shall be provided as set forth in the Supplementary Conditions. FY992157 Fayetteville Container Maintenance Building 00700-14 1 I H. NO PERSONAL LIABILITY OF PUBLIC OFFICIALS In carrying out any of the provisions hereof in exercising any authority granted by the j, Contract, there will be no personal liability upon any public official. 37. INDEMNITY The Contractor shall indemnify and hold harmless the Owner, the Engineer, and their agents and employees from and against damages, losses, and expenses including attorneys' fees, up to the amount of the Contract price, arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease, or death, or to injury or to destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom, and (2) is caused in whole or in part by any act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, provided that such claims, damages, losses, and expenses are not approximately caused by the negligence of any indemnitee in the design, or by the sole negligence of any indemnitee in the inspection of the Work that is the subject of this construction Contract. In any and all claims against the Owner, the Engineer, or any of their agents or employees by any employee of the Contractor, any subcontractor, anyone directly or indirectly employed by -- any of them or anyone for whose acts any of them may be liable, the indemnification obligation under this Article shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for the Contractor or any subcontractor under Workmen's Compensation Acts, Disability Benefit Acts, or other Employee Benefit Acts. 38. TAXES AND CHARGES The Contractor shall withhold and pay any and all sales and use taxes, including any and all change of taxes thereof, and all withholding taxes, whether state or federal, and pay all Social Security charges and also all State Unemployment Compensation charges, and pay or cause to be withheld, as the case may be, any and all taxes, charges, or fees or sums whatsoever, which are now or may hereafter be required to be paid or withheld under any laws. 39. ORDINANCES, PERMITS, AND LICENSES The Contractor shall keep himself fully informed of all local ordinances, as well as state and federal laws, which in any manner affect the Work herein specified. The Contractor shall at all times comply with said ordinances, laws, and regulations, and protect and indemnify the Owner, the Engineer and their respective employees, and its officers and agents against any claim or liability arising from or based on the violation of any such laws, ordinances, or regulations up to the amount of the Contract Price. All permits, licenses, and inspection fees necessary for prosecution and completion of the Work shall be secured and paid for by the Contractor, unless otherwise specified. The Contractor shall observe and comply with all applicable local, state, and federal occupational safety and health regulations during the prosecution of Work under this Contract. FY992157 Fayetteville Container Maintenance Building 00700- 15 1 In addition, full compliance by the Contractor with the U. S. Department of Labor's I Occupational Safety and Health Standards, as established in Public Law 91-596, will be required under the terms of this Contract. S 40. SUPERINTENDENCE The Contractor shall keep on the Work, during its progress, competent supervisory personnel. I The Contractor shall designate, in writing, before starting Work, one authorized representative who shall have complete authority to represent and to act for. the Contractor. The Contractor shall give efficient supervision to the Work, using his best skill and attention. The Contractor shall be solely responsible for all construction means, methods, techniques, and procedures, and for providing adequate safety precautions and coordinating all portions of the Work under the j Contract. It is specifically understood and agreed that the Engineer, its employees and agents, shall not have control or charge of and shall not be responsible for the construction means, methods, techniques, procedures, or for providing adequate safety precautions in connection J with the Work under the Contract. 41. RECEPTION OF ENGINEER'S DIRECTIONS The. superintendent, or other duly authorized representative of the Contractor, shall represent the Contractor in all directions given to him by the Engineer. Such directions of major ;1 importance will be confirmed in writing. Any direction will be so confirmed, in each case, on written request from the Contractor. 42. 43. 44. SANITATION Sanitary conveniences conforming to state and local codes shall be erected and maintained by the Contractor at all times while workers are employed on the Work. The sanitary convenience facilities shall be as approved by the Engineer. EMPLOYEES The Contractor shall employ only men or women who are competent and skillful in their respective line of work. Whenever the Engineer or Owner shall notify the Contractor that any person on the Work is, in their opinion, incompetent, unfaithful, or disorderly or refuses to carry out the provisions of this Contract or uses threatening or abusive language to any person representing the Owner on the Work, or is otherwise unsatisfactory, such person shall be immediately discharged from the Project and shall not be re-employed thereon except with the consent of the Engineer by the Owner. PROJECT MEETINGS The Engineer may conduct_ Project meetings, as he deems necessary, for the purposes of discussing and resolving matters concerning the various elements of the Work.. Time and place for these meetings and the names of persons required to be present shall be as directed by the Engineer. Contractor shall comply with these attendance requirements and shall also require his subcontractors to comply. FY992157 Fayetteville Container Maintenance Building 00700- 16 1 I 1 45. SAFETY The Contractor shall be solely and completely responsible for conditions of the job site, ,I including safety of all persons (including employees) and property during performance of the Work. This requirement shall apply continuously and not be limited to normal working hours. Safety provisions shall conform to U. S. Department of Labor (OSHA); the State Labor Department Laws; all other applicable federal, state, county, and local laws, ordinances, and codes; the requirements set forth below; and any regulations that may be detailed in other parts of these Documents. Where any of these are in conflict, the more stringent requirement shall be followed. The Contractor's failure to thoroughly familiarize himself with the aforementioned safety provisions shall not relieve him from compliance with the obligations and penalties set forth herein. The Contractor shall develop and maintain for the duration of this Contract, a safety program that will effectively incorporate and implement all required safety provisions. The Contractor shall appoint an employee who is qualified and authorized to supervise and enforce compliance with the safety program. The duty of the Engineer to conduct construction review of the Contractor's performance is not I. intended to include a review or approval of the adequacy of the Contractor's safety supervisor, the safety program, or any safety measures taken in, on, or near the construction site. The Contractor, as a part of his safety program, shall maintain at his office or other well-known place at the job site, safety equipment applicable to the Work as prescribed by the aforementioned authorities, all articles necessary for giving first aid to the injured, and shall establish the procedure for the immediate removal to a hospital or a doctor's care of persons (including employees) who may be injured on the job site. I. If death or serious injuries or serious damages are caused, the accident shall be reported immediately by telephone or messenger to both the Engineer and the Owner. In addition, the Contractor must promptly report in writing to the Engineer all accidents whatsoever arising out of, or in connection with, the performance of the Work whether on, or adjacent to, the site, giving full details and statements of witnesses. If a claim is made by anyone against the Contractor or any subcontractor on account of any accident, the Contractor shall promptly report the facts in writing to the Engineer, giving full details of the claim. ' 46. CONTRACTOR'S TOOLS AND EQUIPMENT The Contractor's tools and equipment used on the Work shall be furnished in sufficient quantity and of a capacity and type that will safely perform the Work specified, and shall be maintained and used in a manner that will not create a hazard to persons or property, or cause a delay in the • progress of the Work. SFY992157 Fayetteville Container Maintenance Building 00700- 17 47. PROTECTION OF WORK AND PROPERTY I The Contractor shall at all times safely guard the Owner's property from injury or loss in connection with this Contract. The Contractor shall at all times safely guard and protect from damage his own Work, and that of adjacent property (as provided by law and the Contract Documents). All passageways, guard fences, lights, and other facilities required for protection by federal, state, or municipal laws and regulations and local conditions, must be provided and maintained. The Contractor shall protect his Work and materials from damage due to the nature of the Work, the elements, carelessness of other Contractors, or from any cause whatever until the completion and acceptance of the Work. All loss or damages arising out of the nature of the Work to be done under these Contract Documents, or from any unforeseen obstruction or defects which may be encountered in the prosecution of the Work, or from the action of the elements, shall be sustained by the Contractor. In addition, the Contractor shall take special precautions to prevent the "flotation" of all tanks and structures prior to their final acceptance and filling for beneficial use. The Contract price shall include all costs associated with such special precautions. 48. Also, the Contractor shall not load or permit any part of any structure to be loaded with a weight that will endanger its safety or its structural integrity. RESPONSIBILITY OF CONTRACTOR TO ACT IN EMERGENCY In case of an emergency which threatens loss or injury of property, and/or safety of life, the Contractor shall act, without previous instructions from the Owner or Engineer, as the situation may warrant. The Contractor shall notify the Engineer thereof immediately thereafter. Any claim for compensation by the Contractor, together with substantiating documents in regard to expense, shall be submitted to the Owner through the Engineer and the amount of compensation shall be determined by agreement. MATERIALS AND APPLIANCES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, labor, water, tools, equipment, light, power, transportation, and other facilities necessary for the execution and completion of the Work. Unless otherwise specified, all materials shall be new, and both workmanship and materials shall be of good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. In selecting and/or approving equipment for installation in the Project, the Owner and Engineer assume no responsibility for injury or claims resulting from failure of the equipment to comply with applicable national, state, and local safety codes or requirements, or the safety requirements of a recognized agency, or failure due to faulty design concepts, or defective workmanship and materials. FY992157 Fayetteville Container Maintenance Building 00700 - 18 I 50. CONTRACTORS' AND MANUFACTURERS' COMPLIANCE WITH STATE SAFETY, OSHA, AND OTHER CODE REQUIREMENTS The completed Work shall include all necessary permanent safety devices, such as machinery • guards and similar ordinary safety items required by the state and federal (OSHA) industrial authorities and applicable local and national codes. Further, any features of the Work (including Owner -selected equipment) subject to such safety regulations shall be fabricated, furnished, and installed in compliance with these requirements. Contractors and manufacturers of equipment shall be held responsible for compliance with the requirements included herein. • Contractors shall notify all equipment suppliers and subcontractors of the provisions of this Article. 51. SUBSTITUTION OF MATERIALS • Except for Owner -selected equipment items and items where no substitution is clearly specified, whenever any material, article, device, product, fixture, form, type of construction, or process is indicated or specified by patent or proprietary name, by name of manufacturer, or by catalog number, such specifications shall be deemed to be used for the purpose of establishing a standard of quality and facilitating the description of the material or process desired. This procedure is not to be construed as eliminating from competition other products of equal or better quality by other manufacturers where fully suitable in design, and shall be deemed to be followed by the words "or equal". The Bidder may, in such cases, submit complete data to the Engineer (with his Bid, as stipulated hereinbefore) for consideration of another material, type, or process which shall be substantially equal in every respect to that so indicated or specified. Substitute materials shall not be used unless approved in writing. The Owner or his authorized agent will be the sole judge of the substituted article or material. 52. TESTS, SAMPLES, AND INSPECTIONS I. The Contractor shall furnish, without extra charge, the necessary test pieces and samples, including facilities and labor for obtaining the same, as requested by the Engineer. When required, the Contractor shall furnish certificates of tests of materials and equipment made at the point of manufacture by a recognized testing laboratory. The Owner, Engineer, authorized government agents, and their representatives shall at all times be provided safe access to the Work wherever it is in preparation or progress, and the Contractor shall provide facilities for such access and for inspection, including maintenance of temporary and permanent access. r I I I FY992157 Fayetteville Container Maintenance Building 00700 - 19 I 53. 54 55. If the Specifications, the Engineer's instructions, laws, ordinances, or any public authority require any Work to be specially tested or approved, the Contractor shall give timely notice of its readiness for inspection. Inspections to be conducted by the Engineer will be promptly made, and where practicable, at the source of supply. If any Work should be covered uo without approval or consent of the Engineer, it shall be uncovered for examination at the Contractor's expense. ROYALTIES AND PATENTS The Contractor shall pay all royalty and license fees, unless otherwise specified. The Contractor shall defend all suits or claims for infringement of any patent rights and shall save the Owner and the Engineer harmless from any and all loss, including reasonable attorneys' fees, on account thereof, up to the amount of the Contract Price. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If the Work should be stopped under an order of any court or other public authority for a period of more than 3 months, through no act or fault of the Contractor, its Subcontractors, or respective employees or agents, then the Contractor may, upon 15 days' written notice to the Owner and the Engineer, if said default has not been cured, stop Work or terminate this Contract and recover from the Owner payment for the reasonable value of Work performed. CORRECTION OF DEFECTIVE WORK FOUND DURING WARRANTY PERIOD The Contractor hereby agrees to make, at his own expense, all repairs or replacements necessitated by defects in materials or workmanship, supplied under terms of this Contract, and pay for any damage to other works resulting from such defects, which become evident within 1 year after the date of final acceptance of the Work or within 1 year after the date of substantial completion established by the Engineer for specified items of equipment, or within such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract Documents. The Contractor further assumes responsibility for a similar guarantee for all Work and materials provided by subcontractors or manufacturers of packaged equipment components. The effective date for the start of the guarantee or warranty period for equipment qualifying as substantially complete is defined in Article 16, SUBSTANTIAL COMPLETION, and Article 67, SUBSTANTIAL COMPLETION DATE, in these General Conditions. The Contractor also agrees to hold the Owner and the Engineer harmless from liability of any kind arising from damage due to said defects. The Contractor shall make all repairs and replacements promptly upon receipt of written order for same from the Owner. II I '. 1 I FY992157 Fayetteville Container Maintenance Building 00700-20 1 I. I I If the Contractor fails to make the repairs and replacements promptly, the Owner may do the Work, and the Contractor and his Surety shall be liable for the cost thereof. Any additional requirements for the Project relative to correction of defective Work after final acceptance are set forth in the Supplementary Conditions. 56. BEGINNING OF THE WORK Before Work shall be started and materials ordered, the Contractor shall meet and consult with the Owner and/or Engineer relative to materials, equipment, and all arrangements for prosecuting the Work. 57. SCHEDULES AND PROGRESS REPORTS The Contractor shall submit to the Owner such schedule of quantities and costs, progress schedules, payrolls, reports, records, and other data as the Owner may request concerning Work performed or to be performed under this Contract. Construction Schedule Requirements: The Contractor shall comply with the following requirements concerning construction scheduling and payments: The Contractor shall submit a construction schedule of the bar graph type (or other approved type) prior to the preconstruction conference showing the following information as a minimum: a. Date of Notice to Proceed with Contract Work. - b. Actual date construction is scheduled to start if different from the date of Notice to Proceed. C. Contract completion date. d. Beginning and completion dates for each phase of Work. ' e. The dates at which special detail drawings are required. f. Respective dates for submission of shop drawings and the beginning of manufacture, the testing of, and the installation of materials, supplies, and equipment. g. All construction milestone dates. h. A separate graph showing Work placement in dollars versus Contract time. I. FY992157 Fayetteville Container Maintenance Building 00700-2! The schedule shall incorporate approved Contract changes. The schedule shall be maintained in an up-to-date condition monthly and shall be available for inspection at the construction site at all times. The construction schedule shall be submitted in conjunction with and/or in addition to any other requirements concerning schedules within these Specifications. The construction schedule shall be updated and submitted with each monthly request for payment. Should the Contractor fall behind said schedule, he shall present in writing to the owner a revised plan of action to complete the project on time. Methods may include, but are not limited to additional manpower, equipment, working overtime, etc.. As may be required. Also, the construction schedule shall be revised accordingly. Failure to submit such revised construction schedule and written explanation shall be reason to withhold payment entirely or reduce payment substantially. 58. PROSECUTION OF THE WORK It is expressly understood and agreed that the time of beginning, rate of progress, and time of completion of the Work are the essence of this Contract. The Work shall be prosecuted at such time, and in or on such part or parts of the Project as may be required, to complete the Project as contemplated in the Contract Documents and the approved construction schedule. Regular Work hours shall be from 7:00 a.m. to 6:00 p.m. Monday through Friday. No Work requiring the presence of the Engineer's representative will be performed outside of regular Work hours. The cost of additional engineering services will be based upon actual hours worked (labor cost x 3) plus out-of-pocket expenses such as lodging, mileage, materials, etc. Otherwise, the Contractor may perform clean-up work only outside of regular hours (including Saturdays and Sundays). No Work will be accomplished on holidays. 59. ASSIGNMENT Neither party to the Contract shall assign the Contract or sublet it as a whole, without the written consent of the other, nor shall the Contractor assign any monies due or to become due to him hereunder without the previous written consent of the Owner. 60. OWNER'S RIGHT TO DO WORK If the Contractor should, in the opinion of the Engineer, neglect to prosecute the Work properly or should neglect or refuse at his own cost to take up and replace Work as shall have been rejected by the Engineer, then the Owner shall notify the Surety of the condition, and after 10 days' written notice to the Contractor and the Surety, or without notice if an emergency or danger to the Work or public exists, and without prejudice to any other right which the Owner may have under the Contract, take over that portion of the work which has been improperly executed or uncompleted, and make good the deficiencies and deduct the cost thereof from the FY992157 Fayetteville Container Maintenance Building 00700 - 22 I I I I I I I I I I I I I payments then or thereafter due the Contractor, and if such payments are not sufficient thereof, charge the cost to the Contractor and its surety. 61. OWNER'S RIGHT TO TRANSFER EMPLOYMENT If the Contractor should abandon the Work or should be adjudged bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver should be appointed on account of his insolvency, or if he should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to supply enough properly skilled workers or proper materials, or if he should fail to make prompt payment to subcontractors for material or labor, or persistently disregard laws, ordinances, or the instructions of the Engineer, or otherwise be guilty of a substantial violation of any provision of the Contract or any laws or ordinance. The Owner may, without prejudice to any other right or remedy, and after giving the Contractor and Surety 7 days' written notice, transfer the employment for said Work from the Contractor to the Surety. Upon receipt of such notice, such Surety shall enter upon the premises and take possession of all materials, tools, and appliances thereon for the purpose of completing the Work included under this Contract and employ, by Contract or otherwise, any qualified person or persons to finish the Work and provide the materials therefore, in accordance with the Contract Documents, without termination of the continuing full force and effect of this Contract. In case of such transfer of employment to such Surety, the Surety shall be paid in its own name on estimates according to the terms hereof without any right of the Contractor to make any claim for the same or any part thereof If after the furnishing of said written notice to the Surety, the Contractor and the Surety still fail to make reasonable progress on the performance of the Work, the Owner may terminate the employment of the Contractor and take possession of the premises and of all materials, tools, and appliances thereon and finish the Work by whatever method he may deem expedient and charge the cost thereof to the Contractor and Surety. In such case, the Contractor shall not be entitled to receive any further payment until the Work is finished. If the expense of completing the Contract, including compensation for additional managerial and administrative services, shall exceed such unpaid balance, the Contractor and the Surety shall pay the difference to the Owner. 62. OWNER'S RIGHT TO SUSPEND OR TERMINATE WORK Owner may suspend work under the following conditions: At any time and without cause, Owner may suspend the Work or any portion thereof for a period of not more than ninety days by notice in writing to Contractor and Engineer which will fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. Contractor shall be allowed an adjustment in the Contract Price or an extension of the Contract Times, or both, directly attributable to any such suspension if Contract makes an approved claim therefor as provided in per the General Conditions. Owner may terminate: Upon the occurrence of any one or more of the following events: 1. If Contractor persistently fails to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or IFY992157 Fayetteville Container Maintenance Building 00700 - 23 I suitable materials or equipment or failure to adhere to the progress schedule established in the Contract Documents. 2. If Contractor disregards Laws or Regulations of any public body having jurisdiction. 3. If Contractor disregards the authority of the Engineers. 4. If Contractor otherwise violates in any substantial way any provisions of the Contract Documents. Owner may, after giving Contractor (and the surety, if any) seven days' written notice and to the extent permitted by Laws and Regulations, terminate the services of Contractor, exclude Contractor from the site and take possession of the Work and of all Contractor's tools, , appliances, construction equipment, and machinery at the site and use the same to the full extent they could be used by Contractor (without liability to Contractor for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which Owner has paid Contractor but which are stored elsewhere, and finish the Work as Owner may �. deem expedient. In such case Contractor shall not be entitled to receive any further payment until the Work is 1 finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by Owner arising out of or resulting from completing the Work such excess will be paid to Contractor. If such claims, costs, losses and damages exceed• such unpaid balance, Contractor shall pay the difference to Owner. Such claims, costs, losses and damages incurred by Owner will be reviewed by Engineer as to their reasonableness and when so approved by Engineer incorporated in a Change Order, provided that when exercising any rights or remedies under the paragraph Owner shall not be required to obtain the lowest price for the Work performed. Where Contractor's services have been so terminated by Owner, the termination will not affect any rights or remedies of Owner against Contractor then existing or which may thereafter accrue. , Any retention or payment of moneys due Contractor by Owner will not release Contractor from liability. Upon seven days' written notice to Contractor and Engineer, Owner may, without cause and without prejudice to any other right or remedy of Owner, elect to terminate the Contract. In such case, Contractor shall be paid (without duplication of any items): 1. For completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work. _- 2. For expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials or equipment as required by the Contract Documents in connection. with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses. . 3. For all claims, costs, losses and damages incurred in settlement of terminated contracts , with Subcontractors, Suppliers and others. 4. For reasonable expenses directly attributable to termination. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 63. DELAYS AND EXTENSION OF TIME I If the Contractor is delayed in the progress of the Work by any separate Contractor employed by the Owner, or by strikes, lockouts, fire, excessive adverse weather conditions not reasonably FY992157 Fayetteville Container Maintenance Building 00700 - 24 1 anticipated (on the basis of official weather records from the past ten years, minimum, from the locality involved), or acts of God, the Contractor shall,. within 48 hours of the start of the occurrence, give written notice to the Owner of the cause of the potential delay and estimate the possible time extension involved, and within 7 days after the cause of delay has been remedied, the Contractor shall given written notice to the Owner of any actual time extension requested as a result of the aforementioned occurrence; then the Contract time may be extended by Change Order for such reasonable time as the Engineer determines. It is agreed that no claim shall be made or allowed for any damages which may arise out of any delay caused by the above referenced acts or occurrences, other than claims for the appropriate 1 extension of time. No extension of time will be granted to the Contractor for delays occurring to parts of the Work that have no measurable impact on the completion of the total Work under this Contract; nor will extension of time be granted for delays to parts of Work that are not located on the critical path if the Critical Path Method (CPM) is used for scheduling the Work. No extension of time will be considered for weather conditions normal to the area in which the Work is being performed. Unusual weather conditions, if determined by the Engineer to be of a severity that would stop all progress of the Work, may be considered as cause for an extension of Contract completion time. The Contractor shall provide official documentation of weather conditions experienced versus those anticipated as described above. 1 Delays in delivery of equipment or material purchased by the Contractor or his subcontractors (including Owner -selected equipment) shall not be considered as a just cause for delay. The Contractor shall be fully responsible for the timely ordering, scheduling, expediting, delivery, and installation of all equipment and materials. Within a reasonable period after the Contractor submits to the Owner a written request for an extension of time, the Engineer will present his written opinion to the Owner as to whether an extension of time is justified, and, if so, his recommendation as to the number of days for time extension. The Owner will make the final decision on all requests for extension of time. ' In no event shall the Contractor be entitled under this Contract to collect or recover any damages, loss, or expense incurred by any delay other than as caused by the Owner, as stipulated in the Article titled, NOTICE OF CLAIM FOR DELAY. 64. LIQUIDATED DAMAGES The Work shall begin at the time stated in the Notice to Proceed issued by the Owner to the Contractor and shall be completed within the number of consecutive calendar days, or by the calendar date, stated in the accepted Bid and Contract. The time shall be computed from and including the date stated in the Notice to Proceed. It is agreed that time is of the essence of this Contract. The Contractor agrees that said Work shall be prosecuted regularly, diligently, and uninterruptedly at such rate or progress as will insure full completion thereof within the time specified. It is expressly understood and agreed, by and between the Contractor and the Owner, that the time for the completion of the Work described herein is a reasonable time for the completion of the same, taking into consideration the average climatic range and usual construction conditions prevailing in this locality. I ' FY992157 Fayetteville Container Maintenance Building 00700 - 25 I If the Contractor shall neglect, fail, or refuse to complete the Work within the time herein , specified, or any proper extension thereof granted by the Owner, then the Contractor does hereby agree, as a part consideration for the awarding of this Contract, a penalty put as liquidated damages for such breach of Contract, as hereinafter set forth, for each and every calendar day that the Contractor shall be in default after the time stipulated in the Contract for completing the Work. The said amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages which the Owner would in such event sustain, and said amount shall be retained from time to time by the Owner from current periodic pay estimates. 65. OTHER CONTRACTS The Owner reserves the right to award other Contracts in connection with the Work. The Contractor shall afford other Contractors reasonable opportunity for the introduction and storage of their materials and the execution of their Work and shall properly connect and coordinate his Work with theirs. If any part of the Work under this Contract depends on the prior acceptable completion of Work by others under separate Contract(s), the Contractor shall inspect and promptly report to the Engineer any defects in such Work that would adversely affect the satisfactory completion of the Work under this Contract. The Contractor's failure to so inspect and report shall constitute acceptance of the Work by others as being suitable for the proper reception and completion of the Work under this Contract, excluding, however, those defects in the Work by others that occur after the satisfactory completion of the Work specified hereunder. ■ 66. USE OF PREMISES The Contractor shall confine his equipment, the storage of materials, and the operation of his workers to limits shown on the Drawings or indicated by law, ordinances, permits, or directions of the Engineer, and shall not unreasonably encumber the premises with his materials. The Contractor shall provide, at his own expense, the necessary rights -of -way and access to the Work which may be required outside the limits of the Owner's property. 67. SUBSTANTIAL COMPLETION DATE The Engineer may, at his sole discretion, issue a written notice of substantial completion for the purpose of establishing the starting date for specific equipment guarantees, and to establish the date that the Owner will assume the responsibility for the cost of operating such equipment. Said notice shall not be considered as final acceptance of any portion of the Work or relieve the Contractor from completing the remaining Work within the specified time and in full compliance with the Contract Documents. Such substantial completion shall not relieve Contractor from liquidated damages should the Owner have added costs after the completion date, i.e., if additional construction observation, interest paid, loss of revenue, or other expenses continue to be charged to the Owner. Substantial completion of an operating facility shall be that degree of completion that will provide a minimum of 7 continuous work days of successful operation in which all performance and acceptance testing has been successfully demonstrated to the Engineer. All equipment contained in the Work, plus all other components necessary to enable the Owner to operate the FY992157 Fayetteville Container Maintenance Building 00700-26 , I 1 facility in the manner that was intended, shall be complete on the substantial completion date. See "SUBSTANTIAL COMPLETION" under Article DEFINITIONS, of these General Conditions. 68. PERFORMANCE TESTING Operating equipment and systems shall be performance tested in the presence of the Engineer to demonstrate compliance with the specified requirements. Performance testing shall be conducted under the specified design operating conditions or under such simulated operating conditions as recommended or approved by the Engineer. Schedule such testing with the Engineer at least 1 week in advance of the planned date for testing. 69. OWNER'S USE OF PORTIONS OF THE WORK The Owner shall have the right to take possession of and use any completed or partially 1 completed portions of the Work. Such use shall not be considered as final acceptance of any portion of the Work, nor shall such use be considered as cause for an extension of the Contract completion time, unless authorized by a Change Order issued by the Owner. 70. CUTTING AND PATCHING The Contractor shall do all cutting, fitting, or patching of his Work that may be required to make its several parts come together properly and fit it to receive or be received by Work of other Contractors shown upon or reasonably implied by the Drawings. Any defective Work or material, performed or furnished by the Contractor, that may be discovered by the Engineer before the final acceptance of the Work or before final payment has been made, shall be removed and replaced or patched, in a manner as approved by the Engineer at the expense of the Contractor. 71. CLEANING UP The Contractor shall, at all times, at his own expense, keep property on which Work is in progress and the adjacent property free from accumulations of waste material or rubbish caused by employees or by the Work. Upon completion of the construction, the Contractor shall, at his own expense, remove all temporary structures, rubbish, and waste materials resulting from his operations. ,PAYMENT 72. PAYMENT FOR CHANGE ORDERS Payment or credit for any alterations covered by a Change Order shall be determined by one or a combination of the methods set forth in A, B, or C below as applicable: A. UNIT PRICES. If applicable, those unit prices stipulated in the Bid, shall be utilized. If such Unit Prices are not applicable, the Contractor and Owner may utilize Unit Prices as mutually agreed upon. B. LUMP SUM. A total lump sum for the Work may be negotiated as mutually agreed upon by the Contractor and Owner. I ' FY992157 Fayetteville Container Maintenance Building 00700-27 In "A" and "B" above, Contractor's quotations for Change Orders shall be in writing and firm for a period of 90 days. Any compensation paid in conjunction with the terms of a Change Order shall comprise total compensation due the Contractor for the Work or alteration defined in the Change Order. By signing the Change Order, the Contractor acknowledges that the stipulated compensation includes payment for the Work or alteration plus all payment for the interruption of schedules, extended overhead, delay or any other impact claim or ripple effect, and by such signing specifically waives any reservation or claim for additional compensation -in respect to the subject of the Change Order. The Owner's request for quotations on alterations to the Work shall not be considered authorization to proceed with the Work prior to the issuance of a formal Change Order, nor shall such request justify any delay in existing Work. Lump sum quotations for alterations to the Work shall include substantiating documentation with an itemized breakdown of Contractor and subcontractor costs, including labor, material, rentals, approved services, overhead, and profit calculated as specified under "C" below. C. FORCE ACCOUNT WORK. If the method of payment cannot be agreed upon prior to the beginning of the Work, and the Owner or the Engineer directs that the Work be done by written Change Order or on a force account basis, then the Contractor shall furnish labor, equipment, and materials necessary to complete the Work in a satisfactory manner and within a reasonable period of time. For the Work performed, payment will be made for the documented actual cost of the following: 1) Labor, including foremen, who are directly assigned to the force account Work: (actual payroll cost, including wages, fringe benefits as established by negotiated labor agreements, labor insurance, and labor taxes as established by law). No other fixed labor burdens will be considered, unless approved in writing by the Owner. 2) Material delivered and used on the designated Work, including sales tax, if paid for by the Contractor or his subcontractor. 3) - Rental, or equivalent rental cost of equipment, including necessary transportation for items having a value in excess of $100. 4) Additional bond, as required and approved by the Owner. 5) Additional insurance (other than labor insurance) as required and approved by the Owner. To costs under 72C, FORCE ACCOUNT WORK, there shall be added the following fixed fees for the Contractor or subcontractor actually performing the Work: A fixed fee not to exceed 15 percent of the cost of all items above. The added fixed fees shall be considered to be full compensation, covering the cost of general supervision, overhead, profit, and any other general expense. FY992157 Fayetteville Container Maintenance Building - - 00700-28 I The Owner reserves the right to furnish such materials and equipment as he deems expedient, and the Contractor shall have no claim for profit or added fees on the cost of such materials and equipment. For equipment under Item 3 above, rental or equivalent rental cost will be allowed for only those days or hours during which the equipment is in actual use. Rental and transportation allowances shall not exceed the current rental rates prevailing in the ' locality. The rentals allowed for equipment will, in all cases, be understood to cover all fuel, supplies, repairs, and renewals, and no further allowances will be made for those items, unless specific agreement to that effect is made. The Contractor shall maintain his records in such a manner as to provide a clear distinction between the direct costs of Work paid for on a force account basis and the costs of other operations. The Contractor shall furnish the Engineer report sheets in duplicate of each day's force account Work no later than the working day following the performance of said Work. The daily report sheets shall itemize the materials used, and shall cover the direct cost of labor and the charges for equipment rental, whether furnished by the Contractor, subcontractor, or other forces. The daily report sheets shall provide names or identifications and classifications of I. workers, the hourly rate of pay and hours worked, and also the size, type, and identification number of equipment and hours operated. Material charges shall be substantiated by valid copies of vendors' invoices. Such invoices shall be submitted with the daily report sheets, or, if not available, they shall be submitted with subsequent daily report sheets. Said daily report sheets shall be signed by the Contractor or his authorized agent. To receive partial payments and final payment for force account Work, the Contractor shall submit in a manner approved by the Engineer, detailed and complete documented verification of the Contractor's and any of his subcontractors' actual current costs involved in the force account Work pursuant to the issuance of an approved Change Order. Such costs shall be submitted within 30 days after said Work has been performed. No payment will be made for Work billed and submitted to the Engineer after the 30 -day period has expired. No extra or additional Work shall be performed by the Contractor, except in an emergency endangering life or property, unless in pursuance of a written Change Order, as provided in ALTERATIONS -CHANCES IN WORK. I I I a ' FY992157 Fayetteville Container Maintenance Building 00700 - 29 I 73. PARTIAL PAYMENTS I A. GENERAL Nothing contained in this Article shall be construed to affect the right, hereby reserved, to reject the whole or any part of the aforesaid Work, should such Work be later found not to comply with the provisions of the Contract Documents. All estimated quantities of Work for which partial payments have been made are subject to review and correction on the final estimate. Payment by the Owner and acceptance by the Contractor of partial payments based on periodic estimates of quantities of Work performed shall not, in any way, constitute acceptance of the estimated quantities used as the basis for computing the amounts of the partial payments. For public works projects, each partial payment request and final payment request shall contain an affidavit by the Contractor that all provisions of the applicable federal and state requirements regarding apprentices and payment of prevailing wages have been complied with by him and by his Subcontractors. B. ESTIMATE AND PAYMENT Before the first working day of each calendar month, the Contractor shall submit to the Engineer a detailed estimate of the amount earned for the separate portions of the Work, and request payment. As used in this Article, the words "amount earned" means the value, on the date of the estimate for partial payment, of the Work completed in accordance with the Contract Documents, and the value of approved materials delivered to the Project site suitably stored and protected prior to incorporation into the Work. If the Contractor's estimate of amount earned conforms with the Engineer's evaluation, the Engineer will calculate the amount due the Contractor and make recommendation to the Owner for payment. An estimate of monthly progress payments shall be provided for the entire job prior to •the first payment request. An update of the estimate of progress payments shall be updated if the actual progress differs by more than 20 percent in any given month. Each monthly payment request shall include the required updated Schedule. If the updated Schedule is not submitted, the Owner may withhold payment until this item is completed. The Contractor shall be paid within 30 days of approval of the payment request. C. DEDUCTION FROM ESTIMATE Unless modified in the Supplementary Conditions, deductions from the estimate will be as described below. The Owner will deduct from the estimate, and retain as part security, 10 percent of the amount earned for Work satisfactorily completed. However, no deduction or retainage will be made on the approved items of material delivered to and properly stored at the job site but not incorporated into the Work. When the Work is 50 percent complete, the Owner may "freeze" the retainage at 5 percent of the dollar value of the total contract provided that the Contractor is making satisfactory progress and there is no specific cause for a greater retainage. The Owner may reinstate the retainage up to 10 percent of the dollar value of "Work complete to date" if the Owner determines, at his discretion, that the Contractor is not making satisfactory progress or where there is other specific cause for such withholding. FY992157 Fayetteville Container Maintenance Building • - 00700-30 I NOSE: Exception --If the Work includes water or sewer pipelines, the Contractor shall maintain the Work for a period of ninety (90) days following its acceptance by the OWNER. Up to five percent (5%) of the Contract amount shall be retained during this maintenance period. All prior payments shall be subject to correction in the final payment. This 90 -day period does not relieve the Contractor of the Performance and Payment Bond requirements regarding warranty of the Project. In such cases, the semi-final payment estimate shall indicate the initial acceptance of the Work, and the warranty shall begin on such date. D. QUALIFICATION FOR PARTIAL PAYMENT FOR MATERIALS DELIVERED Unless modified in the Supplementary Conditions, qualification for partial payment for 1 materials delivered but not yet incorporated in to the Work shall be as described below. Materials, as used herein, shall be considered to be those items which are fabricated or 1 manufactured material and equipment. To receive partial payment for materials delivered to the site, but not incorporated in the Work, it shall be necessary for the Contractor to include invoices of such materials and documentation warranting that the materials and equipment are covered by appropriate property insurance and other arrangements to protect Owner's interest therein; all of which must be satisfactory to Owner. ' At the time of the next partial payment request, the Contractor must submit the following • documentation relative to materials paid on the previous partial payment: paid invoices of such materials or other documentation warranting that the Owner has received the ' materials and equipment free and clear of all liens, charges, security interests, and encumbrances (i.e., all materials have been paid for by Contractor). Failure to submit this documentation will result in an appropriate reduction on the current partial payment estimate for such materials. At his sole discretion, the Engineer may approve items for which partial payment is to be made. Proper storage and protection shall be provided by the Contractor, and as approved by the Engineer. Final payment shall be made only for materials actually incorporated in the Work and, upon acceptance of the Work, all materials remaining for which advance payments had been made shall revert to the Contractor, unless otherwise ' agreed, and partial payments made for these items shall be deducted from the final payment for the Work. E. PAYMENT After deducting the retainages and the amount of all previous partial payments made to the Contractor, the amount earned as of the current month will be made payable to the Contractor within 30 days of the Owner's receipt of an approved request, except where the Owner is a municipality or other agency whose laws require the approval of each payment by a council or similar body, in which case, the payment shall become due and payable 10 days after the first regularly -scheduled meeting in the month following the submittal of such payment request. 1 ' FY992157 Fayetteville Container Maintenance Building 00700 - 31 74. CLAIMS , In any case where the Contractor deems additional compensation is due him for Work or materials not clearly covered in the Contract or not ordered by the Engineer according to provisions of Article 20 ALTERATIONS - CHANGES IN WORK, the Contractor shall notify the Engineer, in writing, of his intention to make claim for such compensation before he begins the Work on which he bases the claim, in order that such matters may be settled, if possible, or other appropriate action promptly taken. If such notification is not given or the Engineer is not afforded proper facilities by the Contractor for keeping strict account of actual cost, then the Contractor hereby agrees to waive the claim for such additional compensation. Such notice by the Contractor, and the fact that the Engineer has kept account of the cost as aforesaid, shall not in any way be construed as proving the validity of the claim. Claims for additional compensation shall be made in itemized detail and submitted, in writing, to the Owner and Engineer within 10 days following completion of that portion of the Work for which the Contractor bases his claim. In case the claim is found to be just, it shall be allowed and paid for as provided in the Article titled, PAYMENT FOR CHANGE ORDERS. 75.. NOTICE OF CLAIM FOR DELAY If the Contractor intends to file a claim for additional compensation for delay caused by the Owner at a particular time, he shall file a notice of claim with the Owner within 7 days of the beginning of the occurrence. The notice of claim shall be in duplicate, in writing, and need not state the amount. No claim for additional compensation will be considered unless the provisions of Article 61, DELAYS AND EXTENSION OF TIME, are complied with, and a notice of claim has been filed with the Owner in writing, as stated above. Should the Owner be prevented or enjoined from proceeding with Work, either before or after its prosecution, or from authorizing its prosecution by reason of any litigation, the Contractor shall not be entitled to make or assert claim for damage by reason of said delay; but time for completion of the Work will be extended to such reasonable time as the Owner may determine will compensate for time lost by such delay, with such determination to be set forth in writing. 1 76. RELEASE OF LIENS OR CLAIMS The Contractor shall indemnify and save harmless the Owner from all claims for labor and materials furnished under this Contract. Prior to the final payment, the Contractor shall furnish to the Owner, as part of his final payment request, an affidavit that all of the Contractor's obligations on the Project have been satisfied and that there are no unpaid taxes, liens, vendors' liens, rights to lien or any other type of claim against the Project, and that the hourly wages paid to all persons on the Project were in accordance with the applicable wage scale determinations. 77. FINAL PAYMENT Upon completion of all of the Work under this Contract, the Contractor shall notify the 1 Engineer, in writing, that he has completed his part of the Contract and shall request final inspection. Upon receipt of the Contractor's written notice that the Work is ready for final inspection, the Engineer shall make such inspection and shall submit to the Owner his recommendation as to acceptance of the completed Work and as to the final estimate of the amount due the Contractor under this Contract. FY992157 Fayetteville Container Maintenance Building 00700-32 1 fl Upon approval of this final estimate by the Owner and compliance with provisions in Article titled, RELEASE OF LIENS OR CLAIMS, and other provisions as may be applicable, the Owner shall pay to the Contractor all monies due him under the provisions of these Contract Documents. On contracts for public works, final payment of the retained percentage will not be made until the Contractor has also furnished the applicable apprenticeship wage certification. 78. NO WAIVER OF RIGHTS Neither the inspection of the Owner, through the Engineer or any of his employees, nor any order by the Owner for payment of money, nor any payment for, or acceptance of, the whole or any part of the Work by the Owner or Engineer, nor any extension of time, nor any ' possession taken by the Owner or its employees shall operate as a waiver of any provision of this Contract, or any power herein reserved to the Owner, or any right to damages herein provided nor shall any waiver of any breach in this Contract be held to be a waiver of any other or subsequent breach. 79. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE 1 The acceptance by the Contractor of the final payment shall release the Owner and the Engineer, as agent of the Owner, from all claims and all liability to the Contractor for all things ' done or furnished in connection with the Work, and every act of the Owner and others relating to or arising out of the Work. No payment, however, final or otherwise, shall operate to release the Contractor or his Sureties from obligations under this Contract and the Performance and 40 Payment Bonds, and other bonds and warranties, as herein provided. END OF GENERAL CONDITIONS ' DOCUMENT 00700 I I 1 I I I I I DOCUMENT 00800 SUPPLEMENTARY CONDITIONS The GENERAL CONDITIONS are hereby revised as follows: IARTICLE 9. "ENGINEER" Delete the first sentence. ARTICLE 16. "SUBSTANTIAL COMPLETION" Replace the word "Project" wherever it occurs with the word "Work". Delete the second paragraph and add the following: ' Substantial Completion shall be evidenced by a definitive Certificate of Substantial Completion or by the Engineer's written recommendation that the Work is complete and ready for final payment. The date of Substantial Completion shall be the effective date on the certificate or the date the Engineer recommends for final payment, whichever occurs first. ARTICLE 17 "WORK" Add the new paragraph as follows: Work that is unsatisfactory, faulty, or deficient in that such Work does not conform to the Contract Documents, or does not meet the requirements of any inspection, reference standard, ' test, or approval referred to in the Contract Documents, or has been damaged prior to the Engineer's recommendation for final payment (unless the Owner has assumed responsibility for protection thereof at Substantial Completion). ARTICLE 28. "REJECTED MATERIAL" ' Delete entirely and replace with the following: ARTICLE 28. "REJECTED WORK" Any Work condemned or rejected as defective by the Engineer shall be removed at once from , the vicinity of the Work by the Contractor at his own expense (unless such Work is Owner - provided material equipment) and shall not be used on the remainder of the Work. I I 1 FY992157 Fayetteville Container Maintenance Building 00800 - 1 ARTICLE 31 "LINES AND GRADES" Add the following: The Engineer shall stake or otherwise mark: One temporary bench mark at each site. The centerline and center of the Glide Slope Tower Foundation. The centerline and center of the LDA Array. The point at which the Localizer DME control cable enters the Localizer Critical Area and MLS Critical Area. The Runway Safety Area where it intersects the extended centerline of the Glide Slope Tower Foundation. Location of ground check markers, 11 total. ARTICLE 36. "INSURANCE AND LIABILITY", SUBARTICLE E "PROPERTY INSURANCE" Delete the requirement for Property Insurance. ARTICLE 52. "TESTS, SAMPLES, AND INSPECTIONS" Add the following: COMPACTION AND CONCRETE TESTING The Engineer shall conduct field soil density and concrete testing as required by Owner and Contract Documents. The Owner shall pay for all initial testing. The Contractor shall pay for all retesting necessitated by unsatisfactory results of initial testing. ARTICLE 55. "CORRECTION OF DEFECTIVE WORK FOUND DURING WARRANTY PERIOD" Delete entirely and replace with the following: ARTICLE 55. "CONTRACTOR'S GENERAL WARRANTY & GUARANTEE & CORRECTION PERIOD" The Contractor warrants and guarantees to the Owner that all Work will be in accordance with the Contract Documents and will not be Defective Work. The Contractor's warranty and guarantee excludes defective Owner -provided material and equipment; however, it does not exclude the Contractor's workmanship in incorporating such material and equipment in the remainder of the Work. If, within one year after the date of Substantial Completion or longer period of time as prescribed by Laws, Regulation, or specific provisions of the Contract Documents, any Work is found to FY992157 Fayetteville Container Maintenance Building 00800 - I be Defective Work, the contractor shall promptly, without cost to the Owner and in accordance with the Owner's written instruction. ' 1) Correct the Defective Work or remove and replace it with Work that is not defective, and 2) satisfactorily correct or remove and replace any damage to other Work resulting therefrom. • Where Defective Work (and damage to other Work resulting therefrom) has been corrected, removed or replaced under this Article, the warranty and guarantee period shall be extended for an additional year after the date the Owner accepts such correction or removal and replacement. If the Contractor fails to promptly make such correction or removals and replacements, or in an emergency where delay would cause serious risk loss or damage, the Owner may have the Defective Work corrected or removed and replaced. In such instance the Contractor shall pay all resulting claims, costs, losses and damages. • ARTICLE 57 "SCHEDULES AND PROGRESS REPORTS" In the unnumbered subparaph of the paragraph beginning, "Construction Schedule Requirements", • change the submission requirement from "prior to the preconstruction conference" to "within 14 calendar days after the start of Work". From the paragraph beginning, "Construction Schedule Requirements" delete subparagraphs e, f, g, and h. I ARTICLE 58 "PROSECUTION OF THE WORK" Delete and replace with 58. "PROSECUTION OF THE WORK; WORKING HOURS; OBSERVATION HOURS" Owner and Contractor expressly understand and agree that the time of beginning, rate of • progress, and time of completion of the Work are of the essence in this Contract. Contractor shall prosecute the Work at such time and in such parts of the Work as may be ' required to complete the Work within the Contract Times or on or before the dates established for completion, except as limited below. Contractor's Working Hours: Except as otherwise required for the safety or protection of persons, the Work, or property at or adjacent to the site, and except as otherwise stated in the Contract Documents, Contractor shall limit work at the site to period between 7:00 A.M. and 6:00 P.M., Monday through Friday. Contractor will not permit work outside • these hours or on Saturday, Sunday or legal holiday without Owner's consent (which will not be reasonably withheld) and prior notice to Engineer. The intent of this limitation is Ito minimize the impact of construction work on those living or conducting business near • or adjacent to the site. I IFY992157 Fayetteville Container Maintenance Building 00800-3 Engineer's Observation Hours: Contractor is expected to schedule and prosecute the Work in a manner that will not require observation for more than 40 hours per week, on Sundays, or on legal holidays. Contractor shall reimburse Owner for all observation in excess of 40 hours per week or on Sundays or holidays (such holidays being New Years Day, Memorial Day, 4th of July, Labor Day, Thanksgiving Day, and Christmas Day). The method of reimbursement shall be a deduction from monies due Contractor on pay requests and shall be calculated as follows: $55/hour times the sum of all observers' hours, as recorded on certified time sheets as devoted to this project, less 40 hours -or- $55 x (SUMoBS, 40). ARTICLE 73B "ESTIMATE AND PAYMENT" Delete the last sentence that reads, "The Contractor shall be paid within 30 of approval of the payment request." Replace it with the following: "Owner will make every effort to pay Contractor within 30 days of receipt of pay requests recommended by Engineer; however, Owner can not guarantee that this 30 -day time frame can be met for each pay request." ARTICLE 73D "QUALIFICATION FOR PARTIAL PAYMENT FOR MATERIALS DELIVERED" and all other Articles applicable to stored materials. Delete Article 73D entirely. The Owner will not make partial payments for materials delivered but not yet incorporated in the construction. ARTICLE 80 "DISPUTES RESOLUTION" Binding Arbitration: All appeals from Engineer's decisions on Claims will firstly be subject to mediation, then, if mediation does not resolve the disagreement, they shall be decided by arbitration. Arbitration shall be in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association and subject to the limitations set forth in this paragraph 16.02. The award rendered by arbitrators shall be final and binding and will not be subject to modification or appeal. Any court having jurisdiction may enter judgement on the award and enforce this agreement to arbitrate. Limitations: (1) Mediation First: Appeals of Engineer's decisions shall first be submitted to mediation by the American Arbitration Association under that Association's Construction Industry Mediation Rules, unless a delay in initiating arbitration would irrevocably prejudice one of the parties. The mediator of any dispute shall not also serve subsequently as arbitrator for the same dispute unless otherwise agreed to by both parties. (2) Filing: Appellant will file the demand for arbitration with the other party, Engineer, and the American Arbitration Association within 60 days of Engineer's decision. In no event will any such demand be made after the date when the institution of legal or equitable proceedings would be barred by applicable statutes of limitations. FY992157 Fayetteville Container Maintenance Building 00800-4 I (3) Inclusion of other Parties: Except as provided in subparagraph (4) below, no ' arbitration arising out of, or relating to, the Contract Documents shall include by consolidation, joinder, or any other manner any person or entity who is not a party to the Agreement unless: (a) such inclusion is necessary if complete relief is to be afforded among those who are already parties to the arbitration; (b) the other person or entity is substantially involved in a question of law or fact which is common to those who are already parties to the arbitration and which will arise in the • proceedings; and ' (c ) the person or entity sought to be included, Owner, and Contractor shall consent, in writing, to the inclusion. The consent shall specifically describe the dispute in question and shall not be considered consent to arbitrate for any dispute not so described. (4) Inclusion of Subcontractors: If a dispute involves the Work of a Subcontractor or Supplier, either Owner or Contractor may join such Subcontractor or Supplier as a party to the • arbitration and the limitations stipulated above will not apply. I C END OF SUPPLEMENTARY CONDITIONS I I I I I I IFY992157 Fayetteville Container Maintenance Building 00800-5 I 1 I I I 1 SECTION 01009 Julu .' xt,ipwsJt1, PART I GENERAL 1.01 REQUIREMENTS INCLUDED A. This Section describes the project in general, and provides overview of the extent of the work to be performed. Detailed requirements and extent of work is stated in the applicable Specification Sections and is shown on the Drawings. The Contractor shall, except as otherwise specifically stated herein or in any applicable parts of the Contract Documents, provide and pay for all labor, materials, equipment, tools, construction equipment, and other facilities and services necessary for proper execution, and completion of his work. 1.02 REASONABLY IMPLIED PARTS OF THE WORK SHALL BE DONE THOUGH ABSENT FROM SPECIFICATIONS A. Any part of the work which is not mentioned in the Specifications but is shown on the Drawings, or any part not shown on the Drawings but described in the Specifications, or any part not shown on the Drawings nor described in the Specifications, but which is necessary or normally required as a part of such work, or is necessary or required to make each installation satisfactorily and legally operable, shall be performed by the Contractor as incidental work without extra cost to the Owner, as if fully described in the Specifications and shown on the Drawings, and the expense thereof shall be included in the applicable unit prices or lump sum bid for the work. 1.03 4" PART 2 DESCRIPTION OF THE PROJECT Work covered by these Contract Documents in general covers the construction of the following facilities: Construction of 3,500 square feet (70 feet by 50 feet) of new container maintenance building. 2. Construction of new water, sanitary sewer, and electrical services for the building. 3. Construction of asphalt and gravel surfaces around the building. 4. Construction of a metal framed shelter over and around the existing concrete walled baled recycle plastic storage area located immediately adjacent to the existing recycle building. PRODUCTS Not Used. FY992157 Fayetteville Container Maintenance Building Section 01009- 1 II PART 3 3.01 A. B. 3.02 a CONTRACTOR'S RESPONSIBILITIES GENERAL CONSTRUCTION WORK The Contractor shall -execute all work, including site, structural, piping, equipment, and finishes. The Contractor shall also: 1. Provide temporary sanitary toilet facilities. 2. Pay for all electrical energy consumed for construction purposes. 3. Provide and pay for temporary service for lighting of temporary office and work areas. 4. Provide replacement lamps for temporary lighting. 5. Provide temporary heat; make all arrangements and pay all fuel cost; supervise and maintain all heating units. 6. Provide telephone service for his own use and for the Engineer's use. 7. Provide an adequate supply of potable drinking water for use by his employees and by the Engineer. 8. Provide and maintain fire protection in working order during the entire construction period. 9. Coordinate with the Engineer and Owner all re-routing of existing streets and interruptions of the existing water and sewer operations. DRAWINGS Drawings are bound separately and consist of 16 sheets including the cover sheet. END OF SECTION I FY992167 Fayetteville Container Maintenance Building Section 01009-2 ' I ' SECTION 01300 ' SUBMITTALS DURING CONS TR TION PART1 GENERAL 1.01 SUBMITTALS A. This Section outlines in general the items that the Contractor must prepare or assemble for submittal during the progress of the work. Costs for the work under this Section shall be included in the appropriate items of the Contractor's bid prices. ' There is no attempt herein to state in detail all of the procedures and requirements for each submittal. The Contractor's attention is directed to the individual Specification sections in these Contract Documents which may contain additional and special ' submittal requirements. The Owner reserves the right to direct and modify the procedures and requirements for submittals as necessary to accomplish the specific purpose of each submittal. Should the Contractor be in doubt as to the procedure, purpose, or extent of any submittal, he should direct his inquiry to the Engineer. • 1.02 ADMINISTRATIVE SUBMITTALS IA. The Contractor shall provide all of the submittals required by the General Conditions, • Supplementary Conditions, and as may be specifically required in other parts of these Documents. ' B. The Contractor is reminded of his obligation as required by law to make required submittals promptly to the applicable Federal, state, or local agency. Failure to ' comply with this requirement may result in the withholding or progress payments and make the Contractor liable for other prescribed action and sanctions. PART 2 TECHNICAL SUBMITTALS 2.01 GENERAL A. Requirements in this Section are in addition to any specific requirements for submittals specified in other Divisions and Sections of these Contract Documents. B. Submittals to the Engineer shall be addressed to: McClelland Consulting Engineers, Inc.; Attn: Mr. Fred Schlegel, P.O. Box 1229, Fayetteville, Arkansas 72702. ' C. Submitted data shall be fully sufficient in detail for determination of compliance with the Contract Documents. ' D. Review, acceptance, or approval of substitutions, schedules, shop drawings, lists of materials, and procedures submitted or requested by the Contractor shall not add to the Contract amount, and all additional costs which may result therefrom shall be solely the obligation of the Contractor. C1 FY992157 Fayetteville Container Maintenance Building •Section 01300- 1 I E. The Owner is not precluded, by virtue of review, acceptance, or approval, from obtaining a credit for construction savings resulting from allowed concessions in the work or materials therefore. F. It shall not be the responsibility of the Owner to provide engineering or other services , to protect the Contractor from additional costs accruing from such approvals. G. No equipment or material for which listings, drawings, or descriptive material is required shall be fabricated, purchased, or installed until the Engineer has on hand ' copies of such approved lists and the appropriately stamped final shop drawings. H. Submittals will be acted upon by the Engineer as promptly as possible, and returned to the Contractor not later than the time allowed for review in SHOP DRAWING SUBMITTAL PROCEDURE. Delays caused by the need for resubmittals shall not constitute reason for an extension of Contract time. , 2.02 SHOP DRAWING SUBMITTAL PROCEDURE A. See General and Supplemental Conditions. ' 2.03 TRANSMITTAL OF CONTRACTOR'S SUBMITTAL FORM A. Each shop drawing submittal shall be accomplished by a Transmittal of Contractor's Submittal form. The form shall be completely filled in with all applicable information; failure to do so shall result in immediate rejection of the submitted items. 2.04 SHOP DRAWING REQUIREMENTS ' A. Shop drawings referred to herein shall include shop drawings and other submittals for both shop and field -fabricated items. The Contractor shall submit, as applicable, the following for all prefabricated or manufactured structural, mechanical, electrical, plumbing, process systems, and equipment: 1.. GENERAL , a. Shop drawings or equipment drawings, including dimensions, size ' and location of connections to other work, and weight of equipment. b. Catalog information and cuts. c. Installation or placing drawings for equipment, drives, and bases. • d. Supporting calculations for equipment and associated supports, or hangers required or specified to be designed by equipment • manufacturers. e. Complete manufacturer's specifications, including materials • description and paint system. f. Performance data. ' FY992157 Fayetteville Container Maintenance Building Section 01300 - 2 I g. Suggested spare parts list with current price information. ' h. List of special tools required for checking, testing, parts replacement, and maintenance. (Special tools are those which have been specially designed or adapted for use on parts of the equipment, and which are 1 not customarily and routinely carried by maintenance mechanics.) i. List of special tools furnished with the equipment. j. List of materials and supplies required for the equipment prior to, and during start-up. ' k. List of materials and supplied furnished with the equipment. II. Samples of finish colors for selection. m. Special handling instructions. n. Requirements for storage and protection prior to installation. o. Requirements for routine maintenance required prior to start-up. 2.05 SUBMITTALS REQUIRED FOR FOREIGN -MANUFACTURED ITEMS A. In addition to the submittal requirements stated above, suppliers of foreign -manufactured items shall submit the names and addresses of companies within the United States that maintain technical service representatives and complete ' inventory of spare parts and accessories for each foreign -made item proposed for incorporation into the work. Failure to prove the foregoing capabilities shall be just cause for rejection of the foreign -manufactured items. I2.06 RECORD DRAWINGS A. The Engineer will prepare a set of Record Drawings for the project which will include the changes made in materials, equipment, locations, and dimensions of the work. Two weeks prior to Final Inspection, the Contractor shall submit to the Engineer a current listing and description including marked -up prints of each change ' incorporated into the work since the preceding submittal. 2.07 SUBMITTAL OF INTERFACE INFORMATION (CONNECTION AND ' CORRELATION WITH OTHER WORK) A. Where called for on the Specifications, and as determined necessary by the Engineer Ito provide proper correlation with other equipment, complete interface information shall be submitted. This interface information shall be accurate, and contain all information necessary to allow the completion of detail design and construction of ' the interfacing or connecting work. The Contractor shall include in his negotiation for subcontract work, such agreements as may be necessary to ensure the accuracy of subcontractor's interface submittal information. In the event additional costs are incurred due to subsequent changes to information given in said interface ' information, such additional costs shall be borne by the Contractor. FY992157 Fayetteville Container Maintenance Building Section 01300-3 Ti 2.08 SAMPLES AND TEST SPECIMENS A. Where required in the Specifications, test specimens or samples of materials, appliances, and fittings to be used or offered for use in connection with the Work shall be submitted to the Engineer at the Contractor's expense, with information as to their sources, with all cartage charges prepaid, and in such quantities and sizes as may be required for proper examination and tests to establish the quality or equality thereof, as applicable. B. All samples and test specimens shall be submitted in ample time to enable the Engineer to make any tests or examinations necessary without delay to the work. The Contractor will be held responsible for any loss of time due to his neglect or failure to deliver the required samples to the Engineer, as specified. C. The Contractor shall submit additional samples as required by the Engineer to ensure equality with the original approved sample and/or for determination of Specification compliance. D. Laboratory tests and examinations that the Owner elects to make at its own ' laboratory will be made at no cost to the Contractor, except that, if a sample of any material or equipment proposed for use by the Contractor fails to meet the Specifications, the cost of testing subsequent samples shall be borne by the Contractor. E. All tests required by the Specifications to be performed by an independent laboratory ' shall be made by an approved laboratory. Certified test results of all specified tests shall be submitted in duplicate to the Engineer. The samples furnished and the cost for the laboratory services shall be at the expense of the Contractor and included in the prices bid for the associated work. 2.09 CERTIFICATES OF COMPLIANCE A. A Certificate of Compliance shall be furnished for materials specified to a recognized standard or code prior to the use of any such materials in the work. The Engineer may permit the use of certain materials or assemblies prior to sampling and testing if accompanied by a Certificate of Compliance. The certificate shall be signed by the manufacturer of the material or the manufacturer of assembled materials and shall state that the materials involved comply in all respects with the requirements of the Specifications. A Certificate of Compliance shall be furnished with each lot of material delivered to the work and the lot so certified shall be clearly identified in the certificate. B. All materials used on the basis of a Certificate of Compliance may be sampled and tested at any time. The fact that material is used on the basis of a Certificate of Compliance shall not relieve the Contractor of responsibility for incorporating material in the work which conforms to the requirements of the Contract Documents and any such material not conforming to such requirements will be subject to rejection whether in place or not. I FY992157 Fayetteville Container Maintenance Building Section 01300 -4 II I II I C. The Engineer reserves the right to refuse permission for use as material on the basis of a Certificate of Compliance. D. The form of the Certificate of Compliance and its disposition shall be as directed by the Engineer. E. Where Certification of Compliance is required in the Technical Specifications, the Contractor shall obtain from the supplier/manufacturer a certification stating that the particular piece of equipment or system will satisfy all requirements stated in the related Specification Section(s). 2.10 PAYMENT A. Payment for the work in this section will be included as part of the bid amount stated in the proposal. ' PART 3 EXECUTION I I I I I 1 1 1 1 Not Used. END OF SECTION FY992157 Fayetteville Container Maintenance Building Section 01300-5 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PART1 GENERAL 1.01 REQUIREMENTS INCLUDED A. General Quality Control. B. Workmanship. C. Manufacturer's Instructions. D. Manufacturer's Certificates. E. Mockups. F. Manufacturers' Field Services. G. Testing Laboratory Services. 1.02 RELATED REQUIREMENTS A. Section 01300 - Submittals: Submittal of Manufacturer's Instructions. B. Section 02200: Tests required for earthwork. C. Section 03300: Tests required for concrete. 1.03 QUALITY CONTROL, GENERAL A. Maintain quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce work of specified quality. 1.04 WORKMANSHIP A. Comply with industry standards except when more restrictive tolerances or specified requirements indicate more rigid standards or more precise workmanship. B. Perform work by persons qualified to produce workmanship of specified quality. C. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, and racking. FY992157 Fayetteville Container Maintenance Building Section 01400 - 1 1.05 MANUFACTURERS' INSTRUCTIONS 1 A. Comply with instructions in full detail, including each step in sequence. Should instructions conflict with Contract Documents, request clarification from Engineer before proceeding. 1.06 MANUFACTURERS' CERTIFICATES I A. When required by individual Specifications Section, submit manufacturer's certificate, in duplicate, that products meet or exceed specified requirements. 1.07 MOCKUPS Not used. , 1.08 MANUFACTURERS' FIELD SERVICES A. When specified in respective Specification Sections, require supplier or manufacturer to provide qualified personnel to observe field conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment, test, adjust and balance of equipment as applicable, and to make appropriate recommendations. B. Representative shall submit written report to Engineer listing observations and ' recommendations. 1.09 TESTING LABORATORY SERVICES ' A. Owner will employ a Testing Laboratory to perform inspections, tests, and other services required by individual Specification Sections. B. Owner shall pay for initial laboratory testing of earthwork, base, asphalt, and concrete. If, however, initial test fails, retesting must be paid for by the Contractor. C. Services will be performed in accordance with requirements of governing authorities and with specified standards. D. Reports will be submitted to Engineer, Owner and Contractor giving observations and results of tests, indicating compliance or non-compliance with specified standards and with Contract Documents. E. Contractor shall cooperate with Testing Laboratory personnel; furnish tools, samples of materials, design mix, equipment, storage and assistance as requested. 1. Notify Engineer/Testing Laboratory 24 hours prior to expected time for operations requiring testing services. , 2. Make arrangements with Testing Laboratory and pay for additional samples and tests for Contractor's convenience. FY992157 Fayetteville Container Maintenance Building Section 01400 - 2 1 II I J PARTI GENERAL SECTION 01500 1 1.01 LAYOUT OF TEMPORARY FACILITIES 1 I I I I A. The Contractor shall make his own arrangements for storage of materials and equipment in locations on and off the construction site. Security of the construction work, materials, and equipment is the sole responsibility of the Contractor. 1.02 STORAGE BUILDINGS A. The Contractor shall erect or provide as approved, temporary storage buildings of the various sizes as required for the protection of mechanical and electrical equipment and materials as recommended by manufacturers of such equipment and materials. The buildings shall be provided with such environmental control systems that meet recommendations of manufacturers of all equipment and materials stored in the buildings. The buildings shall be of sufficient size and so arranged or partitioned to provide security for their contents and provide ready access for inspection and inventory. At or near the completion of the work, and as directed by the Engineer, the temporary storage buildings shall be dismantled, removed from the site, and remain the property of the Contractor. B. Combustible materials (paints, solvents, fuels, etc.) shall be stored in a well -ventilated building removed from other buildings. 1 1.03 STORAGE YARDS I I 1.04 A. The Contractor shall construct temporary storage yards for the storage of materials that are not subject to damage by weather conditions. Materials such as pipe, reinforcing and structural steel, shall be stored on pallets or racks, off the ground, and stored in a manner to allow ready access for inspection and inventory. Temporary gravel surfacing of the storage yards shall meet with the approval of the Engineer and Owner. Storage areas shall be restored to their initial condition once they are no longer needed. CONTRACTOR'S WORK AREA IA. The Contractor shall limit his operations and storage of equipment materials to the areas authorized by individual property owners and approved by the Engineer and Owner. I I I B. The Contractor shall maintain the area during construction in a manner that will not obstruct operations of any existing roads. He shall proceed with his work in an orderly manner, maintaining the construction site free of debris and unnecessary equipment or materials. FY992157 Fayetteville Container Maintenance Building Section 01500-1 I 1.05 TEMPORARY ACCESS ROADS AND PARKING A. The Contractor shall construct temporary construction access roads, parking areas, and detours as are required to execute the work. The roads shall meet with the approval of the Engineer, and be maintained in good condition until no longer needed; at which time the temporary roads shall be removed and the area left in a condition satisfactory to the property owner and Engineer. 1.06 A. B. C. D. TEMPORARY WATER CONTROL Rough grade site to prevent standing water and to direct surface drainage away from excavations, trenches, adjoining properties, and public rights -of -way. Maintain excavations and trenches free of water. Provide and operate pumping equipment of a capacity to control water flow. Provide piping to handle pumping outflow to discharge in a manner to avoid erosion or deposit of silt. Remove equipment and installation when no longer needed. I L .1. L L P PART.2 UTILITIES t 2.01 CODES AND SAFETY A. The Contractor shall be responsible for obtaining inspections and paying for permits I required for the installation of all temporary utilities. Also, the Contractor shall be solely responsible for the safe use/operation of all temporary utilities. 2.02 SANITARY FACILITIES A. The Contractor shall provide and maintain sanitary facilities for his employees and ' his subcontractors' employees that will comply with the regulations of the local and State health departments and as directed by the Engineer. 2.03 TEMPORARY WATER A. The Owner will provide a place of temporary connection for water near the site if the Contractor desires and if it can be determined that the Contractor's usage will not interfere with Fayetteville's normal requirements. The Contractor shall provide all temporary piping required to bring the water to the point of use and remove it when no longer needed. The Contractor shall make a conscientious effort to conserve water in his uses. B. The Contractor will provide required pumps, pressure tanks, etc. if necessary to boost 1 pressure at his points of usage. 1 I FY992157 Fayetteville Container Maintenance Building Section 01500-2 1 ' 2.04 1 2.05 ' 2.06 2.07 WATER FOR TESTING A. The Owner shall provide the necessary water required for testing equipment and water lines prior to acceptance of the work, unless otherwise specifically stated in the Specifications for the equipment, system, or facility. B. In the event that the water lines leak, requiring refilling and retesting, the Contractor shall pay for the water required for second and subsequent filling and testing. Payment will be made in accordance with the City's water rates. PROTECTION OF THE FINISHED CONSTRUCTION A. The Contractor shall assume the responsibility for the protection of all finished construction and shall repair and restore any and all damage to finished work to its original or better state. REMOVAL OF TEMPORARY FACILITIES AND UTILITIES A. At such time or times any temporary construction facilities and utilities are no longer required for the work, the Contractor shall notify the Engineer of his intent and schedule for removal of the temporary facilities and utilities, and obtain the Engineer's approval before removing the same. As approved, the Contractor shall remove the temporary facilities and utilities from the site as his property and leave the site in such condition as specified, as directed by the Engineer, and/or as shown on the Drawings. B. In unfinished areas, the condition of the site shall be left in a condition that will restore original drainage, evenly graded, seeded as necessary, and left with an appearance equal to, or better than, original. A. PAYMENT Payment for the work under this Section will be included as part of the bid amount stated in the Proposal. PART 3 EXECUTION Not Used. END OF SECTION FY992157 Fayetteville Container Maintenance Building Section 01500-3 I I 1 I PARTI GENERAL 1.01 SCOPE SECTION 01700 A. This Section outlines the procedure to be followed in closing out all contracts. 1.02 SUBSTANTIAL COMPLETION I I A. The substantial completion date for the Contract shall be established as stated in the General Conditions. 1.03 FINAL INSPECTION A. After final cleaning and upon written notice from the Contractor that the work is completed, the Engineer will make a preliminary inspection with the Owner and Contractor present. Upon completion of this preliminary inspection, the Engineer will notify the Contractor, in writing, of any particulars in which this inspection reveals that the work is defective or incomplete. I B. Upon receiving written notice from the Engineer, the Contractor shall immediately undertake the work required to remedy defects and complete the work to the satisfaction of the Owner. C. When the Contractor has corrected or completed the items as listed in the Engineer's written notice, he shall inform the Engineer, in writing, that the required work has been completed. Upon receipt of this notice, the Engineer, in the presence of the Owner and Contractor, shall make his final inspection of the project. D. Should the Engineer find all work satisfactory at the time of his inspection, the Contractor will be allowed to make application for final payment in accordance with the provisions of the General Conditions. Should the Engineer still find deficiencies in the work, the Engineer will inform the Contractor of the deficiencies and will deny the Contractor's request for final payment until such time as the Contractor has satisfactorily completed the required work. E. All water courses, gutters, and ditches shall be opened and left in a condition satisfactory to the Engineer. 1.04 FINAL SUBMITTALS A. No contract will be finalized until all of the following have been submitted as required in Section 01300, SUBMITTALS DURING CONSTRUCTION. 1. Final shop drawings 2. Record drawings 3. Interface information FY992157 Fayetteville Container Maintenance Building Section 01700- 1 I B. No contract will be finalized until all submittals required have been submitted. I 1.05 GUARANTEES, BONDS, AND AFFIDAVITS A.. No contract will be finalized until all guarantees, performance tests, bonds, certificates, licenses, and affidavits required for work or equipment as specified are satisfactorily filed with the Owner. ii 1.06 ACCESSORY ITEMS A. All Contractors furnishing and/or installing equipment on this project shall provide to the Owner, upon acceptance of the equipment, all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to, adequate oil and grease as required for the first lubrication of the equipment, light bulbs, fuses, valve keys, handwheels, and other expendable items as required for initial startup and operation of all equipment. 1.07 RELEASE OF LIENS OR CLAIMS I A. No contract will be finalized until satisfactory evidence of release of liens has been 1, submitted to the Owner as required by the General Conditions. 1.08 FINAL PAYMENT I A. Final payment will be made to the Contractor in accordance with the General Conditions. PART PRODUCTS INot Used.I. PART 3 EXECUTION Not Used. END OF SECTION I LI FY992157 Fayetteville Container Maintenance Building Section 01700 -2 J APPLICATION FOR PAYMENT ;'' INSTRUCTIONS ' A. GENERAL INFORMATION This standard form is intended as a guide only. Many projects require a much more ii extensive form with space for numerous items, descriptions of Change Orden, identifi- cation of variable quantity adjustments, summary of materials and equipment stored at the site and other information. It is expected that a separate form will be developed by Engineer or Contractor at the time Contractor's Schedule of Values is finalized. Note also that the format for retainage must be changed if the Agreement permits (or the Law provides), and Contractor elects, the deposit of securities in lieu of retainage. Refer to Article 14 of the General Conditions for provisions concerning payments to Contractor. B. COMPLETING THE FORM The Schedule of Values, submitted and approved as provided in paragraphs 2.6.3 and 2.9 of the General Conditions, should be copied in the space indicated on the Application For Payment form. Note that the cost of materials and equipment is often listed separately from the cost of their installation. All Change Orders affecting the Contract Price should be identified and include such supplemental Schedules of Values as required for progress payments. The form is suitable for use in the Final Application for Payment as well as for Progress Payments: however, the required accompanying documentation is usually more extensive for final payment. All accompanying documentation should be identified in the space provided on the form. C. ENGINEER'S REVIEµ' Engineer must review all Applications for Payment with care to avoid recommending any payments not yet earned by Contractor. All accompanying documentation of legal nature. such as lien waivers, should be reviewed by an attorney. and Engineer should so advise Owner. I I I 1 I I H I. 1 APPLICATION FOR PAYMENT NO. To Contract for OWNER's Contract No. For Work accomplished through the date of . ENGINEER'S Project No. (OWNER) CONTRACTOR's Schedule of Values Work Completed ITEM Unit Price Quantity Amount Quantity Amount S $ $ S $ Total (Orig. Contract) C.O. No. I C.O. No. 2 Accompanying Documentation: GROSS AMOUNT DUE .................... $ LESS _ %RETAINAGE ................ $ AMOUNT DUE TO DATE .................. 'S LESS PREVIOUS PAYMENTS .......:.... $ AMOUNT DUE THIS APPLICATION .... $ CONTRACTOR'S Certification: The undersigned CONTRACTOR certifies that: (1) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharge in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered I through inclusive; (2) title to all Work. materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, security interest and encumbrances (except such as are covered by Bond acceptable to OWNER indemnifying OWNER against any such lien, claim, security interest or encumbrance); and (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective as that term is defined in the Contract Documents. Dated , 19 CONTRACTOR •1 By (Authorized Signature) Payment of the above AMOUNT DUE THIS APPLICATION is recommended. Dated .19 ENGINEER BY (Authorized Signature) ' EJCDC No. 1910-3-E (1990 Edition) Prepared by the Encincen Joint Context Documents Committee and endorsed by The Associated central Contrxsms of America. 1 I I 1 1 1 LIEN RELEASE NAME OF GENERAL CONTRACTOR: PROJECT: ENGINEER'S PROJECT NUMBER:__ PAY REQUEST NUMBER: The undersigned Contractor certifies that: (I) all previous progress payments received from OWNER on account of Work done under the Contract referred to above have been applied to discharged in full all obligations of CONTRACTOR incurred in connection with Work covered by prior Applications for Payment numbered 1 through _ inclusive; (2) title to all Work, materials, labor, and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all liens, claims, security interest, and encumbrances (except such as are covered by Bond acceptable to OWNER indemnifying OWNER against any such lien, claim, security interest or encumbrance); and (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective as that term is defined in Contract Documents. Signed this day of :19 Subscribed and Sworn to before me this day of 19_ Notary Public My commission expires the Contractor Title day of ,19___ I CHANGE ORDER INSTRUCTIONS A. GENERAL INFORMATION This document was developed to provide a uniform format for handling contract changes that affect Contract Price or Contract Times. Changes that have been initiated by a Work Change Directive must be incorporated into a subsequent Change Order if they affect Contract Price or Times. Changes that affect Contract Price or Contract Times should be promptly covered by a Change Order. The practice of accumulating change order items to reduce the administrative burden may lead to unnecessary disputes. ' If Milestones have been listed any effect of a Change Order thereon should be addressed. For supplemental instructions and minor changes not involving a change in the Contract Price or Contract Times, a Field Order may be used. B. COMPLETING THE CHANGE ORDER FORM Engineer initiates the form, including a description of the changes involved and attachments based upon documents and proposals submitted by Contractor, or requests from Owner, or both. Once Engineer has completed and signed the form, all copies should be sent to Contractor for approval. After approval by Contractor, all copies should be sent to Owner for approval. Engineer should make distribution of executed copies after approval by Owner. 1 If a change only applies to Contract Price or to Contract Times, cross out the part of the tabulation that does not apply I I i II I I I I CHANGE ORDER (instructions on reverse side) No PROJECT............................11.... 0 6 ...... DATE OF ISSUANCE ............................... EFFECTIVE DATE.........................11................ OWNER.................................................................................................................... OWNER's Contract No . ....................... 0............ CONTRACTOR.................................. ENGINEER ................................................... You are directed to make the following changes in the Contract Documents. Description: Reason for Change Order. Attachments: (List documents supporting change) CHANGE IN CONTRACT PRICE: 1 :.4) Original Contract Price I Net changes from previous Change Orders No.___to to No. II II Contact Pit: prior to this Change Order Net Increase (decrease) of this Change Order S Contract Price with all approved Change Orden s RECOMMENDED: APPROVED: CHANGE IN CONTRACT TIMES: Original ContractTuna Substantial Completion: Ready for final payment d.r. «Ara . Net change from previous Change Orders No.___to to No.___ "To Contract Timm prior to this Change Order Substantial Completion Ready for final payment dyt a ciao Net Increase (decrease) of this Change Order Contract Times with all approved Change Omen Substantial Completion: Rcdy for final payment: day. a Ara ACCEPTED: By: rsG IArNnaN 54.rvn By: 0 -rev IMdtunud Yr.rurt) By. C.wa. IMnn+r+d Yr^rmcr I Date: Date: Date: EJCDC No. 1910-3-B (1990 Edition) Prepared by the Engineers Joint Contract Documents Committee and endorsed by The Associated General Contractors of America. I SECTION 02100 IS! I E PREPARATION PART1. GENERAL 1.1 SUMMARY IA. Remove interfering or objectionable material from designated areas of Work. B. Preserve vegetation and existing objects designated to remain from injury or defacement. C. Cut trees only at direction of Engineer. I1.2 DEFINITIONS A. Clearing: 1. Cutting, removing, and disposing of trees, snags, stumps, shrubs, brush, limbs, and other vegetative growth. 2. Removing evidence of their presence from the surface, inclusive of sticks and branches greater than 2 inches in diameter or thickness. 3. Removing and disposing of trash piles, rubbish, and fencing. B. Grubbing: 1. Removing and disposing of wood or root matter below the ground surface remaining after clearing. 2. Includes stumps, trunks, roots, or root systems greater than 2 inches in diameter or thickness to a depth of 18 inches below the ground surface. C. Stripping: Removing and disposing of organic sod, topsoil, grass and grass roots, and other objectionable material from the areas designated to be stripped that remain after clearing and grubbing. 1.3 RELATED SECTIONS A. Section 02200 - Earthwork. PART 2. MATERIALS 1 2.1 GENERAL A. Provide materials, suitable and in adequate quantity, required to accomplish Work of this Section. IFY992157 Fayetteville Container Maintenance Building 02100 - 1 PART 3. EXECUTION 3.1 PREPARATION A. Review with Engineer's representative the location, limits, and methods to be used prior to commencing Work under this Section. B. The site of the new building was previously used fora sewage treatment plant. The structures were demolished. It is likely that some of the debris including concrete, pipe, and metal still remain beneath the surface. It is also possible that additional fill has been brought in over time. The geotechnical investigation which is attached to these specifications as part of the information available to bidders may or may not disclose the extent of the debris or fill present. The Contractor shall perform his own investigation as directed in Document 00100 Instructions to Bidder and shall review his findings with the Engineer's representative prior to commencing the site preparation work. 3.2. CUTTING TIMBER A. Exercise care when clearing near the clearing limits to avoid damage to existing trees, vegetation, structures, or utilities which are outside of the clearing limits. B. Trees shall to be leveled into the area to be cleared. C. Flush cut stumps not designated for grubbing by cutting to within 2 inches of the ground surface. D. Timber is the property of the Contractor. E. Dispose of stumps, limbs, brush, snags, non -marketable timber, and other vegetative growth off -site. 3.3 PRESERVATION OF TREES, SHRUBS, AND OTHER VEGETATION A. Protect trees, shrubbery, and other vegetation from damage that is not designated for removal. B. Cut and remove tree branches only where, in the opinion of the Engineer, that cutting is necessary to effect construction operation. C. Remove branches other than those required to effect the Work to provide a balanced appearance of any tree, as approved prior to removal. D. Treat scars resulting from the removal of branches with an approved tree sealant. 3.4 CLEARING AND GRUBBING LIMITS A. Clear and grub areas within the limits of construction. iI FY992157 Fayetteville Container Maintenance Building 02100-2 1 I ri Li B. Clear and grub in stages as the construction area is increased to avoid unnecessary clearing and grubbing. 3.5 DISPOSAL OF CLEARING AND GRUBBING DEBRIS A. Haul the material from the Work site and dispose of in accordance with state, federal, and local laws. Off -site disposal shall be at the Contractor's sole expense. 3.6 AREAS TO BE STRIPPED A. The exact depth of stripping shall be determined by the Engineer. As a minimum the first 12 inches of existing material immediately below the planned elevation of the bottom of footings shall be stripped and removed and likewise the first 12 inches of existing material beneath the planned floor slab area shall be stripped and removed. This ' will include any chunks of pre-existing concrete or pipe which projects above this 12 inch plane. Once this initial striping has been completed, the Contractor will review the surface so obtained with Engineer's and Owner's representative to determine the extent of any additional stripping cutting which may be required. At that time the Engineer will direct the exact depth of further stripping. B. Topsoil requirements are specified in Section 02200. C. Strip areas that are cleared and grubbed. D. Strip areas in stages to avoid unnecessary stripping. 3.7 DISPOSAL OF STRIPPINGS A. Do not mix strippings with borrow excavation. B. Stockpile topsoil from the strippings for use in landscape grading. C. Dispose of excess topsoil. ID. Strippings not suitable for use as topsoil shall become the property of the Contractor and shall be removed from the site. END OF SECTION I I ' FY992157 Fayetteville Container Maintenance Building 02100 - 3 I I LI SECTION 02200 EARTHWORK ' PART 1. GENERAL I I I L1 I 1.1 SUMMARY A. Perform earthwork. B. Meet requirements for excavation safety, or to facilitate construction due to wet conditions. C. Perform excavation regardless of type, nature, or condition of materials encountered. D. Contractor shall make his own estimate of the type and extent of the various materials to be excavated in order to accomplish the work. E. There will be no extra compensation for dewatering. 1.2 RELATED SECTIONS A. Section 01001 - Basic Requirements. B. Section 02100 - Site Preparation. C. Section 02900 - Landscaping. 1 1.3 REFERENCES I I I I I A. Arkansas State Highway and Transportation Department, Standard Specifications for Highway Construction, 1988. 1. AHTD Section 302 - SELECTED MATERIAL 2. AHTD Section 303 - Aggregate Base Course. B. American Society for Testing and Materials, 1916 Race St. Philadelphia, PA 19103. 1. ASTM D698 (AASHTO T99) - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures, Using 5.5 lb (2.49 -kg) Rammer and 12 -in. (304.8 -mm) Drop. 2. ASTM D1556 - Test Method for Density of Soil in Place by the Sand -Cone Method. 3. ASTM D1557 (AASHTO T180) - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures, Using 10 lb (4.54 -kg) Rammer and 18 -in. (457 - mm) Drop. ' FY992157 Fayetteville Container Maintenance Building 02200- 1 I 4.. ASTM D2216 - Method for Laboratory Determination of Water (Moisture) Content 1 of Soil, Rock, and Soil -Aggregate Mixtures. 5. ASTM D2922 - Test Methods for Density of Soil and Soil -Aggregate in Place by Nuclear Methods (Shallow Depth). 6. ASTM D3017 - Test Method for Moisture Content of Soil and Soil -Aggregate in Place of Nuclear Methods (Shallow Depth). C. Occupational Safety and Health Administration (OSHA) Standard for Excavation and Trenches Safety System, 29 CFR 1926, Subpart P = Excavations. D. Arkansas Statute 291. of 1993. 1.4 DEFINITIONS A. Relative Compaction: , 1. The ratio, in percent, of the as -compacted field dry density to the laboratory maximum dry density as determined by the Standard Proctor Test, ASTM D698 (AASHTO T99), or as determined by the Modified Proctor Test, ASTM D1557 (AASHTO T180), as applicable. 2. Corrections for oversize material may be applied to either the as -compacted field dry density or the maximum dry density, as determined by the Engineer. B. Optimum Moisture Content: 1. Moisture content of the material for which the maximum dry density is obtained as determined by ASTM D698 or D1557. 2. Field moisture contents shall be determined on the basis of the fraction passing the , 3/4 -inch sieve. C. Completed Course: A course or layer that is ready for the next layer or the next phase I of construction. 1.5 SUBMITTALS , A. Submit in accordance with Section 01300. B. Provide the following: 1. Samples of imported material. 2. Certification that imported materials conform to the Specification requirements along with copies of the test results from a qualified commercial testing laboratory. 3. Proctor curves on fill material as prepared by approved laboratory. 1.6 PROJECT CONDITIONS , A. Beginning work of this Section means acceptance of existing conditions. FY992157 Fayetteville Container Maintenance Building 02200 -2 I IPART 2. PRODUCTS 2.1 SELECT FILL I I I I I I I I A. Free from roots, organic matter, trash, and debris with maximum particle size of 3 inches. B. It is intended that structural backfill material be obtained from off site. C. This material shall consist of a foundation course for the subsequent base courses. Generally the material is known as red clay/gravel or "hillside". It is a mixture of clay, sand, silt and cherty gravel or rock. It shall conform to one of the four classes (SM-1 through SM-4) described in AHTD Standard Specifications Section 302 with the maximum percent passing the number 200 sieve of 50% and the maximum plasticity index of 10. 2.2 IMPORTED GRANULAR FILL A. Provide granular fill beneath structures such as footings, slab or pavement as noted on Drawings. B. Imported granular fill to consist of a natural or artificial mixture of gravel and soil mortar, uniformly well graded from coarse to fine. C. Conform to the AHTD Section 303 classifications for Class 7 as designated on the Drawings. 2.3 TOPSOIL A. Selected topsoil at the site, properly stored and protected, free from roots, sticks, hard clay, and stones which will not pass through a 2 -inch square opening. B. Provide imported topsoil of equal quality if required to accomplish the work. 1 2.4 COMPACTION EQUIPMENT I I A. Provide compaction equipment of suitable type and adequate to obtain the densities specified. B. Operate compaction equipment in strict accordance with the manufacturer's instructions and recommendations. C. Hand -operated equipment shall be capable of achieving the specified densities. FY992157 Fayetteville Container Maintenance Building 02200-3 I 2.5 MOISTURE CONTROL EQUIPMENT A. Provide equipment for applying water of a type and quality adequate for the work; it shall not leak; and be equipped with a distributor bar or other approved device to assure uniform application. B. Provide equipment for mixing and drying out material consisting of blades, discs, or other approved equipment. 2.6 WATER REMOVAL EQUIPMENT A. Provide and operate equipment adequate to keep excavation and trenches free of water. , 2.7 IMPORTED MATERIAL ACCEPTANCE A. Locate and arrange use of a site near the construction area for obtaining borrow material. B. Additional tests required at the borrow area: 1. Standard Proctor. 2. Remolded permeability. 3. Atterberg limits. C. Upon completion of removal of borrow material, grade the site to drain, place topsoil on disturbed areas, and establish grass as outlined in Section 02900. D. Costs shall be the responsibility of the Contractor. 2.8 SELECTED MATERIAL ACCEPTANCE A. Provide samples for testing representative of the actual material to be installed in the work. Take samples from each 2,000 cubic yards of material stockpiled. Depending on the uniformity of the material, Engineer may request more frequent samples. I B. Forward test results to the Engineer at least 10 days before the material is required for use. If tests indicate that the material does not meet Specification requirements, the material shall not be installed in the work. C. Material which is placed in the work but does not conform to the Specification I requirements shall be removed and replaced at the Contractor's sole expense. PART 3. EXECUTION 3.1 CLEARING AND GRUBBING A. Complete clearing and grubbing work as specified in Section 02100 prior to beginning work in this Section. FY992157 Fayetteville Container Maintenance Building 02200 - 4 I 1 3.2 STRIPPING TOPSOIL A. Remove existing grass and overburden before excavating topsoil. B. Prior to beginning excavation or fill, strip the topsoil to a depth of at least 6 inches or to a depth sufficient to remove organic material and stockpile for future use. C. In general, remove topsoil where structures are to be built, trenches dug, and roads, parking lots, walks, and similar improvements constructed within the areas presently covered with topsoil. D. Store topsoil clear of the construction area. E. Take reasonable care to prevent the topsoil from becoming mixed with subsoil or ' eroding. 3.3 STRUCTURAL EXCAVATION ' A. Contractor shall be solely responsible for trench and excavation safety systems in ' accordance with ACT 291 of 1993 and OSHA requirements. B. Identify required lines, levels, and grades. ' C. Identify known underground utilities. Contractor will be responsible for locating utilities. D. The method of excavation is optional, however, no equipment shall be operated in a manner that will endanger existing structures and their integrity. E. Use excavation support system such as sheet piling where ever necessary. IF. Allow for forms, working space, granular base, and finish topsoil where shown on Drawings or required. G. Do not carry excavation for footings and slab deeper than the elevation shown on Drawings or described in Section 02100 after allowing for base material. 1 H. If undercutting occurs below the planned dirt grade, as described in Section 02100 the same fill material as specified in paragraph 2.1 for select fill shall be placed and compacted to 95 Percent Standard Proctor Density as defined in this Section up to the planned dirt grade in 8 inch lifts. Do not attempt to over compact excessively wet soil. Allow to dry first by scarifying and aerating before remolding. 1 I FY992157 Fayetteville Container Maintenance Building 02200-5 I 3.4 DEWATERING EXCAVATION , A. Remove water during periods when concrete is being deposited, pipe is being laid, and .placing of backfill unless water settling is required, and at other times as required for efficient and safe execution of the work. B. Accomplish removal of groundwater in a manner that will preserve the strength of the foundation soils, will not cause instability of the excavation slopes, and will not result in damage to existing structures. , C. Where necessary to these purposes, lower the water level in advance of excavation, utilizing wells, well points, or similar methods. , •D. Maintain the water level in the gravel stratum as measured in piezometers, a minimum of 3 feet below the prevailing excavation level or as needed to prevent bottom heave of the excavation. E. Open pumping, sumps, and ditches: If these result in boils, loss of fines, softening of the , ground or instability of slopes, areas shall not be accepted. F. Install wells and well points with suitable screens and filters so that continuous pumping I of fines does not occur. G. Operate well points continuously to prevent boils and loss of consolidation. H. Arrange discharge to facilitate collection of samples by Engineer. I. Avoid settlement or damage to adjacent property. J. Dispose of water in a manner that will not damage adjacent property, as approved. 3.5. GRANULAR FILL MATERIAL UNDER FACILITIES I A. Place fill granular material as specified in Article 2.2 within the influence area beneath slabs, walks, structures, roads, and parking areas, and as shown on the Drawings. ' B. Do not exceed loose lifts of 6 inches. C. Compact each lift to not less than 95 percent Modified Proctor Density. D. Place and compact in thickness shown to at least 95 percent Modified Proctor density , immediately beneath spread footings, slabs on grade, or other concrete structures. E. Moisten material as required to aid compaction (t 2 percent optimum moisture). ' F. Place material in horizontal lifts and in a manner to avoid segregation. FY992157 Fayetteville Container Maintenance Building ' 02200 -6 I G. Correct and repair subsequent damage to slabs, piping, concrete structures, facilities, or other structures caused by settlement of fill material. 1 3.6 BACKFILL AND STRUCTURES I I I I I A. Remove form materials and trash from excavation before placing backfill. B. Do not operate earth -moving equipment within 5 feet of walls of concrete structures for the purpose of depositing or compacting backfill material. C. Compact backfill adjacent to concrete walls with hand -operated tampers or similar equipment that will not damage the structure. D. Backfill water -holding basins only after satisfactory leakage tests have been conducted. E. Place earth fill in areas not designated to be structural fill or granular fill. F. Deposit material in maximum 6 -inch loose lifts, and compact each lift to not less than 95 Percent Standard Proctor. 1 3.7 FILL NOT BENEATH STRUCTURES OR FACILITIES I I A. Place earth fill to the lines and grades shown. B. Place fill material in maximum 6 -inch loose lifts and compact each lift to not less than 95 Percent Standard Proctor. C. Make proper allowance for topsoil where required. 1 3.8 MOISTURE CONTROL I A. During compacting operations, maintain optimum practicable moisture content required for compaction purposes in each lift of fill. B. Maintain moisture content uniform throughout the lift. C. Add water to the material at the site of excavation. Supplement, if required, by sprinkling the fill. D. At the time of compaction, maintain the water content of the material at optimum moisture content, plus or minus 2 percentage points, except as otherwise specified for embankments. E. Do not attempt to compact fill material that contains excessive moisture. F. Aerate material by blading, discing, harrowing, or other methods, to hasten the drying process. IFY992157 Fayetteville Container Maintenance Building 02200 - 7 P 3.9 3.10 3.11 FIELD DENSITY TESTS A. Test Methods: ASTM D2922, D1556, D2216, and D3017. B. Cooperate with testing work by leveling small test areas designated by the Engineer. C. Backfill test areas. D. Field density test shall be performed for every 3,000 cubic yards of fill material placed. E. Engineer may order testing of lift of fill at any time, location, or elevation. SITE GRADING ri I I I A. Perform earthwork to lines and grades as shown on Drawings with proper allowance for topsoil where specified or shown on Drawings. B. Shape, trim, and finish slopes to conform with the lines, grades, and cross sections shown. C. Slopes shall be free of loose exposed roots and stones exceeding 3 -inch diameter. D. Round tops of banks to circular curbs, in general, not less than a 6 -foot radius. E. Neatly and smoothly trim rounded surfaces; over -excavating and backfilling to the proper grade are not acceptable. F. Finished site grading shall be reviewed by the Engineer. DISPOSAL OF EXCESS EXCAVATION A. Dispose of excess excavated materials, not required or suitable for use as backfill or fill, outside of the area of work. B. Compact excess material as specified for fill, dress the completed disposal area to slopes no greater than 4:1 (horizontal:vertical), and slope to drain. I I I J I L L I FY992157 Fayetteville Container Maintenance Building 02200 - 8 1 ' 3.12 SETTLEMENT A. Settlement in backfill, fill, or in structures built over the backfill or fill, that may occur i within the 1 -year guarantee period in the General Conditions shall be considered to be caused by improper compaction methods. ' B. Restore structures damaged by settlement to original condition. ' END OF SECTION I 1 i I I FY992157 Fayetteville Container Maintenance Building 02200 - 9 I SECTION 02500 ASPHALT AND GRAVEL SURFACING PARTI GENERAL ' 1.1 SCOPE I. A. This section covers the work necessary for the construction of asphalt and gravel driveway surfacing, and incidental work, complete. ' 1.2 STANDARD SPECIFICATIONS A. Where the term "Standard Specifications" is used, such reference shall mean the 1996 ' edition of Arkansas Highway and Transportation Department Standard Specifications. Where reference is made to a specific part of the Standard Specifications, such applicable part shall be considered as part of this section of the Specifications. In case of a conflict between the requirements of the Standard I. Specifications and this section, the requirements herein shall prevail. 1.3 RELATED WORK SPECIFIED IN OTHER SECTIONS ' A. Section 02200 - Earthwork. 1.4 SUBMITTALS DURING CONSTRUCTION A. Prior to the delivery of specified aggregate to the site, the Contractor shall submit I. samples of the material for the Engineer's approval. Samples shall be typical of materials to be furnished from the proposed source and in conformance with the specified requirements. B. Prior to the delivery of asphalt materials and paving mixes to the site, the Contractor shall submit certificates of compliance of such materials with these Specifications. ' C. Where laboratory testing is specified herein for submittals, the Contractor shall employ an independent testing laboratory to conduct such tests and submit certificates of the test results to ensure Specification conformance. D. The costs for submittals shall be included in the price(s) quoted for the work under this section. i I I FY992157 Fayetteville Container Maintenance Building Section 02500 -1 El PART 2 MATERIALS 2.1 BASE COURSE A. Gravel for the base course shall be clean, hard, durable, pit -run crushed stone which is reasonably graded from coarse to fine. Base course shall conform to Section 303 for Class 7 Base of the Standard Specifications for Highway Construction and compacted as specified herein. 2.2 PRIMECOAT , A. Asphalt to be used for a prime coat shall be Emulsified Petroleum Resin (EPR-1), diluted 3:1. , 2.3 TACK COAT A. Asphalt emulsion conforming to ASTM D 977 or D 2397, unless otherwise specified. , 2.4 ASPHALT SURFACE COURSE I A. Asphalt Surface Course for paving the designated area shall be Type II hot -plant mix and all materials shall conform to the requirements of Section 407 of the Standard Specifications for Highway Construction. Portions of the referenced specification that are obviously not applicable for the type of work to be done shall be disregarded. 2.5 GRAVEL SURFACING A. Material for gravel surfacing where shown on the drawings shall be the same as for • base course beneath the asphalt paving as specified Article 2.1. PART 3 EXECUTION 3.1 CONSTRUCTION PROCEDURE , A. Trench backfill shall be as specified in Section 02200, EARTHWORK. B. Replace all bituminous pavement damaged under this Contract with like materials. , C. In addition to the requirements set forth herein, the work shall conform to the applicable workmanship requirements of the AHTD Standard Specifications , referenced heretofore. 3.2 REMOVAL OF EXISTING PAVEMENT A. Remove existing asphalt pavement to the limits shown on the drawings. Dispose of this material off -site. FY992157 Fayetteville Container Maintenance Building Section 02500 -2 I ' B. Provide a neat saw cut edge where new asphalt pavement adjoins or abuts existing asphalt pavement which is to remain. See the drawings for the limits. 3.3 PREPARATION OF EXISTING ROADWAY/SUBGRADE A. Bring subgrade to proper grade and cross section shown by means of a blade grader ' or other suitable equipment. The finished subgrade shall provide a satisfactory base for the road and be acceptable to the Engineer. ' 3.4 ASPHALT LEVELING COURSE A. Not used. ' 3.5 PRIME COAT IA. The prime coat shall be applied when asphalt placed is less than 4" in accordance with Section 403 of the referenced specification at the rate of 0.20- to 0.30 -gallon per square yard of surface area. The exact amount is to be determined by the Engineer. 3.6 CONSTRUCTION OF ASPHALT CONCRETE PAVEMENT A. Lay asphalt surface course over the base course on a single lift and the compressed depth shall be 2 -inches. The method of proportioning, mixing, transporting, laying, • processing, rolling the material, and the standards of workmanship shall conform to the applicable requirements of Section 408 of the Standard Specifications. ' B. The Engineer will examine the base before the paving is begun and bring any deficiencies to the Contractor's attention to be corrected before the paving is started. ' Roll the lift of the asphalt concrete and compact to 92% of the maximum theoretical density for type 2 mix. The grade, line, and cross section of the finished surface shall conform to the Drawings. 3.7 WEATHER CONDITIONS ' A. Asphalt shall not be applied to wet material. Asphalt shall not be applied during rainfall, sand or dust storms, or any imminent storms that might adversely affect the construction. The Engineer will determine when surfaces and material are dry enough to proceed with construction. Asphalt concrete shall not be placed (1) when ' the atmospheric temperature is lower than 40 degrees F, (2) during heavy rainfall, or (3) when the surface upon which it is to be placed is frozen or wet. Asphalt for prime coat shall not be applied when the surface temperature is less than 50 degrees F. Exceptions will be permitted only in special cases and only with prior written approval of the Engineer. [1 I FY992157 Fayetteville Container Maintenance Building Section 02500 -3 3.8 CONTRACTOR'S RESPONSIBILITY A. Settlement of replaced pavement over trenches within the warranty period shall be considered the result of improper or inadequate compaction of the subbase or base materials. The Contractor shall promptly repair all pavement deficiencies noted during the warranty period at the Contractor's sole expense. 3.9 GRAVEL SURFACING A. Where required by the Drawings, and where necessary to match existing surfaces, place gravel surfacing material, as specified herein, driveways, and other graveled areas disturbed by the construction. Spread by tailgating and supplement by hand labor where necessary. Level, grade, and compact the gravel surfacing to conform to existing grades. 3.10 CLEANUP A. Clean up all debris and unused materials from the paving operation. Clean all surfaces that have been spattered or defaced as a result of the paving operation. END OF SECTION FY992157 Fayetteville Container Maintenance Building Section 02500 -4 I ISECTION 02611 CAST IRON SOIL PIPE AND FITTINGS ' PART1. GENERAL 1.1 SUMMARY 1 A. Provide cast iron soil pipe and cast iron soil pipe fittings for sanitary service as specified in this Section. B. This sanitary sewer service is for the City of Fayetteville. Coordinate with the City Sewer Department for their requirements prior to beginning work under this Section. ' 1.2 RELATED SECTIONS A. Division 15 - Mechanical. ' 1.3 REFERENCES A. American Society for Testing and Materials, 1961 Race Street, Philadelphia, Pennsylvania 19103. 1. ASTM A74 - Standard Specification for Cast Iron Soil Pipe and Fittings. B. Cast Iron Soil Pipe Institute, 5959 Shallowford Road, Suite 419, Chattanooga, Tennessee 37421. 1. CISPI 310-90 - Coupling for Use in Connection with Hubless Cast Iron Soil Pipe and Fittings for Sanitary and Storm Drainage, Waste, and Vent Piping Applications. ' PART 2. PRODUCTS 2.1 PIPE AND FITTINGS ' A. Standard weight hub and spigot conforming to ASTM A74. ' B. Pipe and fittings shall be coated inside and outside with coal tar varnish. C. Sizes are indicated on the Drawings. D. Manufacturer: Tyler Pipe, Zum or approved equal. 2.2 JOINTS A. Rubber sleeve shield and clamps, 2 bands. ' FY972157 Fayetteville Container Maintenance Building 02611-1 2.3 SERVICE SADDLE ON MAIN A. The City of Fayetteville will provide direction as to the type, manufacturer and model of service saddle required on their main. 2.4 ACCESSORIES A. Refer to Division 15 for clean out outside of building. PART 3. EXECUTION 3.1 HANDLING PIPE A. Care shall be taken not to damage pipe integrity during handling and installation. 3.2 CUTTING PIPE A. Cut pipe with milling type cutter, rolling pipe cutter, or abrasive saw cutter. B. Do not flame cut. 3.3 DRESSING CUT ENDS A. Dress cut ends of pipe in accordance with the type of joint to be made. B. Dress cut ends of pipe for flexible couplings as recommended by the coupling manufacturer. 3.4 CLAMP AND GASKET INSTALLATION A. Place gasket on end of one pipe or fitting and stainless steel clamp assembly on end of other pipe or fitting. B. Firmly seat pipe or fitting ends against integrally molded shoulder inside neoprene gasket. •C. Slide clamp assembly into position over gasket and tighten bands. D. Torquing Bands: Use properly calibrated torque wrench, set at 60 inch pounds. Torque band assemblies as in accordance with CISPI 310-90. 3.5 CONNECTION TO MAIN A. Contact the City of Fayetteville Sewer Department (501) 575-8386 for direction on making tap on sewer main and their installation requirements. FY972157 Fayetteville Container Maintenance Building 02611 -2 1 3.6 TRENCHING, BEDDING AND BACKFILL A. Prepare trench and pipe bedding material in accordance with details shown on the drawings. B. Compact trench backfill to 95% Standard Proctor Density throughout length of pipe. 3.7 TESTING A. Test lines in accordance with the Arkansas Plumbing Code and City of Fayetteville Sewer Department. END OF SECTION FY972157 Fayetteville Container Maintenance Building 02611 -3 I I I SECTION 02630 POLYVINYL CHLORIDE (PVC) PIPE AND FITTINGS ' PART1. GENERAL 1.1 SUMMARY I U I I I I 1J II u I 1J I A. Provide polyvinyl chloride (PVC) pipe and fittings. B. This is primarily small diameter pressure pipe for water service. C. This potable water service is for the City of Fayetteville. Coordinate with the City Water Department for their requirements prior to beginning work under this Section. 1.2 REFERENCES A. American Society for Testing and Materials, 1916 Race Street, Philadelphia, Pennsylvania 19103. 1. ASTM D1784 - Specification for Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds. 2. ASTM D1785 Standard Specification for Polyvinyl Chloride (PVC) Plastic Pipe, Schedules 40, 80, and 120. 3. ASTM D2564 Solvent Cements for PVC Plastic Pipe Components. 4. ASTM D2774 Underground Installation of Thermoplastic Pressure Piping. 1.3 RELATED SECTIONS A. Division 15 - Mechanical. PART 2. PRODUCTS 2.1 PIPE A. PVC pressure pipe, Class 200, SDR-21 in compliance with ASTM D1784 and manufactured from virgin PVC compound with a cell classification of 12454-B with gasket joints and integral bell for buried water piping. B. Pipe and fittings shall be manufactured in the United States. Foreign made products shall be unacceptable. C. Pipe shall be permanently marked at 5 -foot intervals with the following information: 1. Nominal size. 2. Material code designation. 3. Manufacturer's name or trademark and production record code. FY992157 Fayetteville Container Maintenance Building 02630- 1 •I 4. ASTM or AWWA certification. 5. SDR designation or schedule designation.. D. Warranty: 1 Manufacturer of the pipe shall warrant product for a period of not less than one (1) year. ' 2. Forward copies of warranty to the Owner. 3. Replace defective materials at no extra cost to the Owner. 2.2 JOINTS A. Buried Pipe: Gasketed slip joint; comply with ASTM D3139. I B. Above Grade: Cement or solvent welded; comply with ASTM D2564 2.3 2.4 2.5 FITTINGS A. Fittings Smaller Than 4 Inches: PVC ASTM D-3139 1. Compression couplings or tees and elbows for buried service. 2. Solvent/Cement Welded Test, Elbows for above ground service. GASKETS A. As recommended by pipe manufacturer to conform to pipe. B. Comply with ASTM F477. VALVES A. Provide isolation valves and boxes as shown on drawings. B. Valves 2 inches and smaller in size. 1.- Mueller Model 300, Ball Curb Valve. 2. 300 psi maximum working pressure 3. • AWWA C800 F.I.P. threaded ends. 4. Brass bodied. 5. PTFE Coated Ball. 6. Stainless steel reinforced seat "O" ring. C. Curb Box 1. Mueller Model H-10336 with lid. 2. Length as required for bury. 3. Provide with Mueller Model H-10394 Foot piece. FY992157 Fayetteville Container Maintenance Building -, 02630 -2 U ' 2.6 METER AND BOX IA. Coordinate with City of Fayetteville Water Department for installation of water meter and box. Generally the City will furnish the meter, but the meter setter and accessories are furnished and installed by the Contractor. ' 2.7 MARKING TAPE ' A. Install over water pipe. B. Solid aluminum foil (0.35 mils thick) encased in protective inert jacket for total thickness of 5.5 mils. 2 inches wide with a medium unit weight of 2 '/2 pounds by 1000 feet. C. Allen Systems "Detect Tape". ' D. Color shall be blue with the legend "CAUTION, BURIED WATER LINE BELOW' PART 3. EXECUTION ' 3.1 GENERAL ' A. Rigid PVC pipe shall be cut, made up, and installed in accordance with the pipe manufacturer's recommendations and/or ASTM D2774: Underground Installation of Thermoplastic Pressure Piping. ' B. Offset shall be as recommended by the manufacturer for the maximum temperature variation between time of installation and final use. ' 3.2 BEDDING IA. Pipe shall be laid on 6 inches of bedding of finely crushed granular material, "grit", and shall be covered to a depth of 6" over the top of the pipe with the same material. I B. The bedding shall be hand tamped in the ditch prior to pipe installation and shall be hand tamped around and over the pipe. 3.3 TRACE WIRE A. Furnish and install a 14 -gage insulated copper trace wire with PVC pressure pipe. B. Run wire continuous from valve box to valve box, meter box, air release vault, cleanout, or other access points. C. Bring wire up inside boxes and vaults in an accessible method. tFY992157 Fayetteville Container Maintenance Building 02630-3 D. Bring wire around or tape wire to each pipe section. E. Pipe testing shall include following trace wire. F. Wire breaks shall be repaired at no additional expense to the Owner. 3.4 MARKING TAPE A. On pressure installations of non-metallic pipe, metallic marking tape, Terra Tape Extra Stretch or equal shall be installed 6 to 12 inches above the top of pipe or service line. B. The tape shall be in addition to the trace wire specified. 3.5 THRUST BLOCKS A. Install 2,500 psi concrete thrust blocks at bends, wyes, or other thrust points on pressure piping. B. Block to bear against undisturbed soil and shall be of size and with bearing area as shown on Drawings. 3.6 TESTING A. ..Pressure lines shall be hydrostatically tested at the pressures listed in UNI-B-1-90 Recommended Specifications for Thermoplastic Pipe Joints for Pressure Applications Section 4.1.1.1. and/or the City of Fayetteville Standard specifications for Water Line Construction. B. Use pipe -locating equipment to test continuity of trace wire. C. Engineer shall observe and document trace wire test. END OF SECTION FY992157 Fayetteville Container Maintenance Building 02630-4 , I L L I L C I I SECTION 02900 LANDSCAPING PART1. GENERAL 1.1 SUMMARY A. Provide finish grading and grass establishment. B. The intention of this Specification is that the Contractor establish turf on finish surfaces and other areas damaged as a result of construction. PART 2. MATERIALS 2.1 TOPSOIL A. Existing topsoil shall be reused where practical. B. Imported Topsoil: 1. Furnished at sole expense of Contractor. 2. Friable loam free from subsoil, roots, grass, excessive amounts of weeds, stone, and foreign matter; acidity range @H) of 5.5 to 7.5; and containing a minimum of 4 percent and a maximum of 50 percent organic matter. ' 2.2 SEED IA. Certified, blue tag, clean, delivered in original, unopened packages and bearing an analysis of the contents, guaranteed 95 percent pure and to have a minimum germination rate of 85 percent, within 1 year of test. ' 2.3 SEED MIX IA. Mix for areas: Common Bermuda Grass. Follow the recommendations of the local Agricultural Extension Agent for requirements on coverage, fertilization, and seasons. PART 3. EXECUTION ' 3.1 PROJECT SCHEDULE ' A. Project Schedule shall show an anticipated time for grading and seeding to take place, so that seasonal consideration can be given attention. I ' FY992157 Fayetteville Container Maintenance Building 02900- 1 3.2 SITE GRADING A. Shape, trim, and finish slopes to conform with lines, grades, and cross sections shown. B. Make slopes free of loose exposed roots and stones exceeding 3 inch diameter. C. Ensure that site drains properly and there are no areas where water may pond. D. Finished site grading will be reviewed by Engineer. 3.3 GRADING OF TOPSOIL A. Shape the topsoil over the area to the desired shape and contour. B. Apply commercial fertilizer at the Agricultural Extension Agent's recommended rate, distributing it uniformly with a mechanical spreader. 3.4 . FINISH GRADING A. Thoroughly mix the topsoil and fertilizer. B. Rake the area to a uniform grade so that areas drain in the same manner as at the start of the Project. , C. Lightly compact before planting grass. D. Remove trash and stones exceeding 2 inches in diameter from area to a depth of 2 inches prior to preparation and planting grass. 3.5 , . TIME OF SEEDING A. Conduct seeding under favorable weather conditions during seasons which are normal for work as determined by accepted practice in locality of Project. 3.6 MECHANICAL SEEDING A. Sow grassed areas evenly with a mechanical spreader at rate of 100 pounds per acre, minimum, or as otherwise recommended by the Agricultural Extension Agent. Roll with cultipacker to cover seed, and water with fine spray. Method of seeding may be varied at discretion of Contractor on his own responsibility to establish a smooth, uniformly grassed area. FY992157 Fayetteville Container Maintenance Building 02900-2 1 I ' 3.7 HYDROSEEDING ' A. Seed may be applied by hydroseeding method. Seeding shall be done within 10 days following soil preparation. Hydroseed areas at rate of 100 pounds seed and 500 pounds ammonium phosphate per acre, minimum, or as otherwise recommended by the ' Agricultural Extension Agent. B. Proceed with seeding operation on moist soil, but only after free surface water has ' drained away. C. Exercise care to prevent drift and displacement of mixture into other areas. 3.8 WINTER PROTECTIVE SEEDING A. Winter barley or annual rye grass applied at a rate of 120 pounds/acre shall be used after September 15 or as recommended by the Agricultural Extension Agent. B. Areas receiving temporary winter protective seeding shall be re -seeded when weather conditions become favorable. 3.9 MAINTENANCE ' A. Begin maintenance immediately after each portion of grass is planted and continue until a reasonable stand of grass has been obtained. Water to keep surface soil moist. Repair washed out areas by filling with topsoil, fertilizing, and seeding. 3.10 GUARANTEE A. If, at the end of a 180 -day period, a satisfactory stand of grass has not been produced, the Contractor shall renovate and reseed the grass or unsatisfactory portions thereof immediately, or, if after the usual planting season, during the next planting season. If a ' satisfactory stand of grass develops by July 1 of the following year, it will be accepted. If it is not accepted, a complete replanting will be required during the planting season. ' B. A satisfactory stand is defined as grass or section of grass that has: 1. No bare spots larger than 1 square feet. 2. Not more than 10 percent of total area with bare spots larger than 1 square foot. 1 3. Not more than 15 percent of total area with bare spots larger than 6 inches square. END OF SECTION I ' FY992157 Fayetteville Container Maintenance Building 02900-3 II I I I I I I' I I I I I I L1 SECTION 03210 REINFORCING STEEL PART1. GENERAL 1.1 SUMMARY A. Provide reinforcing steel and welded wire fabric, and steel fiber reinforcement where called for on drawings. B. Conform to "Placing Reinforcing Bars", Recommended Practices, Joint Effort of CRSI- WCRSI, prepared under the direction of the CRSI Committee on Engineering Practice. C. Notify Engineer when reinforcing is ready for inspection and allow sufficient time for this inspection prior to casting concrete. 1.2 RELATED SECTIONS A. Section 01001 - General Requirements. B. Section 03300 - Cast -in -Place Concrete. 1.3 REFERENCES A. American Concrete Institute, 22400 West Seven Mile Road, Detroit, Michigan 48219. 1. ACI-318-91 - Building Code Requirements for Reinforcing Concrete. 2. ACI-544.3R-93: Guide for specifying, proportioning, mixing, placing, and finishing steel fiber reinforced concrete. B. American Society for Testing and Materials, 1916 Race Street, Philadelphia, Pennsylvania 19103. 1. ASTM A185 - Specification for Steel Welded Wire, Fabric, Plain, for Concrete Reinforcement. 2. ASTM A497 - Specification for Welded Deformed Steel Wire Fabric for Concrete Reinforcement. 3. ASTM A615 - Specification for Deformed and Plain Billet -Steel for Concrete Reinforcement. 4. ASTM C1116 - Specification for Steel Fibers used in Reinforced Concrete. C. American Welding Society, 550 North West LeJeune Road, Miami, Florida 33126. 1. AWS D1.4-79 - Structural Welding Code; Reinforcing Steel. FY992 157 Fayetteville Container Maintenance Building 03210 - Ii D. Concrete Reinforcing Steel Institute, 933 North Plum Grove Road, Schamburg, Illinois .60195. 1. CRSI-MSP-1-86 - Manual of Standard Practice. 1.4 SUBMITTALS A. Submit the following in accordance with Section 01001: 1. Bending lists. 2. Placing drawings. 3. Shop drawings. B. Shop Drawings: 1. Bars for footings, including dowels, may be fabricated and shipped without prior review of Shop Drawings by the Engineer, provided that Drawings are followed without deviation. 2. Otherwise, Shop and Placing Drawings shall include reinforcing placing plans and details indicating size, location, arrangement, placing sequence, etc., and shall conform to ACI 315. II I 1.5 DELIVERY, STORAGE, AND HANDLING A. Steel: 1. - Deliver with suitable hauling and handling equipment. 2. Tag for easy identification. 3. Store to prevent contact with the ground. B. Unloading, storing, and handling of bars shall conform to CRSI publication "Placing Reinforcing Bars". PART 2. PRODUCTS 2.1 DEFORMED REINFORCING BARS A. Deformed billet -steel bars conforming to ASTM A615, Grade 60. 2.2 WELDED WIRE FABRIC A. Conform to ASTM A 185 or A497. 2.3 ACCESSORIES: A Tie wire: 16 -gage, black, soft -annealed wire. B. Bar supports: proper type for intended use. 11. .a ,1 I Ii FY992157 Fayetteville Container Maintenance Building 03210-2 'H 11 C. Bar supports in beams, columns, walls, and slabs exposed to view after stripping: Small rectangular concrete blocks of same color and strength of concrete that is being placed around them. D. Concrete supports: for reinforcing concrete placed on grade. E. Conform to requirements of "Placing Reinforcing Bars" published by CRSI. PART 3. EXECUTION 3.1 REINFORCING STEEL A. Clean metal reinforcement of loose mill scale, oil, earth and other contaminants. B. Straightening and rebending reinforcing steel: 1. Do not straighten or rebend metal reinforcement. 2. Where construction access through reinforcing is a problem, use bundle or space bars instead of bending. 3. Submit details and obtain Engineer's review prior to placing. C. Protection, spacing, and positioning of reinforcing steel: Conform to the current edition of the ACI Standard Building Code Requirements for Reinforced Concrete (ACI 318), reviewed placing drawings and design drawings. D. Location Tolerance: Conform to the current edition of "Placing Reinforcing Bars" published by Concrete Reinforcing Steel Institute and to the Details and Notes on the Drawings. E. Splicing: 1. Conform to Drawings and current edition of ACI Code 318. 2. Stagger splices in adjacent bars. F. Tying deformed reinforcing bars: Conform to current edition of "Placing Reinforcing Bars" published by Concrete Reinforcing Steel Institute and to details and notes on Drawings. G. Field Bending: 1. Field bending of reinforcing steel bars is not permitted when rebending will later be required to straighten bars. 2. Consult with Engineer prior to pouring if there is a need to work out a solution to prevent field bending. I I IFY992157 Fayetteville Container Maintenance Building 03210-3 3.2 Cal 3.4 REINFORCEMENT AROUND OPENINGS A. Place an equivalent area of steel around pipe or opening and extend on each side sufficiently to develop bond in each bar. B. See Drawings for bar extension length each side of opening. C. Where welded wire fabric is used, provide extra reinforcement using fabric or deformed bars. WELDING REINFORCEMENT A. Welding shall not be permitted unless Contractor submits detailed Shop Drawings, qualifications, and radiographic nondestructive testing procedures for review by Engineer. 1. Obtain results of this review prior to proceeding. 2. Basis for submittals: Structural Welding Code, Reinforcing Steel, AWS D1.4-79, published by American Welding Society, and applicable portions of ACI 318, current edition. 3. Test 10 percent of welds using radiographic, nondestructive testing procedures referenced codes. PLACING WELDED WIRE FABRIC A. Conform to ACI 318-77 and to current Manual of Standard Practice, Welded Wire Fabric, by Wire Reinforcement Institute regarding placement, bends, laps, and other requirements. B. Placing: 1.. Extend fabric to within 2 inches of edges of slab. 2. Lap splices at least 1-1/2 courses of fabric and a minimum of 6 inches. 3. Tie laps and splices securely at ends and at least every 24 inches with 16 -gage black annealed steel wire. 4. Place welded wire fabric at the proper distance above bottom of slab. END OF SECTION FY992157 Fayetteville Container Maintenance Building 03210 -4 1 SECTION 03300 CAST -IN -PLACE CONCRETE IPART!. GENERAL 1.1 WORK INCLUDED A. Cast -in -place concrete, including form work. 1.2 RELATED WORK A. Section 01001 - Basic Requirements. B. Section 03210 - Reinforcing Steel. C. Section 03351 - Concrete Surface Hardener 1.3 REFERENCES A. American Concrete Institute, Box 19150, Redford Station, Detroit, Michigan 48219 (latest revision). 1. ACI 211.1: Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete. 2. ACI 211.2: Standard Practice for Selecting Proportions for Structural Lightweight Concrete. 3. ACI 211.3: Standard Practice for Selecting Proportions for No -Slump Concrete. 4. ACI 301: Specifications for Structural Concrete for Buildings. 5. ACI 304R: Guide for Measuring, Mixing, Transporting, and Placing Concrete. 6. ACI 304.2R: Placing Concrete by Pumping Method. 7. ACI 304.3R: High Density Concrete: Measuring, Mixing, Transporting and ti Placing. 8. ACI 304.4R: Placing Concrete with Belt Conveyors. 9. ACI 305R: Hot Weather Concreting. 10. ACI 306R: Cold Weather Concreting. 11. ACI 309: Standard Practice for Consolidating of Concrete. 12. ACI 309.IR: Behavior of Fresh Concrete During Vibration. 13. ACI 309.2R: Identification and Control of Consolidation -Related Surface Defects in Formed Concrete. 14. ACI 318: Building Code Requirements for Reinforced Concrete. 15. ACI 347: Recommended Practice for Concrete Form work. I FY992157 Fayetteville Container Maintenance Building 03300- 1 B. American Society of Testing Materials, 1916 Race Street, Philadelphia, Pennsylvania 19103 (latest revision). 1. ASTM A820: Specifications for Steel Fibers for Fiber Reinforced Concrete. 2. ASTM C33: Specification for Concrete Aggregates. 3. ASTM C150: Specifications for Portland Cement. 4. ASTM C260: Specification for Air -Entraining Admixtures for Concrete. 5. ASTM C309: Specification for Liquid Membrane -Forming Compounds for Curing Concrete. 6. ASTM C494: Specification for Chemical Admixtures for Concrete. 7. ASTM C618: Specification for Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete. 8. ASTM E329: Recommended Practice for Inspection and Testing Agencies for Concrete, Steel, and Bituminous Materials as Used in Construction. 9. ASTM El 155: Standard Method for Determining Floor Flatness and Levelness Using the "F Number" System (Inch -Pound Units). 1.4 SUBMITTALS A. Provide the following in accordance with Section 01300. 1. Admixture certification; chloride ion content must be included. 2. Concrete mix design. 3. Certification for aggregate quality. 4. Mill tests for cement. 5. Construction and control joints not shown in Drawings. 6. Method of developing bond at joints. 7: Method of adding admixtures. 8. Materials and methods for curing. 9. Testing agency to perform services required in ACI 301, Section 167. 10. Laboratory test on concrete. 1.5 QUALITY ASSURANCE • A. Inspection: Engineer shall have access and rights to inspect batch plants, cement mills, and facilities of suppliers, manufacturers, and subcontractors providing products specified. B. Batch Plant: 1. Certification: Current certification that weighing scales have been tested and are within tolerances as set forth in National Bureau of Standards Handbook No. 44. 2. Equipment: Semi -automatic or fully automatic. C. Perform work in accordance with ACI 301. D. Obtain materials from same source throughout the work. FY992157 Fayetteville Container Maintenance Building 03300-2 I PART 2. PRODUCTS 2.1 CEMENT A. Portland cement Type I and Type II conforming to ASTM C150. 1. Type I most common uses: Pavement, drainage structures, water treatment plants, and buildings. 2. Type II: Moderately resistant to sulfate attack, generates less heat and at slower rate than Type I. Uses: Sewage treatment plants, massive structures (large piers or abutments). 2.2 WATER A. Clean and free from oil, acid, alkali, organic matter, or other deleterious substances. B. Potable. 2.3 CONCRETE AGGREGATES A. General: 1. Natural aggregates, well graded, free from deleterious coatings and organic materials conforming to ASTM C33 (latest revision). 2. Import non -reactive aggregates if local aggregates are reactive. (Appendix XI- • ASTM C33). 3. Wash aggregates uniformly before use. 4. Other aggregate gradations can be approved by Engineer. B. Fine Aggregates: 1. Clean, sharp, natural sand conforming to ASTM C33. 2. Less than 2 percent passing the No. 200 sieve. C Coarse Aggregates: 5. Natural gravel, crushed gravel, crushed stone, or combination of these materials. 6. Less than 15 percent float or elongated particles (long dimension >5 times short dimension). 7. Less than 0.5 percent passing the No. 200 sieve. I I I' I FY992157 Fayetteville Container Maintenance Building 03300-3 II D Grading Requirements for Coarse Aggregates: Sieve Size or Size in in Inches 1-1/2" aggregate I" ag rg eT 3/4" aggre agate I" --- fin 90 - 100 3/4" 35-70 40-85 90-100 1/2" --- 10-40 20-55 3/8" 10-30 0-15 0-15 No.4 0-5 0-5 0-5 B. Grading Requirements for Fine Aggregates: • Sieve Size Minimum Maximum 3/8" 100 --- No.4 95 100 No.8 80 100 No.16 50 85 • No.30 25 60 No. 50 10 30 No. 100 2 10 2.4 CONCRETE AIR -ENTRAINING ADMIXTURES A. Use air entraining admixture for the footings and pedestals of the building and in the floor slab itself only if the floor hardener specified in Section 03351 is not used. Do not use air entraining admixture if the floor hardener is used. B. Manufacturer: 1. Micro -Air or AE90 by the Master Builders Inc., Co. C. ASTM C260; nontoxic after 30 days. D Use only the specified non -corrosive non -chloride accelerator. Calcium chloride, thiocyanate or admixtures containing more than 0.05 percent ions are not permitted. 2.5 ADMIXTURES A. Water -Reducing Admixture: Conforming to ASTM C494, Type A and not contain more than 0.05 percent chloride ions than are present in municipal drinking water. 1. Eucom WR-75 by the Euclid Chemical Company. 2. Pozzolith 200N by Master Builder. 3. Plastocrete 160 by Sika Chemical Corporation. 11 FY992157 Fayetteville Container Maintenance Building • . .. 1 - - • 03300 - 4 1 I B. Water -Reducing Retarding Admixture: Conforming to ASTM C494, Type D and not contain more chloride ions than are present in municipal drinking water. 1. Eucom Retarder -75 by the Euclid Chemical Company. 2. Pozzolith 100XR by Master Builder. 3. Plastiment by Sika Chemical Company. C. High -Range Water -Reducing Admixture (Superplasticizer): Conforming to ASTM C494, Type F or G, and not contain more chloride ions than are present in municipal drinking water. 1. Eucom 37 by Euclid Chemical' Company. 2. Rheobuild 1000 by Master Builders. 3. Sikament by Sika Chemical Company. D. Non -Corrosive Non -Chloride Accelerator Admixture: Conforming to ASTM C494 Type C or E, and not contain more chloride ions than are present in municipal drinking water. 1. Accelguard 80 by Euclid Chemical Company. 2. Or approved equal. 3. Manufacturer must have long-term non -corrosive test data from an independent testing laboratory (of at least 1 year's duration) using an acceptable accelerated corrosion test method using electrical potential measures. E. Prohibited Admixtures: Calcium chloride, thiocyanate or admixtures containing more than 0.05 percent chloride ions. F. Certification: Submit written conformance to the requirements and chloride ion content • of the admixture to Engineer prior to mix design review. 2.6 POZZOLAN ADMIXTURE A. Use of pozzolan admixtures requires approval of Engineer. • B. Acceptable Forms: Fly Ash conforming to ASTM C618, Class C of Class F provided that it can be shown that it is not contaminated by certain additives used to control power plant stack emission notably soda ash which can cause extreme efflorescence of the finished concrete. C. Weight: 1. Class C Fly Ash: Between 100 to 120 pounds per cubic yard or 20 to 25 percent of total cementitious material. 2. Class F Fly Ash: Between 110 to 150 pounds per cubic yard or 20 to 25 percent of total cementitious material. I I IFY992157 Fayetteville Container Maintenance Building 03300-5 2.7 2.8 FORMS A. Materials: Plywood, hard plastic finished plywood, overlaid waterproof particle board, or steel. B. Surfaces: New and undamaged condition. C. Joints: Use tape, gaskets, plugs, or approved calking to keep joints water tight and to allow them to withstand placing pressures without bulging outward or creating surface patterns. WALL SPACERS A. Provide positive spacers for wall forms. 2.9 FORM TIES A. Factory -made and constructed so that tie remains embedded in wall, except for removable portion at each end. B. Inserts: 1.. Conical or spherical. 2. Fixed to remain in contact with forming material. 3. Constructed so no metal is within 1 inch of concrete surface when forms, inserts, and tie ends are removed. C. Flat bar ties for panel forms: Plastic or rubber inserts with a minimum depth of! inch and sufficient dimensions to permit proper patching of tie hole. D. Waterstops: 1. Required on ties for water holding structures and below grade walls. 2.- Type: a. Integral Steel Waterstop: 0.103 inch thick add 0.625 inch in diameter continuously welded to the tie. b. Neoprene Waterstop: 3/16 inch thick and 15/16 inch in diameter with center hole one-half the snap tie diameter. c. Molded Plastic Waterstop: 3/16 inch thick and 15/16 inch in diameter. 2.10 WATERSTOPS A. Required in construction joints of water bearing structures and where shown on Drawings. FY992.157:Fayeneville Container Maintenance Building 03300 -6 2.11 BONDING AGENT A. Manufacturer: Sonnebond by Sonnebom; or approved equal. B. Submit product specifications and manufacturer's specific instructions for application on this Project for Engineer's approval. C. Product must meet Project requirements with regard to surface, pot life, set time, vertical or horizontal application, forming restrictions, or other stated requirements. 2.12 BOND BREAKER A. Manufacturers: 1. Williams Tilt -Up Compound, Williams Distributors Inc., Seattle, Washington. 2. Silcoseal 77, Superior concrete Accessories, Franklin Park, Illinois. 3. Or equal. B. Nonstaining type. C. Provide positive bond prevention. D. Submit for review copies of manufacturer's data, recommendations, and instructions for specific use on this Project. 2.13 CURING COMPOUND A. The building floor slab is to receive a floor hardener which is specified in Section 03351. The curing compound used for the floor must be compatible with the floor hardener. B. Curing and Sealing Compound: 1. Clear styrene acrylate type, minimum 30 percent solids content. 2. Test data from an independent testing laboratory indication a maximum moisture loss of 0.030 grams per sq. cm. when applied at a coverage rate of 300 sq. ft. per gallon. 3. Submit manufacturer's certification. 4. Sodium silicate compounds are not permitted. 5. Use only curing compounds that are compatible for use with the floor hardener specified in Section 03351. PART 3. EXECUTION 3.1 DESIGN OF CONCRETE MIX A. Submit mix design on each class of concrete for review, include standard deviation analysis or trial mixture test data. - FY992157 Fayetteville Container Maintenance Building 03300-7 4 B. Proportion mix design in accordance with ACT 318-89, Section 5.3, "Proportioning on the Basis of Field Experience and/or Trial Mixtures". C. If trial batches are used: 1. Prepare mix design by independent testing laboratory. 2. Achieve an average compressive strength .1200 psi higher than the specified strength, or 1400 psi for specified concrete strengths over 5000 psi. 3. Certified copies of laboratory trial mix reports and cylinder tests shall be submitted to Engineer by the testing laboratory for approval. D. Do not place concrete prior to receipt of Engineer's written approval of mixes and cylinder test results. E. Design mix and perform tests to meet the requirements as specified. Minimum 28 -Day Slump Compressive Maximum Water- Air Range Location Strength (psi) Cement Ratio Content (in.) Footings, piers, grade -beams, and other grade - foundations. 4000 0.50 Optional 2-4 Interior slabs on grade, structural slabs, beams, columns, walls. - 4000 0.50 Optional 2-4 Concrete subject to freeze/thaw; water -bearing structures. 4000 0.50 4:5%-7.5% 2-4 Exterior slabs subjected to de-icers. 4500 0.45 4.5%-7.5% 2-3 . . Reinforced concrete subjected to de-icers, salt spray, or brackish water. 5000 0.40 4.5%-7.5% 2-3 F. Minimum Cement Content (based on aggregate size): Minimum Cement Content 517 Ib/cy 540 lb/cy 564 Ib/cy Maximum Aggregate Size 1 -1/2 -inch 1 -inch 3/4 -inch FY992157:FayetteviIle Container Maintenance Building . • . . ; 03300 -8 L! I Ii I I I I 1 3.2 I I G. Combined Aggregate Gradings: 1. Aggregates for concrete shall be combined in proportions that will provide a mixture within the grading limits in accordance with this Section, unless otherwise approved in writing by Engineer. 2. Maximum aggregate size depends on rebar clearances. 3. Recommended Admixture Usage: Location or Recommended Additional Condition Admixture Requirements Slabs placed at air Non -corrosive, non - temperatures below chloride accelerator 50 Degrees F. Air entrained concrete Air -entraining admixture Non-toxic; non- corrosive Pumped concrete High -range, water -reducing Initial slump: admixture (Superplasticizer) 2-3 in. with slump Superplasticizer: 8 inches max. Concrete with a water- High -range, water -reducing Initial slump: cement ratio below admixture 2-3 in with. 0.50. (Superplasticizer) Superplasticizer: 8 inches max. H. Admixtures: 1. Concrete shall contain the specified water -reducing admixture or the specified high - range water -reducing admixture (superplasticizer). 2. Concrete slabs placed at air temperatures below 50 degrees F shall contain the specified non -corrosive, non -chloride accelerator. 3. Concrete required to be air entrained shall contain an approved air entraining admixture. 4. Pumped concrete, concrete for industrial slabs, architectural concrete, concrete required to be watertight, or concrete with a water/cement ratio below 0.50 shall contain the specified high -range water -reducing admixture (superplasticizer). MEASUREMENT OF MATERIALS AND MIXING A. Conform to ACI 304 current edition; specified requirements for mix design, testing, and quality control; and to other requirements of these Specifications. iFY992157 Fayetteville Container Maintenance Building 03300-9 3.3 3.4 RETEMPERING A. Retempering of concrete or mortar in which the cement has partially hydrated will not be permitted. Redosage with the specified high -range water -reducing admixture (superplasticizer) may be done with the prior approval of the Engineer regarding dosage and time periods. FORMS - MAXIMUM SIZE OF CONCRETE PLACEMENTS A. Coordinate with other trades whose work may be located within or below concrete. B. Notify Engineer 1 full working day prior to erection of forms for inspection. C. Thoroughly clean forms and adjacent surfaces to receive concrete; remove chips, wood, sawdust, dirt or other debris before concrete is placed. D.. Design:. 1. Design, erect, support, brace, and maintain formwork in accordance with: a. Building Codes Requirements for Reinforced Concrete (ACI 318). b. Recommended Practice for Concrete Formwork (ACI 347). c. Construction Industry Standards (OSHA 2207). 2. Design formwork to be readily removable without impact, shock, or damage to concrete surfaces and adjacent materials. E. Reuse of Forms: Do not reuse forms unless they are in new and undamaged condition. F. Beveled Edges (Chamfer): 1. Form 3/4 -inch bevels at concrete edges. 2. Where beveled edges on existing adjacent structures are diverse more than 3/4 inch, obtain Engineer's approval of size prior to placement of bevel form strip. G. Cover Over Reinforcement: 1. Follow ACI, 318, Article 7.7.1 for providing minimum concrete cover for reinforcement. See the drawings for specific requirements. FY992157_ Fayetteville Container Maintenance Building 03300- 10 H. Form Tolerances: Construct forms to sizes, shapes, lines, and dimensions shown, work in finished structures. CONCRETE CANAL DRAINAGE BUILDINGS LINING STRUCTURE TOLERANCES (INCHES) (INCHES) (INCHES) Alignment --Tangents 2 I --Curves 4 Grades I ................................................................................................................................................................................................ Plumb: in any 10 foot of length 1/4 --- 1/2 Maximum for entire structure I --- ........4 .... Level 1/2 ........................................................................................:................................:................................i..................................... Linear building lines from established position on drawings 1 --- 44I Sizes and locations of sleeves -1/4 --- -1/2 Floor openings and wall openings +1/2 ___ +1/2 ........................................................................................................................i................................i..................................... Cross-section dimensions of beams, slabs, -1/4 -1/4 -1/4 walls, and similar parts +1/2 +1/2 +1/2 ........................................................................................i................................i........................................................... ......... . Depressions or high spots in slabs in any 10 foot in length 1/4 1/4 1/4 ........................................................................................;................................i..................................................................... -1/8 --- -1/8 Thickness of elevated reinforced slabs +1/4 --- +1/4 .......................................................................................iII ..................................................................................................... Footings: Variation in dimensions -1/2 ___ -1/2 Variation in drawings +2 ___ +2 Misplacement or eccentricity 2 Percent 2 Percent Reduction in thickness 5 Percent 5 Percent .......................................................................................:II ................................................................i..................................... Steps: In a flight of stairs Rise 1/8 Tread 1/4 • --- In consecutive steps Rise 1/16 i. Tread I/8 FY992157 Fayetteville Container Maintenance Building 03300 - 11 Removal of Forms: 1. Do not disturb forms until concrete is sufficiently strong to withstand possible injury. 2. Do not remove shoring until member has acquired sufficient strength to support its weight and the load upon it. 3. Guidelines for minimum elapsed time between completion of concrete placement and removal of forms. Class of Work Above 60° 50°-60° 40°-60° Below 40° DT Walls in Mass Work 1 2 5 Not until test have been made indicating concrete is set. Thin Walls --12" or less in thickness 2 4 7 Columns --if girders are shown 3 5 10 Bottom forms of slabs -- Span: Greater than5' * * * * Span: 5' or less 4 8 14 Bottom forms of beams and girders -- Span: 14' or greater *. * * Span: Less than 14' 14 20 28 *Not until test cylinders indicate full 28 -day compressive strength. 3.5 FORM TIES A. Place in uniform patterns on exposed surfaces. B. Number and placement sufficient to withstand pressures and limit deflection of forms to acceptable limits. 3.6 BACKFILL AGAINST WALLS t A. Do not place earth backfill against walls until concrete has obtained a compressive strength equal to the specified 28 -day compressive strength. B. Where backfill is to be placed on both sides of wall, place both sides simultaneously to prevent differential pressures. FY992157 Fayetteville Container Maintenance Building 03300 12 L C. Since walls of some structures are laterally restrained or supported by suspended slabs or slabs on grade and are not designed as cantilever retaining walls, do not backfill these walls until other work is complete and cured sufficiently to obtain the specified 28 -day concrete strength. 3.7 PLACING CONCRETE - GENERAL A. Do not place concrete without Engineer being present. B. Notify Engineer or Engineer's representative, at least 1 full working day in advance before starting to place concrete to permit inspection of forms, reinforcing, sleeves, conduits, boxes, inserts, or other work required to be installed in concrete. C. Review curing methods with Engineer and verify curing materials and equipment are at Project site. D. Placement shall conform to requirements and recommendations of ACI 304 and ACI 318, except as modified in these Specifications. E. Place concrete as soon as possible after leaving mixer in layers not over 1.5 feet deep: 1. Without segregation or loss of ingredients. 2. Without splashing forms or steel above. F. Vertical Free Fall Drop to Final Placement: 1. Concrete shall not be dropped freely where reinforcing will cause segregation. 2. Not to exceed 10 feet for concrete containing high -range water -reducing admixture (superplasticizer). 3. Not to exceed 5 feet for other concrete. G. Do not use concrete truck chutes, pipes, finishing tools, etc., constructed of aluminum. H. Before Depositing Concrete: 1. Remove debris from space to be occupied by concrete. 2. Dampen: a. Gravel fill beneath slabs on ground. b. Sand where vapor barrier is specified. c. Wood forms. 3. Verify reinforcement is secured in position. 3.8 ADDITION OF WATER AT PROJECT SITE A. Do not add water to concrete at Project site if slump is within specified range. B. With the Engineer's approval, add water to concrete arriving at Project site with a slump less than the specified range, provided it can be demonstrated that the specified water - cement ratio will not be exceeded. FY992157 Fayetteville Container Maintenance Building 03300- 13 C. Water/Cement Ratio: 1. Concrete subject to freezing and thawing: Maximum water/cement ratio of 0.50, 4000 psi at 28 days or more. 2. Concrete subject to deicers or required to be watertight: Maximum cement/water ratio of 0.45, 4500 psi at 28 days or more. 3. Reinforced concrete subjected to brackish water, salt spray, or deicers: Maximum water/cement ratio or 0.40, 5000 psi at 28 days or more. D. The following tests will be required from each truck to which water has been added at Project site: 3 cylinders, 1 slump, and 1 air test. Costs for these tests shall be the full responsibility of the Contractor. 3.9 3.10 3.11 CONVEYING A. Concrete shall be conveyed from the mixer to the place of fmal deposit by methods which will prevent the separation or loss of materials. B. Conveying equipment shall be capable of providing a supply of concrete at the site of placement without interruptions sufficient to permit loss of plasticity between successive increments. CONSOLIDATION AND VISUAL OBSERVATION A.. Concrete shall be consolidated with internal vibrators having a frequency of at least 800 vpm, with amplitude required to consolidate concrete in the section being placed. B. At least one standby vibrator in operable condition shall be at the placement site prior to and during placing concrete. C. Consolidation equipment and methods shall conform to ACI 309 "Recommended Practice for Consolidation of Concrete". D. The forms shall contain sufficient windows or be limited in height to allow visual observation of the concrete. E. Vibrator operator is required to see the concrete being consolidated to ensure good quality workmanship; or Contractor shall have a person actually observe the vibration of the concrete and will advise the vibrator operator of changes needed to assure complete consolidation. F. Do not use vibrators to transport concrete in forms. SEQUENCE OF PLACING WALL AND SLAB PANELS A. Prepare a schedule for the Sequence of Placing Concrete and obtain approval of Engineer. FY992157 Fayetteville Container Maintenance Building . 03300 - 14 I B. Where construction joints are required or shown, place panels alternately, allowing a minimum of 7 days' curing time prior to placing adjacent panels unless otherwise noted on Drawings. Refer to notes on the Drawings for specific Project requirements. 3.12 PLACING CONCRETE IN HOT WEATHER A. Follow the recommendations in Hot Weather Concreting, ACI 305. B. Do not place concrete at times when temperature is forecast to exceed 100 degrees F. within 12 hours after the concrete is placed. C. Verify preparations are complete before ordering concrete so that concrete may be placed upon arrival. D. Fog spray forms, reinforcing steel, and subgrade just before placing concrete. E. Minimize size of concrete placements and thickness of layers of concrete. F. Make every effort to maintain concrete temperature: 1. Below 90 degrees F. at time of placement, cool the ingredients before mixing by use of chilled water or crushed ice. 2. Uniformity: a. Minimize the time of placement. • b. Begin each operation in concrete finishing promptly when the concrete is ready for it. G. Place concrete promptly upon arrival at Project and vibrate immediately after placement. H. Do not add water to retemper. I. Consider placing concrete in late afternoon as opposed to early morning. J. Provide windbreaks, shading, and fog spraying on days when temperature is forecast to exceed 90 degrees F. K. Saw -Cut Joints: • 1. Maximum Joint Spacing: 36 times slab thickness, unless otherwise noted on Drawings. 2. Soff-Cut Saw: Cut to a depth of 1 -1/4 -inch immediately after final finishing. 3. Conventional saw shall be used as soon as possible without dislodging aggregate to a depth shown on drawings. L. Protect and cure exposed surfaces by the use of the curing compound that is compatible with the floor hardener specified in Section 03351. I IFY992157 Fayetteville Container Maintenance Building 03300-15 3.13 3.14 PLACING CONCRETE IN COLD WEATHER (ACI 306R-78) A. Preparation: - 1. Follow recommendations in Cold Weather Concreting, ACI 306. 2. Additives for the sole purpose of providing freeze protection shall not be used. 3. Arrangements for covering, insulating, housing, or steam heating newly -placed concrete shall be made in advance of placement and shall be adequate to maintain temperature and moisture conditions recommended. 4. No concrete shall be ordered when the air temperature at the job site is 30°F and falling. 5. Concrete may be ordered when the air temperature at the job site is 30°F and rising, however the temperature of the mixed concrete when it arrives at the job site shall be at least 60°F. B. Placement: 1. Surfaces to be in contact with concrete shall be free of snow, ice, and frost and shall be above 40 degrees F. 2. Do not place concrete on frozen subgrade. 3. Placement of insulating material, tarpaulins, or other movable coverings shall follow closely the placing of concrete so that only a few feet of concrete are exposed to outside air at anytime. C. Curing and Protection: 1. Keep concrete continuously moist and maintain concrete temperature at a minimum of 50 degrees F. for 7 days; temperature shall be uniform throughout concrete. If high early strength concrete is used, this temperature requirement may be reduced to 3 days. 2. It is recommended to leave forms in place for the entire period of protection; use insulated blankets or other approved method on slab surfaces. 3. Limit rapid temperature changes at end of protection period to avoid thermal cracking. 4. Cure other troweled or floated interior slabs with the specified dissipating resin type • curing compound. : 5. Protection Requirements for Structural Concrete: a. Follow recommendations above. b. Verify concrete strength before removing forms or reducing supports and before curing and protection are discontinued; field -cured test cylinders or nondestructive strength testing in accordance with ACI 306 may be used. BONDING TO CONCRETE SURFACES A. New Concrete Surfaces: 1. New concrete is defined as less than 60 days old. 2. Roughen surface to hardened concrete. 3. Thoroughly clean and saturate with water. 4. Immediately place concrete. FY992157 Fayetteville Container Maintenance Building 03300- 16 I I I 5. Horizontal surfaces: a. Cover surface with 2 -inches of grout. b. Limit first lift on top of grout to 12 -inches. c. Thoroughly vibrate to mix and consolidate grout and concrete. B. Old Concrete Surfaces: I. Use bonding agent. 2. Prepare surface in strict accordance with manufacturers printed instructions and recommendations for specific and application for this Project. 3. Follow manufacturers recommendations. 1 3.15 CONSTRUCTION JOINTS LI I A. The building floor slab is planned to be poured monolithically without construction joints. In the event of unforseen weather conditions or an unscheduled interruption in concrete delivery a construction joint may be employed as detailed on the drawings. Confer with the engineer in advance of the scheduled day of pour for this contingency. 3.16 WATERSTOPS A. Install in construction joints of water -bearing structures and where indicated on Drawings. 3.17 EVALUATION AND ACCEPTANCE OF CONCRETE A. Conform to ACI Standard Building Code requirements for reinforced concrete (ACI 318- 1 83), Section 4.7, "Evaluation and Acceptance of Concrete", and to the following specifications: B. Testing Responsibilities: • 1. Contractor: a. Collect, label, and handle test specimens at Project site. b. Provide adequate facilities for safe storage, curing, and protection for first 24 hours and for additional time as may be required before transporting to test I lab. c. Deliver test specimens to laboratory. d. Pay for failed tests and additional testing resulting from failed tests or Contractor preference. C. Number of test cylinders. 1• 1. Set of cylinders: Three (3). 2. Sample frequency: a. 1 set/class of concrete/50 cubic yards. b. 1 set/class of concrete/3000 square feet of wall or slab surface. c. 1 set/class of concrete/day. d. Whichever is greater. I 1 FY992157 Fayetteville Container Maintenance Building 03300- 17 D. Laboratory shall test 3 cylinders for the 28 -day strength test. The test results should be the average strength of the 3 cylinders, except that if 1 cylinder shows obvious evidence of improper sampling, molding or testing, it should be discarded and the strengths of the other 2 cylinders averaged. If more than 1 cylinder shows defects, the test should be abandoned. 3.18 PATCHING - GENERAL A. Prior to starting patching work, except as specified, obtain Engineer's approval of proposed patching techniques and mixes. B. Develop patching techniques and mixes on mock-up panel; dress surface of patches that will remain exposed to view to match color and texture of adjacent surfaces. C. Do not start patching concrete surfaces. that will remain exposed to view until architectural surface finishes have been completed and Contractor has consulted with Engineer, since other corrective action may be more appropriate. 3.19 TIE HOLES A. Fill tie holes with nonshrink, nonmetallic grout. B. Color of grout after curing shall match color of adjacent concrete. 3.20- REPAIR OF DEFECTIVE AREAS A. Definition: Concrete in place that does not conform to specified design strength, shapes, alignments, and elevations as shown on Drawings and contains surface defects. B. Evaluation and acceptance of concrete shall conform to ACI 318. C. With prior approval of Engineer, .as to method and procedure, repair defective areas in conformance with ACI 301, Chapter 9, except that the specified bonding compound shall be used. D. The specified patching mortar may be used in lieu of the above -mentioned method when color match of adjacent concrete is not required. Prior approval of Engineer is required. E. Structural Repairs: 1. Submit method and procedures to Engineer for approval. 2. Remove and replace concrete if repairs cannot be made to satisfaction of Engineer t I EY992157 Fayetteville Container Maintenance Building 03300 - 18 I F. Surface Repairs: 1. Remove and replace concrete having defective surfaces if defects cannot be repaired to satisfaction of the Engineer. • 2. Honey -combed areas and rock pockets: a. Repair immediately after removal of forms. ' b. Prepare no -slump concrete mortar and test so that, when dry, patching mortar will match surrounding color and strength. c. Cut out to solid concrete or minimum of 1 -inch depth. d. Make edges for cuts perpendicular to the concrete surface. e. Thoroughly clean and dampen with water. If. Apply bonding compound. g. Compact no -slump concrete into patch, and finish to blend with adjacent finished concrete. h. Cure in same manner as adjacent concrete. 3. High Areas: Grind after concrete has cured at least 14 days. 4. Low Areas: a. Repair during or immediately after completion of surface finishing operations. b. Cut out low areas and replace with fresh concrete of same type and class as original concrete. ' c. Finish repaired areas to blend into adjacent concrete. 5. Defective Areas: a. Cut out and replace with fresh concrete of same type and class as original ' concrete. b. Finish repaired areas to blend into adjacent concrete. 6. Make structural repairs with prior approval of Engineer, as to method and procedure, using the specified epoxy adhesive or epoxy mortar. Where epoxy injection procedures must be used, use an approved low viscosity epoxy made by the manufacturers previously specified. 7. Level floors for subsequent finishes by use of specified underlayment material. • 8. Where required, level exposed floors by use of the specified self leveling repair topping. 9. Repair methods not specified above may be used, subject to approval of Engineer. 3.21 BLOCKOUTS AT PIPES OR OTHER PENETRATIONS A. Submit proposed blockouts for review in accordance with Section 01300. 3.22 CONCRETE FINISHES A. Select finish required for this Project based on Schedule 1 located at the end of this Section. I I FY992157 Fayetteville Container Maintenance Building 03300-19 I 3.23 BEAMS AND COLUMN FINISHES A. Type B-2: 1. Grind beams to remove form marks. 2. Repair rock pockets. B. Type C-2: 1. Grind columns to remove form marks. 2. Repair rock pockets. 3.24 CURING OF CONCRETE A. Follow recommendations in Standard Practice for Curing Concrete (ACI 308). B. Begin curing as soon as free water has disappeared from concrete surface after placing and finishing. C. Continue curing for at least 7 days without interruption. D. Curing Methods for Slabs: (NOTE: Do not use these first two methods for floor hardener • specified in Section 03351) 1. Water Curing: a. Cover surface with burlap or sand (1 -inch deep) as soon as possible without marring surface. b. Keep continuously wet for 7 days; do not allow surface to become alternately wet and dry. c. Use water not more than 2 degrees F. cooler than concrete. d. Allow surface to dry slowly before removing cover. 2. Moisture -Cover Curing: a. Cover surface with plastic film (4 mil minimum) as soon as possible without - marring the surface. Cover entire surface without wrinkles or holes. • b. Cover plastic film with 1 -inch of sand and weight edges. c. Keep covered for a minimum of 7 days. 3. Curing Compounds: a. Verify compatibility with required finishes such as hardeners, paint, stain, tile, or other specified work. b. Exposed concrete receiving mastic applied adhesive, or metallic or mineral aggregate hardeners shall be cured with the specified curing and sealing compounds. E. Walls and Columns: .1. Use water curing procedures, not curing compounds, where walls are to receive I coatings, painting, cementitious material, or other similar finishes. 2. Leave concrete forms in place and keep sufficiently damp at for as required in Paragraph 3.4.H.3. I FY992157 Fayetteville Container Maintenance Building • 03300-20 1 I 3. When forms are removed within 7 days of concrete placement, apply curing compound immediately after removal of forms or continuously sprinkle exposed surfaces, or where allowed, apply curing compound after final finishing. F. Cold -Weather Curing: I1. Use moisture -cover curing or liquid membrane -forming compound as approved. 2. Protect concrete from temperature changes in accordance with ACI 306. 1 G. Hot -Weather Curing: Use water curing or moisture -cover curing as approved. SCHEDULEI CONCRETE FINISHES Area Type of Finish Top Side of Uncovered Exterior Elevated Slabs S-4 Roof Slab (Covered with Roofing Material) S-2 Underside of Elevated Slabs S-3 Exterior Slabs on Grade S-4 ' Interior Slabs (Building Floor Slab) S-5 Clarifier Slabs S-2, S-7 Exterior Below Grade Walls W-1 Exterior of Above Grade Walls W-3 Interior Walls of Water -Holding Basins W-3 Beams B-2 Columns C-2 CONCRETE WALL FINISHES Type W-1: • 1. Fill snap -tie holes with nonshrink, nonmetallic grout or polymer patching mortar as directed by Engineer. • 2. Knock if projections. • 3. Repair honey -comb areas and rock pockets. 4. Small air holes do no require patching. fl Type W-3: 1. Plug snap -tie holes with nonshrink, nonmetallic, color -matched patching mortar approved by Engineer. This mortar shall include the specified bonding admixture. 2. Grind off projections, fins, and rough spots. 3. Repair other defects such as honey -comb areas, rock pockets, and other rough spots that are a result of form release agent failure or other reasons with color -matched patching mortar. This mortar shall include the specified bonding admixture. IFY992157 Fayetteville Container Maintenance Building 03300-21 CONCRETE SLAB FINISHES Place, consolidate, strike off, and level concrete to proper elevations and give the required surface finish. Jitterbugs or other special tools designed to force coarse aggregate away from surface and allow a layer of mortar to accumulate will not be permitted. Dusting of surfaces with dry materials will not be permitted. Slabs and floors shall be thoroughly compacted by vibration. Round off edges of slabs and tops of walls with steel edging tool, except where cove finish is indicated on Drawings. Steel edging tool radius shall be 1/8 inch for slabs subject to wheeled traffic. Type S-1 (Steel Trowel Finish): Place, consolidate, strike off, and level concrete slab to proper elevation. After concrete has stiffened sufficiently to permit operation, and water sheen has disappeared, float surface to a true even plane with no coarse aggregate visible to a uniform sandy texture. After the floating operation, trowel concrete at least twice to a smooth impervious surface free from trowel marks. Trowel surface again for the purpose of burnishing; final troweling shall produce a ringing sound from trowel. Do not use dry cement or additional water when troweling; excessive troweling will not be permitted. The slab finish tolerances and slope tolerances and repairs shall be as specified. Type S-2 (Wood Float Finish): 1. Float surface as indicated above. 2. Surface shall have a uniform sandy texture. Type S-3 Underside Elevated Slab: 1. Grind off projections as soon as forms are removed. 2. Repair rock pockets and honey -comb area defects. Type S-4 (Exterior Broomed Finish): 1. Finish concrete as specified for Type S-1 floor finish above, except only trowel the surface once. 2. Finish surface by drawing fine -hair broom lightly across surface. 3. Brooming: a. Broom in same direction and parallel to expansion joints. b. Inclined slab: Broom perpendicular to slope. Texture shall be as approved by the Engineer from sample panels. c. Round roof slab: Broom surface in radial direction. FY992157 Fayetteville Container Maintenance Building 03300 - 22 I I Type S-5 (Power Machine Finish) Building Floor Slab: I1. In lieu of hand finishing, use an approved power machine for finishing concrete floors and slabs in accordance with directions of machine manufacturer and as approved by Engineer. 2. Use of power machine will not be allowed when concrete has not attained necessary set to ' allow finishing without introducing high and low spots in slab. 3. Apply power trowel finish after the floor hardener has been placed down. Refer to Section 03351 and to the floor hardener's instructions before proceeding. END OF SECTION I I U I I I I I I I 1 FY992157 Fayetteville Container Maintenance Building 03300-23 I SECTION 03351 CONCRETE SURFACE HARDENER PART1 GENERAL 1.1 RELATED DOCUMENTS A. The base bid amount shall include the total cost of providing a concrete surface hardener on the building floor. B. The detailed payment schedule described in Document 00300: Lump Sum Bid Form shall include a line item representing the total cost of providing the surface hardener on the floor. C. At the Owner's option this item may be removed from the contract requirements by change order. 1.2 SUMMARY IA. This section specifies a pre -mixed, ready to use metallic aggregate surface hardener; proportioned, mixed, and packaged at the factory. ' B. The product shall be composed of processed metallic aggregates, cementious binders, plasticizer, water reducing admixtures and other ingredients for the purpose of obtaining increased abrasion and impact resistance, and greater surface density than otherwise exhibited by a plain concrete surface. • 1.3 RELATED SECTIONS A. Section 03300: Cast In Place Concrete 1.4 QUALITY ASSURANCE A. Prior to and during initial period of installation the Contractor shall secure the services of the product manufacturer's representative to aid in obtaining the proper use of the product. B. Contractor shall notify the product manufacturer at least three (3) days prior to initial ' use of product. C. The Contractor shall engage the use of experienced personnel who have previously used the product for floor finishes similar to that required for this project. PART 2 PRODUCTS 2.1 MATERIALS A. Concrete: Provide concrete complying with the requirements of Section 03300. FY992157 Fayetteville Container Maintenance Building Section 03351 - 1 1 B. Surface Hardener: "Masterplate FF" manufactured by Master Builders, Inc. of Cleveland, OH. C. Application Rate: 1.0 to 3.0 lbs. Per square foot. D. Curing Compound: Use a compound fully compatible with the surface hardener per the manufacturer's recommendations. E. Equipment: Obtain and have ready all equipment necessary or recommended by the product manufacturer for use in properly applying and incorporating the surface hardener into the floor. PART 3 EXECUTION 3.1 CONCRETE PLACEMENT A. Refer to Section 03300 Cast in Place Concrete for general execution requirements. B. The following additional requirements apply to the concrete to receive the surface hardener. 1. Maximum Slump of 5'. 2. Maximum air content of 3%. 3. Do not use admixtures that increase bleeding or contain calcium chloride. 3.2 APPLICATION OF SURFACE HARDENER A. Obtain the recommendations of the product manufacturer's representative and incorporate them into or. modify the following procedures as required. B. Apply the material in two or more operations if move than 2.0 lbs per square foot total amount of shake is required. Half the amount in the first application and the other half in the second. C. Preceed the application of the shake with a high way type straight edge across the surface. U D. Distribute evenly by the user of a mechanical spreader or other representative recommended method. E. Use power finishing machines with detachable float shoes after each shake. F. Compact surface by a third mechanical floating if time and setting characteristics of the concrete will allow. G. Do not add water to the surface after the surface hardener has placed. H. As the surface continues to stiffen, either hand or power trowel with blades set relatively flat. 3.3 CURING AND PROTECTION A. Cure the finished floors using film -forming curing compound recommended by the FY992157 Fayetteville Container Maintenance Building Section 03351-- 2 surface hardener manufacturer. Do not water cure. B. Uniformly apply the curing compound over the entire surface at a coverage that will provide moisture retention in excess of the requirements of ASTM C-309 which is no more than 0.015 gals water/sq. Foot of surface in 72 hours. The application rates of compound should be about 200 sq. feet per gallon. C. Maintain the temperature above the surface at least 50°F during the curing period. D. Saw cut the contraction joints in the manner described in Section 03300 Article 3.12.K. E. Keep floors free of vehicular traffic and heavy loads for a minimum of 10 days after completion. END OF SECTION FY992157 Fayetteville Container Maintenance Building Section 03351 -3 I ' SECTION 06100 ROUGH CARPENTRY PART 1. GENERAL 1.1 SUMMARY A. Provide rough carpentry for the purpose of creating "stand alone" rooms within the building. Stand alone shall mean that wooden members do not rest on or are supported by the metal members forming the exterior framing of the building. These metal members are not designed to support any loading which the interior rooms framing may impart to them. B. The interior rooms consist of an office and restroom as shown on the drawings. C. Use the size of wooden members shown on the drawings or stated in this section unless ' otherwise agreed upon. D. Coordinate the locations of doors, windows and other openings in the partitions with matching openings in the metal building furnished by others. E. All carpentry shall conform to Chapter 23: Wood; of the latest edition of the Standard Building Code of the Southern Building Code Congress International. 1.2 RELATED SECTIONS ' A. Section 03300 - Cast -In -Place Concrete. ' B. Section 06200 - Finish Carpentry C. Section 09900 - Painting D. Section 13121 - Pre -Engineered Buildings E. Division 15 Mechanical F. Division 16 Electrical 1.3 REFERENCES ' A. American Society for Testing and Materials, 1916 Race Street, Philadelphia, Pennsylvania 19103. 1. ASTM A307 - Specifications for Carbon Steel Externally Treated Standard Fasteners. 2. ASTM A446 - Specification for Steel Sheet, Zinc -Coated (Galvanized) by the Hot- , Dip Process, Structural (Physical) Quality. IFY992157 Fayetteville Container Maintenance Building 06100- 1 I 3. ASTM A525 - Specification for General. Requirements for Steel Sheet, Zinc -Coated (Galvanized) by the Hot -Dip Process. B. American National Standards Institute, 1430 Broadway, New York, New York 10018. 1. ANSI A199.1 - Construction and Industrial Plywood. C. American Wood Preservers Association, P.O. Box 849, Stevensville, Maryland 21666. I I D. American Wood Preservers Bureau, P.O. Box 6085, Arlington, Virginia 22206. , E. Standard Building Code: SBCC Inc. 900 Montclair Road, Birmingham, AL. 35213. PART 2. PRODUCTS 2.1 QUALITY ASSURANCE A. Lumber grading rules and wood species shall be in conformance with U.S. Product Standard PS 20 and the National Forest Products Association. The wood members shall conform to the requirements above and provide design values equal to those published in the "Design Values for Wood Construction", a supplement to the 1977 edition of National Design Specification for Wood Construction, published by the National Forests Products Association. B. Plywood grading rules shall be in conformance with latest edition of U.S. Product Standard PS 1/ANSI A199.1 or American Plywood Association Standards. C. Joints and connections of wood trusses shall conform to the Standard Building Code Standard 2309. 2.2 GRADE MARKS A. Each piece of lumber shall be stamped or branded with the grade as determined by an approved grading association indicating conformance with U.S. Product Standard PS 20. B. Each panel of plywood shall be identified with the appropriate grade trademark of the American Plywood Association. C. Moisture content shall not exceed 19 percent, unless otherwise specified. D. Preservative and pressure treated material shall conform to American Wood Preservers Association Standards (AWPA) and bear the American Wood Preservers Bureau (AWPB) quality mark designation. FY992157 Fayetteville Container Maintenance Building 06100 -2 H IT I ' 2.3 DELIVERY, STORING, AND HANDLING I I I I U A. Immediately upon delivery to job site, place materials in area protected from weather. B. While unloading, protect surfaces and comers of sheet material. C. Store materials a minimum of 6 inches (150 mm) above ground on framework or blocking and cover with protective waterproof covering; provide for adequate air circulation or ventilation. D. Do not store seasoned materials in wet or damp portions of building. 2.4 LUMBER A. Dimensions given are nominal. Surface four sides (S4S), unless specified otherwise. B. Unless otherwise noted, lumber shall be as follows: Use Minimum Grade ' General framing, plates, blocking, Standard and Better or braces, studs, furring, and nailers Stud Grade ' Structural light framing, Douglas Fir Larch No. 2 2"-4" thick, 2"-4" wide or Southern Pine No. 2 I. Structural joists and planks, Douglas Fir Larch No. 2 2"-4" thick, 5" and wider, or Southern Pine No. 2 and headers Beams, stringers, posts, timbers Douglas Fir Larch No. 1 ' C. WOOD PRESERVATIVE TREATED LUMBER 1. All concealed wood members in contact with the ground or concrete shall be ' treated in accordance with the published standards of the American Wood Preservers Association (AWPA) 2. Label each piece of pressure treated lumber and plywood with quality control ' mark of AWPB showing compliance with the appropriate standard. D. PLYWOOD I1. Plywood (not otherwise specified or noted on the drawings) shall be Douglas Fir or Southern Yellow Pine panels, C -D grade for concealed applications and A -C grade for exposed applications U. S. Products Standard PS -1. I IFY992157 Fayetteville Container Maintenance Building 06100 - 3 I E. STUD WALLS AND PARTITIONS 1. Sole Plates - Double 2" Thick. 2. Studs - 2" x 4" spaced at 16" O. C. doubled at sides and heads and tripled at ' comers. Layout studs so one occurs at each joint in plywood paneling 3. Top plates - Double 2" thick. 4. Joists - 2" x 8" spaced at 16" O.C. ' 5. Blocking & Bridging - 2" x 8" between joists at midpoint 2.5• ROUGH CARPENTRY HARDWARE A. Nails: Steel common nails in accordance with the Fastening Schedule of the Standard - Building Code. Use hot -dipped zinc -coated nails wherever exposed. B. Bolts and Screws: Conforming to ASTM A 307, sizes as indicated on Drawings, , galvanized where exposed. C. Framing Anchors: Simpson, Teco, or Bowman galvanized 8 -gauge steel, complete with nails. D. Ply Clips: Extruded 6063-T6 aluminum alloy. ' E. Bar or Strap Anchors: ASTM A 525, Zinc -coated steel, 18 -gauge minimum. 1 PART 3. EXECUTION 3.1 GENERAL A. It is generally intended that the interior rooms be located at the southwest corner of the building as shown on the drawings. However, it will be necessary to coordinate with the metal building erection drawings to avoid conflict with the comer column and horizontal metal girts at this location. Offset the comer of interior wood framing inward as required if a conflict occurs or if it is not possible to attach the wood members to the flange or web of the comer column B. Plan work in advance and perform in proper sequence to facilitate prompt and continuous progress of the Work. C. Lay out, cut, fit, and install rough carpentry items. Anchor sufficiently to ensure rigidity and permanence and as noted on Drawings. D. Install items accurate to dimension, true to line, level, and square unless indicated otherwise on Drawings. Provide for installation and support of other work. I E. Verify that surfaces to receive rough carpentry materials are prepared to exact grades and dimensions. , FY992157 Fayetteville Container Maintenance Building - 06100 -4 I 3.2 SILLS AND PLATES IA. Set level and flush with outside face of foundation or as shown on Drawings. Anchor sill plates to concrete slab with "RAMSET" or approved equal powder driven drive pins. Use No. 3330 drive pins. Set drive pins not less than 2" from edge of concrete. Space pins not farther than 4apart. 3.3 JOISTS A. Install joists at spacing as shown on Drawings. B. Support ends of bottom chord with a minimum of 4 inches of bearing on the bearing wall. C. Fasten to wall with approved framing anchor in manufacturer's recommended manner. •I D. Bridge between bottom chords of joists with 2 -inch by 8 -inch dimensional lumber at intervals not greater than mid span. ' E. Install with crown edge up. 3.4 PLYWOOD INSTALLATION A. Wall sheathing: Install on both sides of all interior walls. Apply with surface grain at right angles to studs. Provide edge blocking or suitable edge support. Fasten plywood in place with 8d nails spaced 6" O.C. at edge and end supports and 12" O.C. at intermediate supports. B. Ceiling: Apply with face grain at right angles to joists. Provide 1/4" clearance at walls. Install each panel with end joints occurring over supports and end joints staggered. Nail at supported edges 6 inches on center and at intermediate supports 10 inches on center. C. Deck: Apply above and attached to joists. Install in the same manner as above. D. Liner Panels: Note size and grade on drawings. Apply 4' x 8' panels with greatest dimension vertically. Coordinate with metal building manufacturer to provide an I ,additional horizontal girt at half the distance from floor girt or base angle to first structural girt for the purpose of providing a fastening place. Use self tapping screws suitable for the metal substrate. 3.5 NOTCHES •' A. Do not notch in middle third of joist. Notches in top or bottom of joists, maximum of 1/6 depth of member. Notched ends, maximum of 1/3 depth of member. I IFY992157 Fayetteville Container Maintenance Building 06 100-5 3.6 BORED HOLES A. Maximum 1/3 depth of member, 2 inches minimum distance to top or bottom of joists. 3.7 BRIDGING A. Nominal depth -to -thickness ratio of joists exceeding 4, install bridging at 8 -foot intervals. 3.8 METAL CROSS BRIDGING A. Install nailable type with two 8d nails in each ends, leaving a space between members minimum of 1/8 inch. 3.9 PRESERVATIVE TREATED WOOD PRODUCTS A. Provide preservative treated wood (CCA) for framing, blocking, furring, nailing strips built into exterior masonry walls and wood in contact with concrete. • B. Redry and clean lumber, after treatment, to maximum moisture content of 19 percent, stamped DRY. C. Apply two brush coats of same preservative used in original treatment to sawed or cut surfaces of treated lumber. 3.10 FINISH A. All plywood surfaces shall be painted where visible. See Section 09900 for painting requirements. END OF SECTION FY992157 Fayetteville Container Maintenance Building 66100 -6 I SECTION 06200 IFINISH CARPENTRY ' PART 1. GENERAL 1.1 SECTION INCLUDES A. Provide wood trim and finish, wood casework, and other finish carpentry items as ' specified for use around doors and windows and at floors and ceiling edges such as moldings, base shoe, etc.. I1.2 RELATED SECTIONS A. Section 06100 - Rough Carpentry. ' 1.3 QUALITY ASSURANCE • A. Qualifications of Workmen: • 1. Cutting and Fitting of Trim and Finish Material: Utilize journeyman finish carpenters. a. Thoroughly trained and experienced in skills required. • b. Completely familiar with specified materials and manufacturer's recommended methods of installation. ' c. Familiar with requirements of this work. B. Material Grading: 1. Hardboard, Particle board, Lumber, and Plywood: Bear grademark, stamp, or other identifying marks indicating grades of material and rules or standards under which produced. ' a. Identifying Marks on Material: In accordance with rule or standard under which material produced. ' b. Inspection Agency for Lumber: Certified by Board of Review, American Lumber Standards Committee for species used. 2. Moldings and Millwork: Association grademark shall be applied to each bundle in bundled stock. 3. Precut Lumber: In lieu of piece grademarking, furnish certificate of inspection from an agency certified by the Board of Review, American Lumber Standards • Committee. C. Custom Grade: 1. Quality Standards, Architectural Woodwork Institute, apply and by reference are '• made a part of this Specification. 2. References to Custom Grade: As defined in latest edition of AWI Quality Standards. FY992157 Fayetteville Container Maintenance Building 06200 - 1 1.4 DELIVERY, STORAGE, AND HANDLING A. Protection: 1. Materials: Protect before, during, and after installation. 2: Installed Work: Protect from other work. B. Replacements: 1. If work is damaged, immediately make necessary repairs and replacements to the approval of Engineer at no additional cost to Owner. PART 2. PRODUCTS 2.1 LUMBER NOT SHOWN A. Lumber for Trim and Millwork: Kiln dried to 8 to 12 percent moisture content. B. Lumber for Finish Carpentry: Paint grade Birch or approved softwood 1/4" to 1" nominal thickness, kiln dried to 12 percent maximum moisture content. C. Lumber for Structural Carpentry: Specified in Section 06100. PART 3. EXECUTION 3.1 TRIM AND FINISH A. Conform to Custom Grade of AWI Quality Standards. B. Set true, level, and plumb with tight joints and securely fasten in place. C. Caulk all trim around doors and windows, floor and ceiling baseboard, moldings, shoe, etc. where in contact with substrate plywood or concrete. Use a high quality acrylic -latex or silicone caulk suitable for the purpose and paintable. D. •Protect from dampness until painted or varnished. E. Apply finish so that completed results will show as little of the joints as possible and no tool or machine marks, nail holes, or nails. F. Lengths of Lumber: 1. Without joints on straight run where possible. 2. Where Joints Necessary: Make accurately and neatly on 45 -degree angle against light. G. Moldings: True to details, cleanly cut and sharp. FY992157 Fayetteville Container Maintenance Building 06200 -2 , H. Exposed Surfaces: Sand to even, smooth surface, ready for finish. I. Mill Assemblies: Join with concealed nails or screws, mortise and tenons, dowels, or glued blocks. J. Intersection Molds: Neatly coped. K. Flat Members of Wood Trim: Back out or saw kerf to prevent warping. 3.2 HARDWARE A. Rough Hardware (Nails, Screws, Anchor Bolts, Wall Plugs): Install in types, sizes, and quantities indicated on Drawings or as required for secure anchorage of carpentry work. END OF SECTION FY992157 Fayetteville Container Maintenance Building 06200-3 SECTION 07210 BUILDING INSULATION PART 1. GENERAL 1.1 SUMMARY A. Provide building insulation as shown on Drawings. 1. Between plywood panels forming interior walls for ticket office. 2. Between joists above the ticket office. 3. Insulation for the exterior walls of the metal building is specified in Section 13121. 1.2 RELATED SECTIONS A. Section 06100 - Rough Carpentry. PART 2. PRODUCTS 2.1 WALL INSULATION A. Location: between studs or joists. B. Thickness: 3 1/2" in walls, 7 1/2" in ceiling. C. Type: Glass or mineral fiber type bearing the U. L. classification marking as to fire resistance conforming to Federal Specification HH-I-521 F and ASTM C-665 for Unfaced Type I or Kraft Faced Type II, Class C material. D. Features: 1. Provide insulation with face flanges wide enough to lap framing. 2. Material must be moisture repellent. 3. Vermin and decay resistant. F. Manufacturer 1. Owens - Coming 2. Or equal. FY992157 Fayetteville Container Maintenance Building 07210 - PART 3 3.1 3.2 3.3 EXECUTION INSTALLATION - GENERAL A. Coordinate installation where other trades whose work, or the required inspection of their work, could be affected. . B. Install in accordance with standard industry procedures and manufacturer's instructions. CLEANUP A. Remove from site containers, wrappings, and scrap insulation material. B. Leave floors broom clean. PRODUCT HANDLING A. Clearly identify manufacturer, contents, brand name, applicable standard, and "R" value. B. Store materials off ground and keep them dry. Protectagainst weather, condensation, and damage. C. Immediately remove damaged material from site. END OF SECTION FY992157 Fayetteville Container Maintenance Building 07210-2 I I I SECTION 08200 WOOD DOORS IPART 1. GENERAL I I I Li I I I I1 I I 1.1 SUMMARY A. Work Included: Provide wood doors, complete. Refer to Drawings for types and sizes. 1.2 RELATED SECTIONS A. Section 06100 - Rough Carpentry. B. Section 06200 - Finish Carpentry. C. Section 08712 - Door Hardware. D. Section 09900 - Painting. 1.3 QUALITY ASSURANCE A. Markings: Furnish door with stamp, brand, or identifying mark indicating door quality and construction. Identifying mark or separate certification to include inspection organization name, identification of standard for door construction, and identity of plant to which stamp was issued. 1.4 REFERENCE STANDARDS A. Architectural Woodwork Institute (AWI) Quality Standards: Specifications and Quality Certification Program, Section 1300, "Architectural Flush Doors". B. U. S. Department of Commerce Commercial Standards: CS 236, "Mat -formed Wood Particle Board". C. National Woodwork Manufacturers Association, Inc.: (NWMA) I.S.1, "Wood Flush Doors", and addenda. 1.5 WARRANTY A. Warranty: Submit written agreement using door manufacturer's standard form, signed ' by manufacturer, contractor, and installer, agreeing to repair or replace defective doors which have warped (bow, cup or twist) or which show photographing of construction below in face veneers, or do not conform to NWMA and AWI tolerance limitations. Warranty period is for lifetime of installation. I FY992157 Fayetteville Container Maintenance Building 08200- 1 B. Limitation and Exclusions: 1. Defects are not natural variations in color or texture of wood. Improper finishing is considered a defect. 2. Warp not considered a defect unless it exceeds 1/4 inch in the plane of the door itself Warp is distortion in the door itself and does not refer to relationship of door to frame. Term "warp" includes bow, cup and twist. Amount of warp in door is measured by placing a straight -edge on the suspected concave face of door at any angle (horizontally, vertically, diagonally), with door in installed position. • Measurement of bow, cup, and twist is made at point of maximum distance between • bottom of straight -edge and face of door. 1.6 PRODUCT HANDLING A. Protect wood doors during transit, storage and installation to prevent damage, soiling and deterioration. Comply with the "On -Site Care" recommendations of NWMA pamphlet "Care and Finishing of Wood Doors" and with manufacturer's instructions. B. Protection: Store doors in fully covered, well ventilated area. Protect from extreme changes in temperature and humidity. C. Replace damaged doors at Contractor's expense. PART 2 PRODUCTS. ' 2.1 ACCEPTABLE MANUFACTURERS A. Provide doors manufactured by one of the following: 1. Algoma Hardwoods, Inc. 2. Eggers Hardwood Products Corp. 3. Weyerhaeuser Co. ' 4. Approved Equal. 2.2 GENERAL A. Provide wood doors complying with applicable referenced standards for specified door kinds and door types. B. Seal top and bottom edges of doors with clear water-resistant varnish or clear water- resistant sealer prior to shipment. 2.3 ACCESSORY COMPONENTS A. Provide solid wood glazing beads to match door facing at vision panels in nonrated doors and in sound rated doors. Provide metal glazing beads at rated doors with vision panels. Finish on metal glazing bead to match finish on hollow metal door frame. , ^ FY992157 Fayetteville Container Maintenance Building - . . 08200-2 I 1 2.4 HOLLOW CORE, ARCHITECTURAL FLUSH DOORS A. All Hollow Core, Architectural Flush Doors are to be manufactured in strict accordance with AWI Section 1300. Furnish, 5 -Ply doors with solid dressing strips of same material set in at both edges between face veneers and with core fully bonded to stiles and railes with Type I Adhesive. B. Face Veneers: 1. Stained Finish: Provide "A" Grade per AWI 1300, minimum 1/5" thick face veneers using Custom Quality Rift -sawn, Slip -Running Matched face veneers. PART 3 EXECUTION 3.1 FABRICATION IA. Fabricate wood doors complying with Contract Drawings, with this Section and with the referenced standards for types specified. I B. Factory finish doors in accordance with requrements of AWI Sections 1300-G-20 and 1300-G-22 for "Select Finish". C. Finish System: AWI 1500-G-9 TR-5. D. Prefit doors at factory with following clearances: ' 1/8" on top and hinge side 1/8" on lock edge of single doors 1/16" per leaf on pair meeting edges 1/2" from finished floor 3/4" max. From combustible floor 3/8" max. From non-combustible sill or threshold ' Bevel both edges of door (1/8" in 2"). ' E. Pre -machine doors for hardware as required in accordance with requirements of AWl Section 1300-G-21. Hardware Schedule by hardware supplier to be furnished complete with templates for all hardware requiring door preparation. Hollow metal frame schedule to be furnished and to include exact location and size of hardware preparation. No door machining to be required for any totally surface -mounted hardware. 3.2 INSPECTION A. Examine door frames and verify frames are correct type and have been installed for proper hanging of corresponding doors. B. Do not proceed with installation until unsatisfactory conditions have been corrected in ' manner acceptable to Engineer. ' FY992157 Fayetteville Container Maintenance Building 08200 - 3 C. Install doors only after completion of other work which would raise moisture content of doors or damage surfaceof doors. 3.3 INSTALLATION A. Fit, hang, and trim doors by openings. I - B. Seal cuts made on job immediately after cutting, using clear water-resistant varnish or sealer. C. Refer to Section 09900 for painting (varnishing) of door. END OF SECTION FY.992157 Fayetteville Container Maintenance Building 08200-4 SECTION 08331 ROLLING SERVICE DOOR PART 1. GENERAL 1.1 SUMMARY 1.2 A. Provide and install insulated commercial rolling service doors as shown on Drawings and as specified herein. B. Related Work: Preparation of opening, steel jambs, structural work, miscellaneous iron work, and field painting as specified in scope of work of other Sections. RELATED SECTIONS A. Section 01300 - Submittals. B. Section 09900 - Painting. C. Section 13121 - Pre -Engineered Metal Buildings. 1.3 WARRANTY A. Provide a 1 year warranty against defective materials and workmanship. PART 2. 2.1 2.2 PRODUCTS MANUFACTURER A. Windsor Door, Little Rock, Arkansas or equal. B. Model: SFWI - Insulated. C. Size: As shown on the drawings. FEATURES A. Curtain: 1. Door Curtain: Interlocking flat slats (NSF), rolled -formed from hot -dipped galvanized steel, with high grade pure zinc coating. Face of wall installation. 2. Slats: 20 gage with a minimum of 2-5/8 inches in height and crown depth of 7/8 inch. FY992157 Fayetteville Container Maintenance Building 08331 - 1 I 3. Lateral movement of slats eliminated by cast malleable iron endlocks fastened to alternate slat -ends. Windlocks shall be provided on both ends of every 6th slat on door. 4. Bottom of curtain shall be reinforced with 2 steel angles bolted back-to-back.. B. Weatherseal: Bottom edge of door shall have continuous flexible tubular vinyl astragal weatherstripping as factory standard. I I C. Finish: Curtain shall be bright galvanized and the hood shall be phosphate -treated for paint adherence. Other surfaces shall receive 1 shop coat of rust inhibitive primer. D. Insulation - Insulating core shall be foamed in place Solid II urethane with a 2.0 lbs per cubic feet density (U Factor = 0.165, R value = 6.05) E. Guides and Wall Angels: 1. Guides and wall angles shall be fabricated from structural steel angles 3/16 inch minimum thickness to properly retain curtain and support entire door assembly. 2. Fasteners: Minimum 3/8 inch diameter at 2 foot 6 inches (2'6") on center. 3. Wall mounted angles shall be continuous to distribute full load of curtain and barrel assembly throughout entire length of guides. F. Brackets: 1. Bracket plates for mounting the curtain and barrel assembly shall be made from a minimum 3/16 inch steel plate to carry full door weight and support barrel and curtain at each end. 2. Brackets shall be attached to guide wall angle of door with a minimum of three 1/2 inch diameter bolts. Sealed ball bearings shall be provided at all rotating support points. G. Barrel: Barrel shall be made from a minimum 4 inch O.D. structural steel pipe. Deflection of pipe under full load shall not exceed .03 inch per foot of span. Sealed ball bearings shall be located at rotating support points of barrel. Spring adjusting wheel shall be readily accessible at spring end of barrel assembly. H. Spring Counterbalance: 1. Springs shall be oil -tempered, helical -wound torsion springs, stress -relieved after coiling. 2. Springs shall be attached to cold -rolled steel shaft of sufficient size to carry load of curtain and torque of springs. Spring to transmit torque to barrel through steel or cast plugs sized to fit pipe. Hood: Hood shall be roll -formed from 24 gage hot -dipped galvanized steel. Wind Load: Door shall meet 20 lbs. per square foot minimum. K. Operation: Chain hoist operation. Hand chain pull shall not exceed 35 pounds. I I] I I I n I I I C I I I FY992157 Fayetteville Container Maintenance Building 08331 - 2 r r r L. Locking: Provide chain keepers suitable for padlocks. PART 3. EXECUTION ' 3.1 SURFACE CONDITIONS A. Examine the areas and conditions under which work of this Section will be performed. Correct conditions detrimental to timely and proper completion of the Work. Do not proceed until unsatisfactory conditions are corrected. ' 3.2 INSTALLATION IA. Install rolling service door into face of wall as shown on Drawing and in accordance with manufacturer's recommendations. Anchor all components firmly into position for extended life under hard use. B. Coordinate installation with Section 13121, metal building manufacturer's shop drawings. C. Upon completion of the installation, put all items through at least 10 operating cycles. Make required adjustments and assure that components are in optimum operating ' conditions. 3.3 PAINTING ' A. Paint non galvanized door parts in accordance to Section 09900. 3.4 PROTECTION A. Protect door from being damaged. Repair or replace door or components if found defective or damaged. Touch-up scratches so they are not visible. IEND OF SECTION I I Ii I IFY992157 Fayetteville Container Maintenance Building 08331-3 I SECTION 08712 IDOOR HARDWARE IPART1. GENERAL 1.1 SUMMARY A. Provide door hardware. B. Like items of equipment provided hereunder shall be the end products of one manufacturer to achieve standardization for appearance, operation, maintenance, spare ' parts, and manufacturer's service. 1.2 RELATED SECTIONS A. Section 01300 - Submittals. B. Section 08200 -Wood Doors. C. Section 13121 - Pre Engineered Metal Buildings. 1.3 REFERENCE STANDARDS A. American National Standards Institute, 1430 Broadway, New York, New York 10018. 1. ANSI A156.1 - Butts and Hinges. 2. ANSI A156.2 - Bored and Preassembled Locks and Latches. B. Builders Hardware Manufacturers Association, 60 East 42nd Street, Room 511, New York, New York 10165. 1.4 SUBMITTALS A. Provide submittals in accordance with Section 01300. B. Schedule: 1. Submit complete schedule of finish hardware required for the Engineer's review. 2. Schedule shall be completely detailed, showing all items, numbers, and finishes for all hardware for each separate opening. Include "handing" chart on all doors based on Drawings. 3. Corrections or changes necessary in the schedule to comply with the requirements of the Contract Documents shall be made promptly. 4. Review of schedule shall not relieve Contractor of responsibility for errors or omissions. FY992157 Fayetteville Container Maintenance Building 08712- 1 1.5 C. Manufacturer's Literature: 1. Submit manufacturers' literature for each item of finish hardware required for Engineer's review. 2. Manufacturers' literature to be plainly marked for each proposed item; indiscriminate submittal of unmarked literature will not be accepted. DELIVERY, STORAGE, AND HANDLING A. Each item of hardware shall be marked as to description and location of installation. B. Exposed surfaces of hardware shall be covered and well protected during installation and until building is accepted by Owner to avoid damage to finishes and functions. PART 2. PRODUCTS 2.1 MANUFACTURERS 2.2 2.3 2.4 A. The use of a manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired only. I 1�! I B. Products of other manufacturers will be considered in accordance with the General Conditions. dr MATERIALS A. Provide fmish hardware with suitable fastening for complete working systems. Items not specifically mentioned but necessary to complete the work shall be furnished, matching in quality and finish the items specified for similar locations. FASTENERS A. Fasteners for hardware specified shall be stainless steel. ANTI -FRICTION BEARING HINGES A. McKinney Manufacturing Company; Stanley Works; Hager, or equal, conforming to ANSI A5112, Grade 2. Full mortise, stainless steel, ball bearing B. Minimum Height of Hinge: 4 -1/2 -inch for door width up to 3 feet. C. Width of Hinges: Minimum which will provide clearance of trim and permit 180 -degree swing. D. Exterior Hinges: Nonremoveable pin. FY992157 Fayetteville Container Maintenance Building 08712 - 2 I I I I I I I I I. I I I E. Hinge Leaves: Parallel and joint tolerance with a 0.134 inch maximum, gauged in closed position. F. Screws: Stainless steel. 2.5 LOCKSET ON EXTERIOR DOORS A. Coordinate this article with Section 13121 where the exterior door is specified. B. Mortise Lockset conforming to ANSI A156.13 Series 1000 Grade I with ANSI 629 stainless steel finish -- Yale Security 8700 Series. Door thickness as specified elsewhere. C. Knob - Yale LF Knob heavy cold forged stainless steel. D. Deadbolt - 1" throw: stainless steel. E. Knob Escutcheon Trim - Surface mounted escutcheon trim Yale Eastonce. F. Lockset Function - Classroom/office or utility room deadlocking latchbolt, latchbolt by knob either side except when outside knob is set by key outside, inside knob always active. Latchbolt and guardbolt can be held in retracted position by outside cylinder. G. Lock cylinder - Yale Standard 2153. All keyed alike. H. Trim Design - Yale GF 1824 Thumbtum and round plate. 2.6 LOCKSET ON INTERIOR DOORS A. Cylindrical Lockset conforming to ANSI A156.2 Series 4000 Grade I with ANSI 629 Stainless steel finish - Yale Security 5401/5501 Passage or Closet Latch for doors that do not require locking not including restroom door. B. Knob - Yale Litchfield LF Knob Stainless steel. C. Latchbolt - either knob operates latchbolt at all times Yale 5400 Series, standard plain latchbolt without locking function - List No. 493. D. Strikes - Yale Standard Strike List No. 495 with lip selected to match door thickness. IE. Knob and Rose Components - Yale Litchfield LF. 1 2.7 DOOR CLOSERS U A. Furnish door closers on all outside doors, whether inside or outside opening. IFY992157 Fayetteville Container Maintenance Building 08712 - 3 B. Yale Security 50 Series regular arm & top jamb or 50 Series parallel arm. Select to match door and make recommendations in submittal. C. Features 1. Material: Cast aluminum body. 2. Design: Full rack and pinion. 3. Hand: Non -handed to permit installation on either side of door. 4. Two non critical valves to independently adjust closing and latch speeds. 5. Heavy duty arms with positive stop and selectable hold -open. 6. Holder/Stop to be Yale 5120 Series. D. Finish - Silver bronze (aluminum) 2.8 WALL BUMPERS A. For doors which contact wall when open. B. Rockwood Model 409. 2.9 THRESHOLDS A. Pemko Manufacturing Co.; Reese Enterprises, Inc.; or equal. B. One-piece full width of opening. Extend beyond jamb where indicated. C. Provide with stainless steel machine screws in threaded expansion anchors at concrete. D. Mill finish, unless indicated otherwise. E. Threshold on all doors inside and outside. 2.10 WEATHERSTRIP A Pemko Manufacturing Co.; Reese Enterprises, Inc.; or equal. B. Weatherstripping on all outside doors. 2.11 KICKPLATES A. ANSI Finish No. 630, satin stainless steel. B. Provide kickplates for exterior doors. 4 C. Check whether outside opening or inside opening before setting. FY992157 Fayetteville Container Maintenance Building 08712-4 I:I i' 2.12 STRIKES A. Provide manufacturer of hardware standard strike for each door. 2.13 SPECIAL TOOLS A. Provide two sets of special tools for installation and maintenance of hardware. 5. B. Delivered to Owner upon completion of work, tools for maintenance and adjustment. PART 3. EXECUTION 3.1 INSPECTION AND ADJUSTMENT A. A representative of the Hardware Supplier shall be available during the construction period, if necessary, to instruct the Contractor on the proper method of installation and adjustment of the Supplier's products. I. B. The representative shall inspect and adjust the hardware items at completion of the work and supply proper maintenance manuals to the Owner. C. After installation, adjust hardware for smooth, noise -free operation. D. Replace any damaged items. 3.2 INSTALLATION A. Follow manufacturer's instructions for installation of finish hardware. 1. Make work neat and secure, developing full strength of components and providing • proper function. 2. Prevent marring, scratching, or otherwise damaging adjacent finishes during the installation of hardware. B. Do fitting, dismantling, and reinstalling of finish hardware required for finish painting work on doors and frames. 1. Use strippable coating, removable tape, and other means to protect and prevent staining of hardware during construction. 2. Protective measures shall be removed and permanent lock cylinders installed prior to final cleaning. C. Latch bolts shall be installed to engage in strikes automatically, whether activated by closers or manually. In no case shall additional manual pressure be required to engage latch bolt in strike. 1 f FY992157 Fayetteville Container Maintenance Building 08712-5 3.3 MOUNTING DIMENSIONS A. Use standard door hardware locations recommended and published by the Door and Hardware Institute, except as noted or detailed otherwise. END OF SECTION FY992157 Fayetteville Container Maintenance Building 08712-6 I I I I I I I SECTION 09900 PAINTING PART1. GENERAL 1.1 SUMMARY A. Prepare surfaces and furnish and apply paint and protective coatings. B. Coordinate painting with Section 13121 Pre -Engineered Metal Building. The metal members are typically shipped with one coat of manufacturer's standard shop coat primer. Therefore it is required than once erected all exposed to view surfaces of the steel building members shall be finish painted. This will include columns, posts, horizontal gins, braces, struts, roof purlins, etc. C. The exposed to view surfaces of all plywood wall surfaces in the office and restroom (both inside and outside) shall be painted. D. The inside trim around doors and windows and both sides of the wood doors shall be stained and varnished. E. The metal pedestrian doors (both sides) to the ticket office and shop shall be painted if not otherwise shipped with finish paint to match the wall panels. F. Paint only the non -galvanized steel support members of the rolling door. Do not paint the galvanized slats or hood. G. The plywood liner panels around the inside perimeter of the shop area shall be painted. H. The pipe bollards shall be painted. 1.2 ABBREVIATIONS ANSI American National Standards Institute AWWA American Water Works Association FRP Fiberglass Reinforced Plastic HCI Hydrochloric Acid MDFT Minimum Dry Film Thickness MDFTPC Minimum Dry Film Thickness Per Coat mil Thousandths of an Inch MIL -P Military Specification - Paint OSHA Occupational Safety and Health Act PSDS Paint System Data Sheet SFPG Square Feet Per Gallon SFPGPC Square Feet Per Gallon Per Coat SP Surface Preparation SSPC Steel Structures Painting Council FY992157 Fayetteville Container Maintenance Building 09900 - 1.3 It 1.5 1.6 1.7 RELATED SECTIONS A. Section 01300 -Submittals. REFERENCES A. Steel Structures Painting Council (SSPC). SURFACES NOT REQUIRING PAINTING A. Unless specified or shown on the Drawings, the following areas or items will not require painting: - 1. Nonferrous and corrosion -resistant ferrous alloys such as cooper, bronze, monel, aluminum, chromium plate, weathering steel, and stainless steel except where a. Required for electrical insulation between dissimilar metals. b. Aluminum and stainless steel is embedded in concrete or. masonry, or aluminum is in contact with concrete or masonry. c. Fiberglass reinforced plastic (FRP) equipment with an integral colored gel coat does not require painting, provided the color is as specified. 2. Prefinished electrical and architectural items such as motor control centers, switchboards, switchgear, panelboards, transformers, disconnect switches, etc. 3. Items specified to be galvanized after fabrication unless specifically required elsewhere in these Specifications or subject to immersion. 4. Electrical conduits, junction boxes, plates. 5. Fans, unit heaters, ducts, grills, brackets and other accessories. 6. Floor. SUBMITTALS A. Provide the following in accordance with Section 01300: 1. Obtain from each paint manufacturer for submittal to Engineer: a. Paint System Data Sheet (PSDS) for each paint system used. b. Material Safety Data Sheets (MSDS) for each product used in the paint system. c. Technical Data Sheets for each product used in the paint system. 2. Submit the required information on a system -by -system basis. 3. Provide copies of the paint system submittals to the coating applicator. 4. A sample PSDS form is appended at the end of this Section. B. Paint Color Sample: Submit samples of colors that Owner has chosen. COLOR SELECTION CONFERENCE A. Prepare color samples for each item on the Chart properly labeled with the same color identification as specified in the scheduled on the Drawings. Provide additional samples displaying full color selection available for each item on the Chart by each manufacturer listed for use during the Conference. FY992157 Fayetteville Container Maintenance Building 09900 - 2 1 I B. Samples for the above referenced Chart and Conference are designated as manufacturers' actual product and color chips; photographs and color reproductions in brochures are not acceptable. 1.8 QUALITY ASSURANCE A. Engineer shall approve colors and application process prior to starting Work of this Section. B. Representative of the paint manufacturer, familiar with the products specified shall be available at jobsite at initial starting of coating work and at intervals during surface preparation and painting required for product application quality assurance, to determine compliance with manufacturer's instructions and these Specifications, and to resolve necessary field problems attributable to, or associated with, manufacturer's products furnished under this Contract. C. Inform Engineer a minimum of 3 days in advance of the start of surface preparation work or coating application work. D. Inspection by Engineer, or waiver of inspection of any particular portion of the Work, shall not be construed to relieve Contractor of his responsibility to perform the Work in accordance with these Specifications. 1.9 DELIVERY, STORAGE, AND HANDLING A. Deliver new materials to the Project site in unopened containers that show, time of use, designated name, date of manufacture, color, and name of manufacturer. B. Store paints in a protected area that is heated or cooled to maintain temperatures within the range recommended by paint manufacturer. 1.10 WARRANTY A. Warrant to Owner and guarantee Work under this Section against defective workmanship and materials for a period of 1 year commencing on the date of final acceptance of the Work. PART 2. PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Products specified are manufactured by Sherwin Williams Co. B. Products for each specified function and system shall be of a single manufacturer. FY992157 Fayetteville Container Maintenance Building 09900-3 2.2 PAINT MATERIALS A. Product: Refer to Painting Schedule at the end of this Section. 2.3 EPDXY FILLER A. Manufacturer: Epoxy filler and surfacer for -spot welds, lap seams, and other areas that require fill and smoothing. 2.4 COLOR SELECTION A. Colors shall be formulated with colorants free of lead, lead compounds, or other hazardous materials. B. See Painting Schedule at the end of this Section of colors. PART 3. EXECUTION 3.1 GENERAL A. Materials of a paint system, including primer and finish coats, shall be produced by the same paint manufacturer. Thinners, cleaners, driers, and other additives shall be as recommended by the paint manufacturer of the particular coating. 3.2 INTENT. A. Leave surfaces of work in such a condition that only minor cleaning and sanding is required prior to surface preparation and painting. B. Inspect and provide substrate surfaces that are prepared in accordance with these Specifications and the printed directions and recommendations of the paint manufacturer whose product is to be applied. 3.3 PROTECTION OF MATERIALS NOT TO BE PAINTED A. Remove, mask, or otherwise protect hardware, lighting fixtures, switchplates, aluminum surfaces, machined surfaces, wall and ceiling insulation, and other surfaces not intended to be painted. B. Provide drop cloths to prevent paint materials from falling on or marring adjacent surfaces. C. Protect working parts of mechanical and electrical equipment from damage during surface preparation and painting process. ~ FY992157 Fayetteville Container Maintenance Building 09900-4 I D. Mask openings in motors to prevent paint and other materials from entering the J motors. 3.4 ENVIRONMENTAL CONDITIONS A. Paint shall not be applied in temperatures beyond the manufacturer's recommended maximum and minimum allowable, nor in dust, smoke -laden atmosphere, damp or humid weather. B. Abrasive blast cleaning shall not be performed. a• 3.5 SAFETY A. Painting shall be performed in strict accordance with the safety recommendations of the paint manufacturer; with the safety recommendations of the National Association of Corrosion Engineers contained in the publication, Manual for Painter Safety; Federal, state, and local agencies having jurisdiction. 1' 3.6 PAINT MIXING A. Multiple -component coatings shall be prepared using contents of the container for each component as packaged by the paint manufacturer. B. No partial batches permitted. C. Multiple -component coatings that have been mixed shall not be used beyond their pot life. D. Provide small quantity kits for touch-up painting and for painting other small areas. E. Only the components specified and provided by the paint manufacturer shall be mixed. F. No intermixing of additional components permitted. G. Keep materials sealed when not in use. H. Where more than one coat of a material is applied within a given system, color will be alternated to provide a visual reference that the required number of coats has been ,I applied. 3.7 PREPARATION OF SURFACES - METAL A. Workmanship for metal surface preparation as specified shall be in strict conformance with the current Steel Structures Painting Council (SSPC) Specifications as follows: 1. Solvent Cleaning: SP 1 2. Hand Tool Cleaning: SP 2 FY992157 Fayetteville Container Maintenance Building 09900-5 3. Power Tool Cleaning: SP 3 4. White Metal Blast Cleaning: SP 5 5. Commercial Blast Cleaning: SP 6 6. Brushoff Blast Cleaning: SP 7 7. Pickling: SP 8 8. Near -White Blast Cleaning: SP 10 B. Wherever the words "solvent cleaning," "hand tool cleaning," "wire brushing," or "blast cleaning," or similar words of equal intent are used in these Specifications or in paint manufacturer's specifications, they shall be understood to refer to the applicable SSPC Specifications listed above. C. Hand -tool clean areas that cannot be cleaned by power tool cleaning. D. Shop Primed Metal Members - Coordinate with metal building manufacturer to determine the type of shop prime applied. Select the proper surface preparation method from the list above. 3.8 SOLVENT CLEANING A. Solvent cleaning shall consist of removal of foreign matter such as oil, grease, soil, drawing and cutting compounds, and other surface contaminants by the use of solvents; emulsions, cleaning compounds, steam cleaning, or similar materials and methods that involve a solvent or cleaning action. This method conforms with Steel Structures Painting Council SP 1. 3.9 APPLICATION OF PAINT - GENERAL A. Furnish Engineer prior to application, manufacturer's written instructions for applying each type of paint or protective coating. 1. _ Cleaned surfaces and coats shall be inspected prior to the succeeding coat. 2. Schedule inspections with the Engineer in advance. 3. Apply coatings in strict accordance with the paint manufacturer's recommendations, as reviewed by the Engineer. 4. Allow sufficient time between coats to assure thorough drying of previously applied paint. 5. Paint new units that are to be bolted together and to structures prior to assembly or installation. 3.10 SHOP PRIMED SURFACES A. •Shop primed items shall be inspected at the jobsite for compliance with these Specifications. 1. Schedule inspections with Engineer in advance. 2. Areas of chipped, peeled, or abraded primer shall be hand or power sanded feathering the edges. 3. Areas shall then be spot primed with the specified primer. FY992157 Fayetteville Container Maintenance Building 09900 - 6 B. Prior to application of finish coats, shop primed surfaces shall be cleaned free of dirt, oil, and grease, and a mist coat, 3.0 mil dry film thickness, of the specified primer applied, complete. C. Holdback areas for welding shall be prepared and primed, after welding, as required for the specified paint system. i D. Application of primer shall be in accordance with manufacturer's instructions. 3.11 MANUFACTURER APPLIED PAINT SYSTEMS A. Abraded areas on factory finished items: Repair in strict accordance with the equipment manufacturer's directions. B. Repaired areas shall be carefully blended into the original finish. 1• 3.12 FILM THICKNESS A. Coverage is listed as either total minimum dry film thickness in mils (MDFT) or the spreading rate in square feet per gallon (SFPG). Per coat determinations are listed as MDFTPC or SFPGPC. The number of coats is the minimum required irrespective of the coating thickness. 1. Additional coats may be required to obtain the minimum required paint thickness, depending on method of application, and atmospheric conditions. 2. Maximum film build per coat shall not exceed the coating manufacturer's I recommendations. 3. Perform electrical inspection and film thickness measurements on coated surfaces with properly calibrated instruments. 4. Recoat and repair as necessary for compliance with the Specifications. 5. Coatings will be subject to inspection by Engineer and coating manufacturer's representative. 6. Particular attention shall be given edges, angles, flanges, where insufficient film thicknesses are likely to be present, ensure proper millage in these areas. 7. After repaired and recoated areas have dried sufficiently, final tests will be conducted by the Engineer. 8. Coating thickness specified in mils will be measured with a magnetic type dry film thickness gage; Mikrotest, supplied by Nordson Corporation, Anaheim, CA. 9. Finish coat (expect zinc primer and galvanizing) will be tested for holidays and discontinuities with an electrical holiday detector, low voltage, wet sponge type; Model M-1, manufactured by Tinker and Rasor, San Gabriel, CA. 10. Each coat will be checked for the correct millage. 11. No measurement will be made under a minimum of 8 hours after application of coating. I FY992157 Fayetteville Container Maintenance Building 09900-7 3.13 3.14 3.15 3.16 WOOD - SURFACE PREPARATION A. Finishing lumber, trim boards, and doors shall be stored on premises in dry, warm room to prevent absorption of moisture, shrinkage, and roughening of wood. Surfaces shall be sanded smooth, with the grain, and never across the grain. Surface blemishes shall be corrected and the room clean of dust before proceeding with finishing coats. Lightly sand between coat to a dull finish. B. Stain and seal new unfinished trim wood and doors with a coat of polyurethane varnish. Thin with 1 pint of paint thinner (mineral spirits) to 1 gallon of varnish. Allow 12 to 48 hours to cure before lightly sanding, remove dust, and then recoat with 2nd coat unreduced except for spray application. Refer to Paint Schedule at the end of this Section. C. A. 0 B. Protect wood work from damage after finishing. Touch up damaged areas if damage occurs. POROUS SURFACES Porous surfaces may have the prime coat thinned to provide maximum penetration and adhesion. 1. Type and amount of thinning shall be determined by the paint manufacturer and is dependent upon the surface density and type of coating. 2. Porous surfaces specified to receive a water base coating shall be dry, with not more than 12 to 15 percent moisture, just prior to application of the coating. DAMAGED COATINGS Damaged coatings, pinholes, and holidays shall have the edges feathered and repaired in accordance with the recommendations of the paint manufacturer, as reviewed by the Engineer. 1. Repair of fusion bonded coatings to be as recommended by the original applicator. 2. Liquid repair kits to be provided for this purpose by the applicator, as recommended by the coating manufacturer. Finish coats, including touch-ups, and damage -repair coats shall be applied in a manner which will present a uniform texture and color -matched appearance. UNSATISFACTORY APPLICATION A. Coatings found to have improper finish color, or insufficient film thickness, the surface shall be cleaned and topcoated with the specified paint material to obtain the specified color and coverage. Specific surface preparation information to be secured from the coating manufacturer and the Engineer. FY992157 Fayetteville Container Maintenance Building 09900- 8 1 I B. Visible areas of chipped, peeled, or abraded paint shall be hand or power -sanded feathering the edges. 1. The areas shall then be primed and finish coated in accordance with the Specifications. 2. Depending on the extent of repair and its appearance, a finish sanding and topcoat may be required by the Engineer. C. Work shall be free of runs, bridges, shiners, laps, or other imperfections. Evidence of these conditions shall be cause for rejection. D. Defect in the coating system shall be repaired per written recommendations of the coating manufacturer. * E. Leave staging up until the Engineer has inspected the surface or coating. Staging removed prior to approval by Engineer shall be replaced. 3.17 SHIPPING A. Protect precoated items shipped to the jobsite from damage. B. Coated items shall be battened to prevent abrasion. C. Use nonmetallic or padded slings and straps in handling. D. Items will be rejected for excessive damage, in the opinion of the Engineer. 3.18 CLEANUP A. Cloths and waste that might constitute a fire hazard shall be placed in closed metal containers or destroyed at the end of each day. B. Upon completion of the Work, staging, scaffolding, and containers shall be removed from the site or destroyed in a legal manner. M1 C. Paint spots, oil, or stains upon adjacent surfaces and floors shall be completely removed, and the entire job left clean. 3.19 APPLICATION SCHEDULE A. Unless otherwise indicated in the Specifications or on the Drawings, Work shall be painted or coated in accordance with the following application schedule. II B. In the event of discrepancies or omissions in the following, request clarification from the Engineer before starting the work in question. I IFY992157 Fayetteville Container Maintenance Building C. Surfaces which have been factory prepared and primed need only have finish coats field applied, unless primer coating is damaged. Coatings manufacturer shall provide appropriate solvent coatings as required for adhesion of finish coats. D. Exposed Metal - Atmospheric: Exposed metal surfaces located outside of structures and exposed to weather, except where specified otherwise herein, including, but not limited to, the following: 1. Ferrous metal and related components. END OF SECTION J IH U I a: II I FY992157 Fayetteville Container Maintenance Building 09900 - 10 1 PAINTING SCHEDULE AREA PRODUCT SERIES MANUFACTURER NO. OF COATS AND COLOR Exposed Interior Kern Kromik Universal Metal Sherwin Williams Surfaces of Metal Primer B50NZ6 (Brown) building Members (Touch up only on shop primed (Sec. 13121) surfaces) also • Both Surfaces of Pedestrian Metal Metalastic DTM Semi Gloss Sherwin Williams 1 Door and non- Modified Acrylic Enamel galvanized B552-600 (white) 3.5 - 5.0 mils portions of DFT Door surface color shall overhead doors be selected to match outside building panel trim color Pipe Bollards Kem Kromik Universal Metal Sherwin Williams 1 Primer B50NZ6 (Brown) Prime • Coat I Industrial Enamel (Medium Sherwin Williams 1 oil/Alkyd) B54 Safety Yellow Plywood Walls Wall and Wood Primer B49WZ Sherwin Williams 1 and Liner Panel (White) Pro Mar 200 Interior Latex Flat Sherwin Williams 2 • Wall Paint B30W200 Series (Off White) Wood Doors; Oil Stain A48 (Light Oak) Sherwin Williams Trim around doors & Windows It Baseboard, Polyurethane Varnish A67 Sherwin Williams 2 Ceiling Base Shoe, Series etc. I I. 1 I I PAINT SYSTEM DATA SHEET 1 Attach Technical Data Sheet (if applicable) to this sheet for each paint system submittal. Paint System Number (from Spec.) Paint System Title (from Spec.) Coatings Supplier Representative ISurface Preparation Paint Material Product Name/Number Min. Coats (Generic)(Proprietary) Coverage I___________ ________________ _________ ii I I SECTION 10800 LAVATORY ACCESSORIES i PART1. GENERAL 1.1 SUMMARY A. Provide lavatory or restroom accessories. where indicated on Drawings, as specified, and as needed for a complete and proper installation. 1 1.2 RELATED SECTION I I 1 U I I A. Section 01300 - Submittals. 1.3 DELIVERY, STORAGE, AND HANDLING A. Store lavatory accessories in the containers they are shipped in and store in a secured locked room until accessories are ready for installation. After installation protect accessories for being damaged. PART 2. PRODUCTS A. Provide products manufactured by Bobrick Washroom Equipment Company, or equal approved in advance by the Engineer, in the types and locations shown on Drawings and as specified in this Section. Refer to Product Schedule at the end of this Section. 2.2 OTHER MATERIALS A. Provide other materials, not specifically described but required for a complete and proper installation. Materials shall be approved by Engineer prior to installation. PART 3. EXECUTION 3.1 SURFACE CONDITIONS A. Examine the areas and conditions under which work of this Section will be performed. Correct conditions detrimental to timely and proper completion of the Work. Do not proceed until unsatisfactory conditions are corrected. ' FY992157 Fayetteville Container Maintenance Building 10800- 1 3.2 INSTALLATION A. Coordinate work of this Section with other trades to assure proper and adequate provision in the work of those trades for interface with the work of this Section. B. Install each item in its proper location, firmly anchored into position, level and plumb, and in accordance with the manufacturer's recommendations. PROD!JCT RCARDirT.F Bobrick Model No. Produce Description Quantity B-262 Surface Mounted Paper Towel Dispenser 1 B-2250 Swing -Top Waste Receptacle I B-290-2448 Stainless Steel Framed Mirror over Sink/Vanity 16" x 24" B-6867 Surface Mounted Toilet Paper Holder for Two Rolls 1 B-676 Towel Shelf with Towel Bar 1 B-972 Surface Mounted Soap Dish B-6106 x 36" Horizontal Grab Bar Exposed Mounting 2 END OF SECTION FY992157 Fayetteville Container Maintenance Building 10800 - 2 SECTION 13121 PRE-ENGINEERED BUILDINGS PART1 GENERAL 1.1 SECTION INCLUDES A. Structural steel frame. B. Complete roof covering system consisting of the exterior roof panels, panel attachments, sealants, mastics, trim and flashings as required. C. Complete wall covering system consisting of the exterior wall panels, panel attachments, sealants, mastics, trim and flashings as required for a weathertight assembly. D. Field seaming machine. E. Wall accessories, including: 1. Service doors. (Pedestrian Door) 2. Windows. 3. Louvers. F. Roof Accessories, Including: 1. Gutters and downspouts 2. Vent through the roof for restroom and exhaust fan. 1.2 RELATED SECTIONS A. Section 03300 - Cast -in -Place Concrete: Foundations and anchor bolts. B. Section 09900 - Paints and Coatings: Finish painting of structural members, doors, roof curbs, etc. 1.3 REFERENCES A. AAMA 101 - Voluntary Specification for Aluminum and Poly (Vinyl Chloride) (PVC) Prime Windows and Glass Doors; American Architectural Manufacturers Association. B. ASTM A 36/ASTM A36M - Standard Specification for Carbon Structural Steel. FY992157 Fayetteville Container Maintenance Building 13121-1 II II C. ASTM A 307 - Standard Specification for Carbon Steel Bolts and Studs, 60 000 PSI Tensile Strength. D. ASTM A 325 - Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength. E. ASTM A 529/A 529M - Standard Specification for High -Strength Carbon -Manganese Steel of Structural Quality. F. ASTM A 570/A 570M - Standard Specification for Steel, Sheet and Strip, Carbon, Hot - Rolled, Structural Quality. G. ASTM A 572/A 572M - Standard Specification for High -Strength Low -Alloy Columbium - Vanadium Steel. H. ASTM A 653/A 653M - Standard Specification for Steel Sheets, Zinc -Coated (Galvanized) or Zinc -Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process. I. ASTM A 792/A 792M - Standard Specification for Steel Sheet, 55% Aluminum -Zinc Alloy -Coated by the Hot -Dip Process. J. ASTM D 635 - Standard Test Method for Rate of Burning and/or Extent and Time of Burning of Self -Supporting Plastics in a Horizontal Position. K. ASTM D 1929 - Standard Test Method for Ignition Properties of Plastics. L. ASTM D 2843 - Standard Test Method for Smoke from the Burning or Decomposition of Plastics. M. ASTM E 84 - Standard Test Method for Surface Burning Characteristics of Building Materials. N. ASTM E 774 - Standard Specification for Sealed Insulating Glass Units. O. SDI 100 - Recommended Specifications for Standard Steel Doors and Frames; Steel Door Institute. P. UL 580 - Tests For Wind Uplift Resistance of Roof Assemblies; Underwriters Laboratories Inc. 1.4 DEFINITIONS A. Building Width: Measured from outside to outside of sidewall girts. rI I FY992157 Fayetteville Container Maintenance Building Section 13121 - 2 I I I I. 1.5 B. Building Length: Measured from outside to outside of endwall girts. C. Building Line: Outside face of horizontal steel girt. D. Building Eave Height: Measured from the intersection of the top of the roof framing and the outside of the wall framing to the bottom of the sidewall column base plate. E. Bay Spacing: Measured from centerline to centerline of primary frames for interior bays and from centerline of the first interior frame to outside of endwall girts for endbays. Roof Pitch: The ratio of the vertical rise to the horizontal run. DESIGN REQUIREMENTS A. Design structural systems according to professionally recognized methods and standards and legally adopted building codes. B. Design under supervision of professional engineer licensed in Arkansas. C. Manufacturer must be certified by AISC in the Metal Building category. D. Supplier must be a primary manufacturer of frames, secondary steel, roof and wall sheeting and trim. • E. Design Loads: 1. Applicable Building Code: 1997 Standard Building Code. 2. Roof Live Load: 20 psf, non -reducible. 3. Roof Snow Load: 20 psf . 4. Roof Wind Load: Calculate in accordance with applicable code, using 70 mph Basic Wind Speed, Exposure Category C, and Importance Factor of 1.0. 5. Collateral Loads: 0 psf. 6. Seismic Loads: Calculate and apply seismic loads in accordance with the requirements of applicable building code based on the following project specific values as applicable: a. Seismic Zone: 1 b. Importance Factor: 1 �. c. Soil Profile Coefficient (S): 1.0 d. Effective Peak Velocity Related Acceleration Coefficient (Av): 0.10 e. Effective Peak Acceleration Coefficient (Aa) 0.10 • f. Include 0% of the roof snow load in seismic load calculations 7. Floor Load: (Concrete Slab on Grade) a. Floor Live Load: -- b. Floor Dead Load: 100psf c. Floor Collateral Load: 0 IFY992157 Fayetteville Container Maintenance Building Section 13121-3 11 d. Floor Partition Load: 10 psf 8. Dead loads, including the weight of all indicated permanent construction. F. Serviceability Criteria: Defection limits for major components will be based on AISC or MBMA standards unless noted otherwise. (Appropriate deflection criteria for non-metal wall components are dependent on the required adjacent details. Serviceability requirements in these areas must be specified separately by responsible design professional.) G. Design wall and roof panel system to withstand specified loads with deflection of 1/50 of span, maximum. H. Anchor Bolts: Furnish design criteria for anchor bolts furnished by others, to resist the loads induced by the design loads on the structure. 1.6 SUBMITTALS A. I: D. E. F. G. Design Data: Provide detailed design criteria and calculations. Certification: Manufacturer certification that the building conforms to the contract documents and manufacturer's standard design procedures which have been established upon pertinent procedures and recommendations of the following organizations. 1. American Institute of Steel Construction (AISC) 9's Ed. 2. American Iron and Steel Institute (AISI) 1986 Ed. 3. AmericanWelding Society(AWS) D1.1. 4. American Society of Testing and Materials (ASTM). 5. Metal Building Manufacturer's Association (MBMA) 6. AISC Category MB Manufacturer Certification. Shop Drawings: Show building layout, primary and secondary framing member sizes and locations, cross -sections, and product and connection details. Product Data: Information on manufactured products to be incorporated into the project. Color Charts: For selection of colors. Anchor Bolt Installation Drawings: Layouts with bolt diameters. Specimen Warranty. 1.7 WARRANTY A. Provide manufacturer's standard warranty for: Materials and workmanship: 1 year. FY992157 Fayetteville. Container Maintenance Building Section 13121-4 I I II Ii 1. Panel finish: 10 years. 2. Panel finish: 20 years. 3. Weathertightness: 20 years. ' PART 2 PRODUCTS Li ,1 i i- I I I 2.1 METAL MATERIALS A. Select materials and material yield strengths based on building design requirements; use the following unless required otherwise. B. Structural Steel Plate, Bar, Sheet, and Strip for Use in Bolted and Welded Constructions: ASTM A 572/A 572M/A570, A 529/A 529M or A 36, with minimum yield strength of 50,000 psi (345 MPa). C. Structural Steel Material for Use in Roll Formed or Press Broken Secondary Structural Members: ASTM A 570/A 570M,or A607 with minimum yield strength of 55,000 psi (380 MPa). D. Galvanized Steel Sheet for Roll Formed or Press Broken Roof and Wall Coverings, Trim and Flashing: ASTM A 653/A 653M, with minimum yield strength of 50,000 psi (345 MPa). E. Galvalume Steel Sheet Used in Roll Formed or Press Broken Roof Covering: Aluminum - zinc alloy -coated steel sheet, ASTM A 792/A 792M, with minimum yield strength of 50,000 psi (345 MPa); nominal coating weight of 0.5 oz per sq. ft (152 kg/sq m) both sides, equivalent to an approximate coating thickness of 0.0018 inch (0.05 mm) both sides. F. Hot Rolled Steel Shapes: W, M and S shapes, angles, rods, channels and other shapes; ASTM A 572/A 572M or ASTM A 36/A 36M as applicable; with minimum yield strengths required for the design. IG. Structural Bolts and Nuts Used with Primary Framing: High strength, ASTM A 325. 1 H. Bolts and Nuts Used with Secondary Framing Members: ASTM A 307. I. Shop Coat: Manufacturer's standard rust inhibitive primer paint; manufacturer's standard color. J. KXL Pre -Painted Finish: 1 mil (0.025 mm) Kynar 500 coating on exterior surface. 1. Color: As selected from manufacturer's full line. 2. Color: Egyptian White. 3. Interior Finish: Off white 0.5 mil (0.01 mm) washcoat as required by manufacturer. IFY992157 Fayetteville Container Maintenance Building Section 13121-5 I 2.2 FRAMING COMPONENTS A. Primary Framing: Rigid Frame (RF Series) solid web framing consisting of tapered or uniform depth rafters rigidly connected to tapered or uniform depth columns. Provide a clear span that supports the loads at bay spacings indicated. B. Primary Framing: Continuous Beam (CB Series) solid web framing utilizing tapered or uniform depth beams or girders supported on tapered or uniform depth columns. Locate interior columns where indicated and design to support loads at bay spacings indicated. C. Primary Framing: Truss Beam (TB Series) open web framing utilizing roof trusses supported on uniform depth columns. Provide a clear span that supports the loads at bay spacings indicated. D. Primary Framing: Continuous Truss (CT Series) open web framing utilizing continuous trusses supported by exterior and interior uniform depth columns that supports the loads at bay spacings indicated. E. Primary Framing: Unibeam (UB and UBL Series) solid web framing consisting of a tapered beams supported by uniform depth columns. Provide a clear span that supports the loads at bay spacings indicated. F. Endwall Framing: Corner posts, endposts and rake beams. G. Endwall Framing: Half -loaded full frames. H. Endwall Framing: Full frames with endposts, for future expansion: I. Purlins: Zee -shaped; depth as required; with minimum yield strength of 55,000 psi (345 MPa); simple span or continuous span as required for design. Girts: Zee- or Cee-shaped; depth as required, with minimum yield strength of 55,000 psi (345 MPa); simple span or continuous span as required for design. K. Transbay Members: Open web, parallel chord, secondary joists; simple span, utilizing materials, sizes and yield strength as required. L. Wind Bracing: Portal, torsional, diagonal bracing or diaphragm in accordance with manufacturer's standard design practices; utilizing rods, angles, and other members, with minimum yield strengths as required for design. M. Primary Frame Flange Bracing: Attached from purlins or girts to the primary framing, minimum yield strength as required for design. . FY992157 Fayetteville Container Maintenance Building Section 13121 -6 I N. Base Angles: 2 inch x 3 inch x 0.059 inch (50 mm x 75 mm x 1.5 mm) steel angles, with minimum yield strength of 55,000 psi (38 MPa), anchored to the floor slab or grade beam with power driven fasteners or equivalent at a maximum spacing of 2 feet (1220 mm) on center and not more than 6 inches (150 mm) from the end of any angle member. O. Door Headers and Jambs: Zee- or Cee-shaped; depth as required; with minimum yield strength of 55,000 psi (380 MPa). P. Sag Angles and Bridging: Steel angles, with minimum yield strength of 36,000 psi (250 MPa). II Q. Fabrication: Fabricate according to manufacturer's standard practice. 1. Fabricate structural members made of welded plate sections by jointing the flanges 1 and webs by continuous automatic submerged arc welding process. 2. All welding operators and processes shall be qualified in accordance with the American Welding Society "Structural Welding Code", AWS D1.1. 3. Field connections. Prepare members for bolted field connections by making punched, drilled, or reamed holes in the shop. R. Component Identification: Mark all fabricated parts, either individually or by lot or group, using an identification marking corresponding to the marking shown on the shop drawings, using a method that remains visible after shop painting. S. Shop Coating: Finish all structural steel members using one coat of manufacturer's standard shop coat, after cleaning of oil, dirt, loose scale and foreign matter. T. Package building components for shipping by common carrier. 2.3 ROOF AND WALL PANEL COMPONENTS A. Roof Panels: Panel Rib; 36 inch (915 mm) wide net coverage, with 1-3/16 inch (30 mm) high major ribs at 12 inches (305 mm) on center with minor ribs spaced between the major ribs. i. Material: Galvalume steel. 2. Material: Galvanized steel, with G90/Z275 coating. 3. Thickness: 26 gage (0.45 mm). 4. Side laps: At least one full major rib, with a supporting member bearing edge on the lower panel and an anti -capillary groove on the upper panel. 5. Length: Continuous from eave to ridge up to 41 feet (12.5 m) in length. 6. Endlaps, Where Required: 6 inches (150 mm) wide, located at a support member. 7. Finish: KXL pre -painted finish. 8. The Panel Rib Roof shall be tested and certified to meet Underwriters Laboratory uplift rating: FY992157 Fayetteville Container Maintenance Building Section 13121 - 7 I. 1 a. UL 60 b. UL 90 The design of the Panel Rib Roof for this project shall meet UL60 design B. Wall Panels: Panel Rib; 36 inch (915 mm) wide net coverage, with 1-3/16 inch (30 mm) high major ribs at 12 inches (305 mm) on center with minor ribs spaced between themajor ribs. 1. Material: Galvalume steel, unpainted. 2. Thickness: 26 gage (0.45 mm). 3. Side laps: Two fully overlapping major ribs secured together with 1/4 inch (6 mm) diameter color -matched carbon steel fasteners. 4. Length: Continuous from sill to eave up to 41 feet (12.5 m) in length. 5. Endlaps, Where Required: 4 inches (100 mm) wide, located at a support member. 6. Crimp panels at the base and notch to match roof panel configuration at the eave. 7. Cut panels square at each end. 8. Cut panels square at each end; provide base trim at sill. 9. Finish: KXL pre -painted finish. C. Soffit Panels: Match Panel Rib wall panels. D. Panel Fasteners: 1. For Galvalume and KXL finished roof panels: Stainless steel -capped carbon steel fasteners with integral sealing washer. 2. For wall panels: Coated carbon steel. 3. Color of exposed fastener heads to match the wall panel finish. 4. Concealed Fasteners: Self -drilling type, of size as required. 5.. Provide fasteners in quantities and location as required by the manufacturer. E. Flashing and Trim: Match material and color of adjacent components. Provide trim at rakes, including peak and comer assemblies, high and low eaves, corners, bases, framed openings and as required or specified to provide weathertightness and a finished appearance. F. Plastic Parts: Glass fiber reinforced resin or thermoformed ABS (Acrylonitrile-Butidene- Styrene). 1. ABS: Minimum 1/8 inch (3 mm) thick. 2. Color: Manufacturer's standard color. G. Sealants, Mastics and Closures: Manufacturer's standard type. 1. Provide at roof panel endlaps, sidelaps, rake, eave, transitions and accessories as required to provide a weather resistant roof system; use tape mastic or gunnable sealant at sidelaps and endlaps. 2. Provide at wall panel rakes, eaves, transitions and accessories. JI a I FY992157 Fayetteville Container Maintenance Building Section 13121 -8 I 3. Closures: Formed to match panel profiles; closed cell elastic material, manufacturer's standard color. 4. Tape Mastic: Pre -formed butyl rubber -based, non -hardening, non -corrosive to metal; white or light gray. 5. Gunnable Sealant: Non -skinning synthetic elastomer based material; gray or bronze. H. Blanket Insulation: Glass fiber, with factory laminated facing material 1. Glass fiber: Odorless, neutral colored, long filament, flexible resilient, produced in compliance with the NAIMA 202 specifications. 2. Thermal Resistance: to meet R=10 @ 75 degrees F mean temperature. 3. Flame spread Index: 25 or less, when tested in accordance with UL 723. 4. Smoke Developed Index: 50 or less, when tested in accordance with UL 723. 5. UL Classified. • 6. Facing: White polypropylene scrim kraft; 0.0015 inch (0.04 mm) thick polypropylene film, glass fiber scrim reinforcing, 11 lb. kraft paper; permeance 0.02 perms (1.1 ng/Pa s sq m). Composite fiberglass and facing to meet Flame Spread of 25 or less, Smoke Developed of 50 or less, when tested in accordance with UL 723. 7. Provide facing 3 inches (75 mm) wider on both edges than blanket. 8. Width: As required for installation. 9. Use blanket insulation at roof and walls. I. Thermal Blocks: High density, 3/4 inch (19 mm) thick extruded polystyrene, for installation over the purlin. 2.4 WALL ACCESSORIES A. Windows: Extruded aluminum frames with extruded aluminum sash of 6063-T5 alloy, complying with AAMA 101 performance and testing requirements for Grade 1. I. Screens: 18 by 16 fiberglass mesh. 2. Finish on all exposed areas of aluminum windows and fins: Baked enamel complying with AAMA 603.8. 3. Color: Manufacturer's standard bronze. 4. Type: Horizontally sliding. 5. Glass: Double glazing. 6. Provide fully tempered glass. B. Service Doors: 1. Doors for Cylindrical Locks: SDI 100, Type 1, Style 2 (1-3/4 inches (44 mm) thick minimum 20 gage (0.91 mm) steel face sheets). 2. Type: Half glass at ticket office, flush at east elevation. 3. Frames: SDI 100, modified drywall type, 4-3/4 inches (120 mm) jamb depth minimum 16 gage (1.52 mm) steel; self -framing and self -flashing. 4. Hardware Reinforcements: Comply with SDI 100; locate so that door and frame are FY992157 Fayetteville Container Maintenance Building Section 13121 -9 I non -handed. I 5. Finish: Two coat baked on paint on all exposed surfaces, apply after cleaning and chemical treatment for corrosion resistance and paint adhesion; manufacturer's standard bronze color. - 6. Weatherstripping: At jambs, head and sill, complying with water and air resistance requirements of SDI 115 and SDI 116. 7. Hardware: a. One key in -knob cylindrical lockset per opening. I b. Three full mortise hinges per leaf, one with non -removable pin. 8. Size: As indicated on drawings. 9. Single Door Size: 3 by 7 feet (915 by 2135 mm) j C. Louvers: 18 gage (1.22 mm) galvanized steel, self -framing; self -flashing with integral head gutter, with paint finish. I 1. Type: Operable blade, with weather-stripped blades and 15 feet (4575 mm) of pull chain with dogging clip. 2. Screen: Exterior mounted, removable insect screen. 3. Minimum Free Area: 65 percent. 4. Size: 3 by 3 feet (915 by 915 mm). 5. Color: Manufacturer's standard bronze. D. Wall Openings: Cold -formed sheet metal framing concealed with manufacturer's standard bronze trim. 2.5 ROOF ACCESSORIES A. Eave Gutters: Roll -formed 26 gage (0.45 mm) steel sheet, with gutter straps, fasteners and joint sealant; manufacturer's standard bronze color. 1. Downspouts: 4 x 5 inches ( 100 by 125 mm) in 10 foot (3050 mm) lengths, with downspout elbows and downspout straps; same color as wall panels. 2.6 TRANSLUCENT PANELS' A. As shown on the drawings, the Owner desires a translucent wall panel near the eave height on the south and east elevations of the building. B. The manufacturing of the metal building shall include in the submittal, a recommendation of the height and vertical location of this translucent panel based on the structural design of the building. 1 C. The translucent panels shall be panel rib "wallite" which are white fiberglass reinforced plastic manufactured in the panel rib profile for use in wall applications. FY992157 Fayetteville Container Maintenance Building Section 13121 10 ' - I I D. The translucent panes shall feature: 1. 60% light transmission. 2. Be corrosion, chemical, and weather resistant. 3. Match roof and wall panels. 4. Be listed under ICBO#5048 PART 3 EXECUTION 3.1 EXAMINATION A. Verify that foundations are installed correctly. B. Verify that anchor bolts are installed as indicated on anchor bolt shop drawings. C. Coordinate with Section 06100 Rough Carpentry and with drawings regarding the interior partitions forming the offices and restroom. These partitions are intended to be "stand alone" whereby they do not rest on or impact loads to the metal framing members specified in this Section. 3.2 ERECTION A. Erect pre-engineered building in accordance manufacturer's instructions, erection drawings, and other erection documents. I B. Provide temporary bracing, shoring, blocking, bridging and securing of components as required during the erection process. I END OF SECTION I I FY992157 Fayetteville Container Maintenance Building Section 13121 - 11 BASIC ELEMENTS OF A BUILDING Anchor Bolts • Bolts utilized to secure building components to the foundation. In the case of primary framing, these bolts are embedded in the foundation and secured to the column base plate. Bay Spacing The distance between primary framing members measured parallel to the ridge or eave. Interior bays are measured from center line of frame to center line of frame. Exterior Bays Last frame spacing on either end of the building are measured from the building line (outside face of girt) to the center line of the first interior frame. Clear Height Distance from the finished floor to the bottom of the rafter at the rafter -to -column connection. Clear Span Distance between columns. Column Vertical support member for primary framing system. FY992157 Fayetteville Container Maintenance Building 11 r, I Section 13121 - 12 I I IIContinuous Beam Frame A multiple -span structural frame consisting of straight or tapered solid -web sections whose exterior rafter -to -column moment connection stabilizes the frame. The frame spans across the width of the building utilizing interior columns and supporting secondary framing along with ' roof and wall coverings. This frame is designed in accordance with AISC Type I construction. Corner Post Corner column of post -and -beam frame. Eave Height The vertical dimension from finished floor to eave. 1. Eave Purlin A roof secondary framing member located at the eave used for attachment of roof and wall panels. End post Spacing Distance between center lines of end posts. Endwall An exterior wall which is perpendicular to the ridge and parallel to the gable of the building. Haunch The area of increased depth of the column or rafter member which is designed to account for the higher bending moments that occur at such places. Typically this occurs at the rafter -to -column connection. Post -and -Beam End -frame A structural framing system utilized at the endwall which is composed of corner post, end post and rake beams. Rafter A fabricated member, with parallel flanges, that extends from the haunch member to the frame ridge. Any beam, in general, used in a primary frame. Ridge Apex of building. •1 Rigid Frame A clear -span structural frame consisting of straight or tapered sections whose rafter -to -column connection stabilizes the frame with respect to imposed loads. This frame is designed in accordance with AISC Type I construction. Rod Bracing Rods are utilized in conjunction with purlins and girts to form a truss -type bracing system located in both roof and wall planes. Roof Purlin A roof secondary member which is secured to frame rafters and supports the roof covering. FY992157 Fayetteville Container Maintenance Building Section 13121 - 13 I Roof System The exterior roof surface consisting of panels, closures and attachments. Sidewall An exterior wall which is parallel to the ridge and sidewall of the building. Wall Girt A horizontal wall secondary member which is secured to columns and supports the wall covering. Wall System The exterior wall surface consisting of panels, closures and attachments. FY.992157 Fayetteville Container Maintenance Building I Section 13121 - 14 I L I I I I DIVISION 15 The Engineer of Record for Division 15 of the Specifications for the Container Maintenance Building, City of Fayetteville, Arkansas is: REGISTERED PROFESSIONAL ENGINEER Q No.4078" t? ICCN'AEL G GREEN ANDERSON ENGINEERS 2233 North Green Acres Road Fayetteville, Arkansas (501) 442-4682 I I U I I I I CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING GENERAL MECHANICAL REQUIREMENTS SECTION 15010 PART 1 - GENERAL 1.01 RELATED DOCUMENTS: A. Comply with the Conditions of the Contract, General and Supplementary Conditions, and any other applicable requirements contained herein or issued under separate cover. B. Perform other work related to or necessary for the mechanical installation in accordance with the applicable Specification Division or Section contained herein. C. In Mechanical Specification Sections, items under "RELATED WORK" are listed for convenience only and are not guaranteed to be a complete listing of all applicable work. 1.02 CODES, REGULATIONS AND STANDARDS: A. Comply with the latest edition of applicable codes including the following: 1. Standard Building Code 1 2. Arkansas State Plumbing Code 3. Life Safety Code (NFPA 101) 4. National Electrical Code (NFPA 70) 5. Arkansas State Fire Prevention Code B. Comply with applicable Regulations as amended, including the following: 1. Arkansas State Department of Health Regulations 2. 1994 Arkansas Rules and Regulations for Energy Efficiency Standards for 1 New Building Construction 3. Arkansas Department of Labor Regulations 4. Occupational Safety and Health Act (OSHA) 5. Utility Company Regulations and Requirements 6. Other State and Federal Laws and Regulations 7. Local Ordinances C. Furnish products and perform installation conforming to the latest accepted Standards published by the following organizations: 1. Underwriter's Laboratories, Inc. (UL) General Mechanical Requirements 15010-1 I I CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING 1 2. National Fire Protection Association (NFPA) 3. National Electrical Manufacturer's Association (NEMA) 4. American Society of Testing Materials (ASTM) 5. American National Standards Institute (ANSI) 6. Air Movement and Control Association (AMCA) 7. American Society of Heating, Refrigerating and Air Conditioning Engineers (ASHRAE) 8. American Society of Mechanical Engineers (ASME) 9. American Water Works Association (AWWA) 10. American Refrigeration Institute (ARI) 11. Cast Iron Soil Pipe Institute (CISPI) 12. Midwest Insulation Contractors Association (MICA) 13. Sheet Metal and Air Conditioning Contractor's National Association (SMACNA) 14. Insurance Service Office (ISO) 15. Factory Insurance Association (FIA) 16. Factory Mutual (FM) 17. American Society of Sanitary Engineers (ASSE) 18. Plumbing and Drainage Institution (PDI) 19. National Sanitation Foundation (NSF) D. In case. of discrepancy or conflict between Codes, Regulations, Standards, Drawings and/or Specifications, the requirement yielding the higher(est) quality of work shall govern. 1.03 ADMINISTRATIVE FEES: A. Obtain and maintain all necessary licenses, permits and inspections and pay all fees including taxes and penalties, if any, required by the Administrative Authority. Refundable deposits will be paid by the Owner. 1.04 PRE -CONSTRUCTION SUBMITTALS: A. Submit for approval, Manufacturer's technical data sheets including performance specifications for all equipment and air devices shown on the schedules. Also provide data on all systemaccessories and all materials. Include all •piping, ductwork and insulation materials. Accessories to be submitted on shall include . valves and all piping accessories, and all duct accessories including extractors, turning vanes, control dampers and balancing dampers. B. Submit for approval, Contractor's original Shop Drawings of all assemblies of manufactured items including control diagrams. Submit all items called out in individual sections, in addition to those called for in this section. General Mechanical Requirements 15010-2 I CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING C. Indicate all pertinent dimensions on scale drawings necessary for clarity and or coordination of the installation between trades. D. Provide complete electrical data and wiring diagrams. E. Make Submittals on all work contained in Division 15, Mechanical at one time except by special permission. F. Bind Submittals in durable cover(s) with contents conveniently organized and property indexed with index tabs. ' G. Obtain approval on product manufacturers not specifically named prior to making submittals. H. Each Mechanical Section contains a listing of required Submittals only for convenience. Submit for approval a schedule of nameplates and manufacturer's data sheets and Shop Drawings on special supports and seals. J. Provide performance data on all substituted items to demonstrate equality to those scheduled. Include all sound level, rpm, velocity and other data as it is applicable. K. Submit proposed changes in ducts, pipes or equipment lay out before ordering or fabrication as stated below under "Intent". 1.05 INTENT: A. It is intended that the Contractor provide a complete and operating mechanical system including all incidental items, and connections necessary for proper operation or customarily included even though each and every item -may not be indicated. B. The Drawings indicate the general layout requirements for equipment, fixtures, L piping, ductwork, etc. Final layout will be governed by actual field conditions with all measurements verified at the site. Contractor shall verify that all equipment, ducts, pipes and all other components will fit in the space provided before ' fabrication or ordering. Contractor shall submit any proposed changes to the Engineer for approval before ordering or fabrication. C. It is intended that the mechanical installation be safe, reliable energy, efficient, and easily maintained with adequate provisions allowed for access to equipment. General Mechanical Requirements 15010.3 I I. CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING ii D. It is intended that the mechanical system operate quietly with noise levels below the criteria recommended for the application by ASHRAE. Provide corrective action as required to reduce objectionable noise or vibration. PART 2- PRODUCTS 2.01 PRODUCT REQUIREMENTS: A. Furnish only new standard products of a manufacturer regularly engaged in the production of said products. B. Support all products by service organizations with adequate spare parts inventory and personnel located reasonably close to the site. C. Where multiple units of the same type or class of products are required, provide all units of the same manufacturer. 2.02 PRODUCT HANDLING: A. Store products in the original containers and shelter in a suitable environment at an approved location. Make readily accessible for inspections and inventory accounting. 2.03 PRODUCT SUBSTITUTIONS: A. For products specified by generic reference standard, select any product meeting such standard. B. For products specified by naming one or more products or manufacturers, select any named. Submit request, in writing, for substitution of any product or manufacturer not specifically named and obtain approval at least five working days prior to bid date. C. Provide all information required to support claim of "equality" of product proposed for substitution. Substitutions will be considered only if equivalent in quality, efficiency, performance, size, weight, reliability, appearance, and ease of maintenance to the specified product or manufacturer. D. Where approved product substitutions alter the design, space requirements, electrical requirements, connections, or etc., include all work necessary to provide a complete installation of quality equal to or better than that which would have been achieved with products or manufacturers as specified. General Mechanical Requirements 15010-4 L I I I H I I I U I CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING 2.04 MECHANICAL IDENTIFICATION: A. Identify each major component as to .manufacturer's name, address, model number, serial number, and pertinent ratings on a durable plate attached to the component in a conspicuous place. B. Identify each major component as it is named on the Drawings or referred to herein with engraved nameplates made from laminated plastic sheets. 1. Furnish with white letters on black background except for other color coded requirements. 2. Provide appropriate size nameplates with information easily readable. 3. Submit for approval, a schedule of nameplates to be affixed to each major component. 4. Attach nameplates with approved adhesive on factory baked enameled surfaces only. Attach nameplates with proper screws on field painted and all other surfaces. C. Identify outdoor underground lines with continuous strip of plastic utility marker tape as manufactured by Seton stating at regular intervals "CAUTION (state utility) PIPE BELOW." Install one foot directly above pipe before backfilling to grade. 2.05 ANCHORS: A. Size anchors for minimum safety factor of two times recommended load. Use only corrosion resistant materials. B. In new concrete, use malleable iron inserts set prior to pouring concrete. C. In existing concrete or solid masonry, use Phillips "Redhead" expansion shields or Elcen self drilling expansion shields. Use power driven fasteners only for light loads and with specific approval. D. In hollow masonry, use steel toggle bolts. E. On structural steel, use approved beam clamps or direct weld. F. In wood, use wood screws or lag screws or through bolt with nuts and washers. G. In sheet metal, use self tapping sheet metal screws or machine bolts with washers and nuts. General Mechanical Requirements 15010-5 CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING I H. In bar joists, use hanger rod between bottom angles secured with washers and nuts. 2.06 HANGERS AND SUPPORTS: A. Generally, support piping in accordance with ANSI 831.1 and support ducts in accordance with SMACNA duct construction standards. B. Support horizontal steel and copper pipe as follows: 1. For pipe sizes 2" and smaller, use adjustable wrought steel ring or clevis hanger spaced at 5 feet on center with 3/8" steel hanger rod. 2. For pipe sizes 2-1/2" through 4", use adjustable wrought steel clevis spaced at 10 feeton center with 5/8" steel hanger rod. 3. - Support high temperature pipe with pipe roller hangers to allow for expansion. C. Support cast iron soil pipe 4" and smaller with adjustable wrought steel ring or • clevis hanger spaced at 5 feet on center with 5/8" steel hanger rod. D. Support PVC pipe with approved hangers at 4 feet on center. E. Provide trapeze hangers consisting of steel angles or channels with spacers and steel hanger rods for multiple piping or duct runs. F.. Provide copper plated hangers if in contact with copper piping. G. Provide 18 gauge galvanized saddles for insulated pipe and size hanger to accommodate pipe and insulation. H. Use steel riser clamps for vertical piping support through floors. Provide steel bracket and wrought steel clamp for support from walls. Support ducts with steel bands, steel angles, or steel channels near each transverse joint. 2.07 SLEEVES: A. For pipes or round ducts through dry floors above grade or interior walls, form sleeves with 18 gauge galvanized sheet metal. Sleeves are not required in non fire rated dry wall construction nor slab on grade. B. For pipes through outside walls, firewalls, concrete beams, footings or potentially General Mechanical Requirements 15010-6 CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING wet floors, provide schedule 40 galvanized steel pipe sleeves. Provide integral waterstop in outside wall sleeves. For rectangular ducts through walls or floors, form sleeves with steel angles or channels or galvanized sheet metal. Extend sleeves through floors one inch above floor and seal watertight. For core drilled penetrations in existing floors, provide one inch angle rings set in sealant in lieu of sleeves. Make wall sleeves flush with wall. Size sleeves to allow for movement due to expansion and to provide for pipe insulation run continuous through sleeves. Where pipes or ducts pass through sleeves, completely fill space with insulation or approved fire barrier materials. Provide tight fitting escutcheon plates on both sides of wall sleeves as follows: Galvanized sheet metal caps for ducts. Galvanized or cad plated plates for pipes unfinished areas. Chrome plated brass for pipes in finished areas. FLASHING AND SEALS: Where piping penetrates roof membrane, provide 30 inch square sheet of 5 lb/sq. ft. lead or 18 gauge copper. Extend flashing into top of open vent pipes one inch or provide flashing assembly or pitch pan as recommended by roofing manufacturer. Flash floor drains, except in slab on grade, with copper sheet flashing. Extend flashing under tile or floor finish to 6 inches up wall in showers or 2 feet from floor drain. Clamp flashing to auxiliary drain collar on floor drain. Provide curbs for all roof mounted equipment. Make curbs minimum of 4 inches above flood level of roof. Flash and counter flash with galvanized sheet metal, soldered and properly waterproofed. Where piping penetrates outside walls, make watertight with oakum and sealant or provide modular rubber seal designed for the purpose. General Mechanical Requirements 15010-7 I CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING PART 3- EXECUTION 3.01 MANUFACTURER'S DIRECTIONS: A. Handle, install, connect, test, and operate all products, assemblies, and systems in accordance with manufacturer's recommendations. B. In case of conflicting requirements between the manufacturer's directions and the Contract Documents, obtain instructions before proceeding with the work. 3.02 INSPECTIONS: A. Arrange with the Administrative Authority for inspections of all work required and obtain approval prior to concealing or proceeding with the work. B. Give adequate notice before concealing any work for inspections by the Architect or Owner's representatives. Obtain .instructions to proceed before concealing the work.. 3.03 CLEANING: A. Keep the premises clean and free from debris, dirt, etc. B. Upon completion of the work, clean and polish all fixtures, equipment, etc. C.. All ductwork shall be sealed during construction to prevent construction dust from entering ductwork. 3.04 WORKMANSHIP: A. Perform all work in accordance with the best practices of the trade and provide a "neat" installation by mechanics skilled in their respective trades and properly licensed. B. Accurately install piping, ductwork, and other equipment, plumb, level, and true to line with • runs parallel or perpendicular to building lines. Make bends or offsets uniform. C. Carefully perform all cutting, drilling, digging, etc., and patch or refinish the disturbed area to the condition of adjoining or similar surfaces in an approved manner. Do not cut any structural member without specific approval. Do not cut any electrical or mechanical lines that may be concealed. 4 I I General Mechanical Requirements 15010-8 I II I I I I I I LI CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING D. Conceal piping, ductwork, etc. in chases, furrings, or above ceilings unless indicated otherwise. Flush mount equipment required in finished walls where possible. E Coordinate with other trades work and install all work so that all systems and components can be easily maintained and can be removed for replacement in the future. E. Provide access to all equipment. Do not locate components that must be serviced, maintained, or replaced above hard ceilings. Where these components absolutely must be above hard ceilings or in side walls, provide access doors equal to Acudor 5050. Provide fire rated access doors equal to Acudor FW5050 in fire rated ceilings or walls. 3.05 COORDINATION: A. Coordinate the mechanical work with the work of related trades to avoid interference's. Determine the exact route of piping and ductwork prior to fabrication and the exact location of each outlet and equipment connection prior to installation. B. Study the Architectural, Structural, Mechanical and Electrical Drawings, and Specifications including Shop Drawings and manufacturer's technical data sheets, and compare to actual site conditions and constraints. In case of conflicts or interference, obtain clarification or instructions before performing any work. C. Piping or equipment requiring slope or specific mounting elevations will generally have right of way over products whose elevations can be changed. D. Carefully plan the sequence of work as required to minimize disruptions and installation time. 3.07 EQUIPMENT CONNECTIONS: A. Make all required utility connections to each item of equipment shown or specified including equipment furnished by Owner, and make operational. B. Connect overflows, relief discharges, blowdowns, drain valves, etc. with approved piping and extend to floor drains or other approved discharge points. C. Make all electrical connections to equipment including power supply and control General Mechanical Requirements 15010-9 I CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING wiring in accordance with Division 16, Electrical. 3.08 PROTECTION REQUIREMENTS: A. Locate existing utility lines and adequately identify and protect during the execution - of the work. B. Protect public and private property against damage. C. Protect all work including building finishes against damage due to dirt, water, chemicals, frost, heat, handling, theft, etc. Keep openings in piping and ductwork and equipment closed with suitable plugs or caps during installation. D. Provide necessary warning devices, barricades, or coverings required for safety around moving parts, sharp objects or high temperature surfaces. 3.10 TRENCHING AND BACKFILLING: A. Excavate bottoms of trenches to required depth and grade for proper slope with uniform and solid bearing for piping. Do not lay pipe on mud, rocks, or unstable soil. Remove unsuitable bearing material and backfill to proper depth with sand or other approved material. If limestone products are used, protect all copper piping from contact with the limestone using sealed insulation or approved sleeving material. B. After piping has been satisfactorily leak tested and approved, backfill trench to a depth of one foot above top of pipe with sand or fine pea gravel. Install continuous strip of plastic "CAUTION" tape over pipe and sand. Use suitable material for remaining backfill to finished grade, tamped to 95% compaction. C. Before beginning any trenching, locate and determine elevation of all affected piping. Verify that drain lines to be connected to are deep enough to allow sufficient slope before starting trenching. 3.11 PIPING INSTALLATION: A. Erect piping without forcing or springing and allow for proper clearance and headroom. B. Provide for expansion and contraction with piped loops, changes in direction, or approved expansion couplings. C. Install all piping in a manner to prevent freezing. If necessary to install water a General Mechanical Requirements 15010-10 1 U I CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING 1 piping in unheated spaces or outdoors above the frost line, provide electric heat tracing around pipe prior to insulating. I I 3.12 PAINTING: A. Paint ductwork, piping, equipment, etc. exposed in finished areas to match adjacent surfaces as directed. Paint items flat black or as directed if visible through grilles or other openings. IB. Paint all exposed piping and equipment in mechanical spaces for uniform appearance or identification as directed. ' C. Paint ferrous piping, equipment, hangers, etc. exposed outdoors or subject to rusting, with one coat primer and two coats of approved exterior enamel based paint. D. Paint plywood backboards used for mounting equipment. 3.13 LABELING IA. For any fresh air vents located on the roofs, the vents shall be properly marked with the word "intake" permanently attached to the vent. 3.14 TESTING, ADJUSTING, AND BALANCING: A. After systems are completed and fully operational, perform Testing, Adjusting, and ' Balancing (TAB) in accordance with procedures recommended in ASHRAE Systems volume; AABC Standards, and NEBB Standards on the following systems: 1. Exhaust Air System ' B. Furnish all test equipment, tools and instrumentation required for TAB. Submit proof of calibration when required. C. Before beginning TAB, submit forms to be used to the Engineer for approval or use the attached forms. D. Adjust fan speeds, dampers, valves, and other controls to achieve design ratings. Balance each air device or valve to within plus or minus 10 percent of indicated ' flow rates. Perform TAB for each possible mode of operation. E. Notify Engineer 24 hours prior to taking final readings and arrange for Engineer to General Mechanical Requirements 15010-11 I I CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING be present for final readings. F. Obtain and record all measurements required for final TAB report. Include at least the following data: 1. Running amperes and voltage at each motor 3/4 horsepower or larger. Indicate rpm and direction of rotation. 2. Air flow rates (cfm) at each supply air outlet, return and outside air intake. 3. Dry bulb air temperatures in each conditioned space and at entrance and exit of all coils with corresponding outside air temperature. Record refrigerant pressures at the same time. 4. Static pressures in each control zone relative to outdoors and across each fan, air filter, major component, andmajor duct run. G. TAB shall be performed by a qualified TAB specialist approved by the Engineer 3.15 POST CONSTRUCTION SUBMITTALS: F A. Deliver special tools, lubricants, and other products necessary for proper operation , and maintenance of the mechanical systems. B. Deliver spare parts as called for under other Mechanical Sections contained herein , or on the Drawings. C. Submit Project Record Documents indicating all changes from the Contract 1 Documents made during construction. D. Submit Certificates of Final Inspections from the Administrative Authority. E. Submit Operation and Maintenance Manuals covering all phases of equipment , and systems provided. Include complete spare parts data with current prices and sources of supply. Include copy of manufacturing data sheets and shop drawings required in pre -construction submittals. F. Submit extended warranties in excess of the standard one year warranty where required by other Mechanical Sections contained herein or on the Drawings. F. Submit TAB report on approved record forms. General Mechanical Requirements 15010-12 1 11 1 L' CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING 3.16 INSTRUCTIONS TO OWNER: A. Provide competent instruction to Owner's personnel covering operation and maintenance of all mechanical systems. Provide specialized instruction by manufacturer's technical representatives when required. END OF SECTION General Mechanical Requirements 15010-13 CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING VIBRATION ISOLATION SECTION 15240 PART 1 - GENERAL 1.01 WORK INCLUDED: A. Vibration isolators 1.02 RELATED WORK: A. Section 15860 Fans 1.03 REFERENCE STANDARDS: A. Provide and install mechanical equipment so that Average Noise Criteria Curves, as outlined in ASHRAE Guide, are not exceeded. 1.04 SHOP DRAWINGS: A. Submit shop drawings in accordance with Section 15010. B. Vibration isolation shop drawings shall show isolator locations, load on each isolator, inertia slab dimensions, and include installation instructions. 1.05 INSPECTION: A. Provide inspection services by vibration isolation equipment and materials manufacturer's representative for final installation is in accordance with specifications and manufacturer's recommendations. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS: A. Manufacturer and Type: Mason Industries. B. Other Acceptable Manufacturers: Related Equipment Manufacturers. C. Substitutions: Items of same function and performance are acceptable in Vibration Isolation 15240-1 CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING conformance with Section 15010. 2.02 VIBRATION ISOLATORS: A. Double deflection neoprene mounting shall have a minimum static deflection of 0.35". All metal surfaces shall be neoprene covered to avoid corrosion and have friction pads both top and bottom so they need not be bolted to the floor. Bolt holes shall be provided for these areas where bolting is required. On equipment such as small vent sets and close coupled pumps, steel rails shall be used above the mountings to compensate for the overhang. Mountings shall be type ND or rails type DNR as manufactured by Mason Industries, Inc. B. Spring type isolators shall be free standing and laterally stable without any housing and complete with 1/4" neoprene acoustical friction pads between the baseplate and the support. All mountings shall have leveling bolts that must be rigidly bolted to the equipment. Spring diameters shall be no less than 0.8 of the compressed height of the spring at rated load. Springs shall have a minimum additional travel to solid equal to 50% of the rated deflection. Submittals shall include spring diameters, deflections, compressed spring height and solid spring height. Mountings shall be type SLF as manufactured by Mason Industries, Inc. C. Vibration hangers shall contain a steel spring and 0.3" deflection neoprene element in series. The neoprene element shall be molded with a rod isolation bushing that passes through the hanger box. Spring diameters and hanger box lower hole sizes shall be large enough to permit the hanger rod to swing through a 30° arc before contacting the hole and short circuiting the spring. Springs shall have a minimum additional travel to solid equal to 50% of the rated deflection. Submittals shall include a scale drawing of the hanger showing the 30" capability. Hangers shall be type 30N as manufactured by Mason Industries, Inc. PART 3- EXECUTION 3.01 INSTALLATION: A. Install vibration isolators for mechanical motor driven equipment. B. Provide spring hangers on piping connected to isolated equipment as Vibration Isolation 15240-2 CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING follows: up to 4 inches diameter, first 3 points of support; 5 inches to 8 inches diameter, first 4 points of support; 10 inches diameter and over, first 6 points of support. Static deflection of first point shall be twice deflection of isolated equipment. C. Provide spring hangers for all suspended motor driven equipment. D. Provide spring isolators for all motor driven equipment not located on slab on grade applications. END OF SECTION Vibration Isolation 15240.3 CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING MECHANICAL INSULATION SECTION 15250 PART 1 - GENERAL 1.01 WORK INCLUDED: A. Above ground domestic water piping insulation B. Underground domestic hot water piping insulation C. Exterior duct wrap insulation 1.02 RELATED WORK: A. Section 15010 General Mechanical Requirements B. Section 15412 Domestic Water Piping System C. Section 15890 Low Pressure Ductwork and Accessories 1.03 SUBMITTALS: A. Submit Manufacturer's Data Sheets on each type of insulation to be used. 1.04 QUALITY ASSURANCE: A. Perform installation in accordance with MICA, Commercial and Industrial Insulation Standards. B. Follow manufacturer's directions on adhesive application, fastener spacing, etc. PART 2 -PRODUCTS 2.01 MATERIALS: A. Glass fiber type equal to Owens -Coming Fiberglass 23ASJ\SSL for 1/2" and greater thickness. 1. K -factor no greater than 0.24 2. Jacket permeance no greater than 0.02 perms. 3. Self sealing laps on longitudinal and transverse joints of all service jacket. Mechanical Insulation 15250-1 CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING 4. J -M "Zeston" PVC fitting covers over Fiberglass inserts for valves and fittings. Provide 25/50 flame/smoke rating when used in air plenums. B. Flexible elastomeric pipe insulation equal to Armstrong "Armaflex" for 1/2" and less thickness. 1. Use proper adhesive. 2. Use sheets cut and molded around valves and fittings. 3. Do not use in air plenums unless 25/50 flame/smoke rated. C. Flexible Fiberglass exterior duct wrap equal to FRK-25. 1. K -factor no greater than 0.3. 2. 3/4 lb. density. 3. Foil reinforced kraft (FRK) vapor barrier. D. Foam/vinyl safety covers for drains & supply lines equal to Plumberex "Handy - Shield." 1. White vinyl cover over insulating foam liner. 2. Locking strap with recloseable sealing strips and weep seam. 3. Meet Federal Std. 4.19.4 GSA and ANSI Al 17-1-1980. PART 3- EXECUTION 3.01 INSTALLATION: A. Successfully perform all leak tests prior to applying insulation. B. Provide aluminum sheet metal jacket over insulation exposed outdoors above grade. Use rivets and seal joints watertight. C. Provide approved coating of mastic over piping insulation jackets installed underground and make waterproof and puncture resistant. D. Insure surfaces are clean and dry prior to installing insulation. E. Neatly finish insulation at hangers or other protrusion. Seal vapor barrier joints in duct wrap with FRK duct tape. Mechanical Insulation 15250-2 CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING 3.02 INSULATION SCHEDULE SERVICE A. Dom. cold water piping above grade within bldg. B. Water cooler traps and tailpieces and handi- capped lavatory traps and hot water supplies. C. Domestic hot water piping above or below grade except in return air plenums. D. Domestic hot water in return air plenums. END OF SECTION INSUL. TYPE THICKNESS Elastomeric or 3/8" Fiberglass 1/2" Foam/Vinyl 1/2" 3/8" Elastomeric 1/2" Fiberglass 1" Mechanical Insulation 15250-3 CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING SANITARY DRAIN, WASTE, AND VENT PIPING SYSTEM SECTION 15411 PART 1 -GENERAL 1.01 WORK INCLUDED: A. Underground drain and vent piping B. Above ground drain, waste, and vent piping C. Sanitary sewer service piping D. Condensation drip and overflow piping E. Cleanouts F. Floor Drains 1.02 RELATED WORK: A. Section 15010 General Mechanical Requirements B. Section 15440 Plumbing Fixtures and Trim 1.03 SUBMITTALS: A. Submit manufacturer's data sheets on cleanouts and floor drains. B. Submit list of piping products to be used for the listed services and state their manufacturers, classes or types, and other applicable data. C. Submit record drawings indicating actual location and routing of installed piping. PART 2 -PRODUCTS 2.01 PIPING: A. Underground drain and vent piping inside building and to five feet outside building: 1. Service Weight (SV) cast iron hub and spigot pipe and fittings, coated inside and outside with coal tar varnish, and joints made with compression type molded neoprene gaskets. Sanitary Drain, Waste, and Vent Piping System 15411-1 C CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING I B. Above ground drain and vent piping: 1. Service Weight (SV) cast iron "No -Hub" pipe and fittings, and joints made I with standard weight stainless steel/neoprene couplings. C. Waste arms for lavatories, sinks, and urinals: 1., DWV copper pipe with cast brass adapters and wrought copper fittings and joints made with 50-50 solder. 2. Schedule 40 galvanized steel pipe with screwed fittings (optional). D. Underground sewer piping outside building to sewer main: 1. Service Weight (SV) cast iron hub and spigot pipe and fittings, coated inside and outside with coal tar varnish, and joints made with compression type molded neoprene gaskets. 2. Vitrified slat glaze clay hub and spigot pipe fittings and joints made with compression type molded neoprene gaskets. (Optional) E. Condensation drip and overflow piping: 1. Outside building - Schedule 40 PVC pipe and fittings with joints made with solvent -cement weld. 2.02 CLEANOUTS: A. Provide cleanouts compatible with type of drain piping to which it is connected. Provide covers compatible with type of floor or wall finish with consideration given to traffic conditions. Make cleanouts same size as pipe through 4 inches. B. Floor Cleanout (FCO): Cast iron with tapered brass plug, threaded adjustable housing, and round nickel bronze scoriated top. Wade Series W-6000 or equal. C. Grade Cleanout (GCO): Same as FCO except with heavy duty cast iron scoriated top. Set GCO in 18 inch diameter concrete base 4 inches thick and flush with finished grade. D.. Wall Cleanout (WCO): Cast iron with tapered brass plug and stainless steel access cover. Wade W-8450 or equal. E. Stack cleanout (SCO): Formed with cleanout tee or other approved fitting of cast iron with brass plug and stainless steel access cover. Wade W-460 or equal. Sanitary Drain, Waste, and Vent Piping System 15411-2 I ' CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING 2.03 FLOOR DRAINS: A. Standard Floor Drain (FD): Lacquered cast iron body with flange, clamping collar with seepage openings, and adjustable round satin bronze strainer. Floor drains are 2 inches unless shown otherwise. B. Safe Waste Drain (SWD): Same As FD except provide funnel of same material as strainer. ' C. Drain with Backwater Valve (BWV): Same as FD except furnish with integral BWV Wade No. 31 or equal. Provide for all drains installed below grade or where drain flooding may occur. D. Garbage Can Wash Drain: Cast iron with flange, sediment bucket, and heavy duty hinged grate. Wade W-1740 or equal. ' 2.04 TRAPS: A. Provide water seal trap for all connections to drain, waste, and vent system. Provide deep seal traps for all floor drains. Floor drain traps to be cast iron, varnish coated inside and out and compatible with type of drain pipe to which it is connected. Provide Wade W-2400 trap primer valve with vacuum breaker where required. B. Provide traps enameled on inside for janitor's sinks. ' C. Provide chrome plated brass traps for plumbing fixtures in finished spaces. ' PART 3- EXECUTION 3.01 PREPARATION: A. Swab pipes and clean joints and fittings inside and out prior to making connections. Use proper lubricants on compression gaskets. 3.02 INSTALLATION: ' A. Unless indicated otherwise on the Drawings, slope horizontal drain and vent piping in accordance with the following: Size Minimum Slope Sanitary Drain, Waste, and Vent Piping System 15411-3 1 CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING 3" and smaller 1/4" per foot 4" and larger 1/8" per foot B. Slope condensation drip and overflow piping a minimum of 1/16" per foot. Extend to approved discharge point. C. Bury all underground outside sewer pipe a minimum of 2 feet from finished grade. D. On condensate drain for each cooling coil, provide deep seal trap of same material as drip piping. Make trap water seal 2" greater than rated static pressure of fan associated with cooling coil but. no less than 3" deep. E. Make floor drains and cleanouts free from leaks. Lubricate cleanout plugs with mixture of graphite and linseed oil and do not over tighten. F. Arrange with utility for sewer tap and pay all costs to establish sewer service. 3.03 TESTING: A. Before concealing, test drain, waste, and vent system and prove leak free: 1. Water test - Subject system to at least 10 feet of hydrostatic head for 30 minutes. 2. Air test - Subject system to at least 5 psig air pressure for 30 minutes. (Optional) END OF SECTION Sanitary Drain, Waste, and Vent Piping System 154114 CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING DOMESTIC WATER PIPING SYSTEM SECTION 15412 PART I - GENERAL 1.01 WORK INCLUDED: A. Water Service Piping B. Hot and Cold Water Piping C. Temperature and Pressure (T&P) Relief Piping D. Valves E. Shock Suppressors 1.02 RELATED WORK: A. Section 15010 General Mechanical Requirements B. Section 15250 Mechanical Insulation C. Section 15440 Plumbing Fixtures and Trim 1.03 SUBMITTALS: A. Submit manufacturer's data sheets on valves and shock suppressors. B. Submit list of piping products to be used and state their manufacturers, classes or types, and other applicable data. C. Submit Shop Drawings of shock suppressors layout proposed. D. Submit record drawings indicating actual location and routing of installed piping. E. Submit certificate of completion of chlorination. PART2-PRODUCTS 2.01 PIPING: A. For underground water service piping outside building to water meter: Domestic Water Piping System 15412-1 C CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING lol a C. 1. ASTM B88 type as indicated on drawings hard copper tubing with wrought copper fittings and joints made with 95-5 solder. 2. Thickness Class 50, cement lined, seal coated, hub and spigot type ductile iron with joints made with rubber compression rings manufactured for the purpose. (Optional) I I I For underground water piping inside building and to five feet outside building: 1. 1" and smaller - ASTM B88 type as indicated on drawings soft copper tubing , with no fittings or joints permitted under slab. Make connections above slab using wrought copper fittings and 95-5 solder. 2. 1-1/4" and larger - ASTM B88 type as indicated on drawings hard copper tubing with rought copper fittings and joints make with Sil-Fos Solder (15% silver content). _ For exposed piping in toilet rooms and other finished areas, use chrome plated brass pipe with threaded fittings. D. For above ground water and T&P relief piping inside building, use ASTM 688 type as indicated on drawings hard copper tubing with wrought copper fittings and joints made with 95-5 solder. E. Solder containing lead :shall not be used on potable water systems. 2.02 VALVES: A. Provide valves with suitable materials including discs, plugs, balls, gaskets, linings, and lubricants for the service, temperature, and pressure to which they will be exposed. Furnish with solder or screwed connections. B. Gate Valves: Bronze, non -rising stem, inside screw, double wedge. C. Globe or Angle Valves: Bronze, rising stem, inside screw, renewable composition disc. D. Check Valves: Bronze with swing disc. E. Standard Hose Bibbs (HB): Bronze, replaceable disc, hose thread outlet with vacuum breaker. F. Freeze Proof Hose Bibbs (FPHB): 3/4" anti -siphon non -freeze type with bronze casing and box with loose key handle. Furnish for proper wall thickness. Domestic Water Piping System 15412-2 I ' CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING G. Pressure Reducing Valves (PRV): Bronze with 125 psig inlet pressure and 50 psig adjustable outlet pressure. Furnish same size as pipe. H. Temperature and Pressure Relief Valve (T&P): Bronze with test lever. Size to handle BTU/hr. rating of water heater. ' 2.03 SHOCK SUPPRESSORS: A. Provide Wade "Shockstops" of all stainless steel construction with welded nested bellows and pre -charged with nitrogen. Size and locate in accordance with PDI-WH2O1. ' PART 3 -EXECUTION 3.01 PREPARATION IA. Ream pipes and tubing and thoroughly clean inside and outside prior to connecting. 3.02 INSTALLATION: A. Slope water piping minimum of 1 inch in 40 feet and arrange to drain at all low points. B. Bury all underground outside piping a minimum of 3 feet below finished grade. C. Use electrically insulating type connections for joining dissimilar metals such as brass valves or adapters or insulating couplings. D. Use proper adapters for screwed valves to copper piping. E. Use teflon tape or other approved joint compound to connect threaded pipe. ' F. Connect to T&P relief valve and extend full size to approved discharge point. G. Where pipe passes through finished wall, ceiling, or floor, provide chrome plated escutcheon plate securely anchored to pipe. Install pipe so that no threads show. ' H. Arrange with local utility for water tap and meter installation. Pay all costs to establish water services. I. Install gate valve to isolate or shut-off equipment or branch lines. Use globe valves ' where adjustable flow or throttling is required. ' Domestic Water Piping System 15412-3 CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING J. Install hose bibbs centerline, 2 feet above floor or grade. Install garbage can wash valve 4 feet above floor or drain. K. Provide PRV to limit maximum static pressure at plumbing fixtures to 70 psig. Submit pressure data taken at different times as approved or install PRV at service connection or in building. Provide PRV at other separate fixtures when shown on Drawings. L. Make provisions necessary to prevent cross connections with sanitary drainage system or other non -potable sources. Provide reduced pressure type backflow preventers when required. 3.03 TESTING: A. Before concealing or insulating, test domestic water piping and prove leak free. Subject system to minimum hydrostatic pressure of 100 psig and hold for one hour. 3.04 STERILIZATION: A. After tests have been successfully completed, thoroughly flush and sterilize the completed domestic water system in accordance with AWWA C601. B. Flush entire system after sterilization until residual chlorine content is no greater than 0.2 parts per million. C. Chlorinate only when the building is unoccupied. END OF SECTION Domestic Water Piping System 15412-4 CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING PLUMBING FIXTURES AND TRIM SECTION 15440 PART 1 - GENERAL 1.01 WORK INCLUDED: A. Plumbing fixtures, trim, and accessories. 1.02 RELATED WORK: A. Section 15010 General Mechanical Requirements B. Section 15411 Sanitary Drain, Waste, and Vent Piping System C. Section 15412 Domestic Water Piping System 1.03 SUBMITTALS: A. Submit Manufacturer's Data Sheets including rough -in requirements and installation instructions for all fixtures and accessories. PART 2- PRODUCTS 2.01 PLUMBING FIXTURES: A. Provide only new fixtures and trim free from blemishes, scratches, discoloration or other flaws. B. Provide fixtures and trim as scheduled on the Drawings. Include all mounting accessories and incidental items for a complete installation. PART 3- EXECUTION 3.01 PREPARATION: A. Verify rough -in arrangement and clean mounting surfaces prior to installation. B. Provide sturdy support for all fixtures and proper anchors for rough -in connections. Provide additional wood blocking as required for adequate support. Plumbing Fixtures 15440-1 CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING 3.02 • INSTALLATION: A. Install each fixture with proper water seal trap. Furnish water closets and urinals with integral traps. Provide chrome plated brass traps, waste arms, tailpieces, and wall escutcheon plates, for all other fixtures set above floor level. B. Provide each fixture with an accessible chrome plated brass supply with screw driver or loose key stop, reducer, and escutcheon. C. Furnish wall hung lavatories, drinking fountains, urinals, water closets, and other wall mounted fixtures with heavy duty approved wall carriers designed for the purpose and compatible with wall construction and thickness. D. Install fixtures at the following mounting heights above finished floor unless indicated otherwise: 1. Water Closet: Standard • 15" to top of rim Handicapped 18" to top of seat 2. Wall Hung Lavatory: Standard 31" to top of rim Handicapped 34" to top of rim Flush Controls shall be 44" max. AFF. E. Where fixtures come in contact with wall, counter, or other mounting surface, caulk with fine dental plaster or approved material for clean waterproof joint. 3.03 . FIXTURE ROUGH -IN SCHEDULE: A. Provide rough -in piping connections for the following minimum sizes or as required for particular fixture. Cold Hot Waste Vent Water Water 1. Water Closets 3" 2" 1" --- (Flush Valve) 2 Lavatories & 1-1/2" 1-1/4" 1/2" 1/2" Small Sinks Plumbing Fixtures 15440 -2 CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING B. Where lavatories are supplied with cold water only, connect cold water supply to both hot and cold connections of lavatory fitting. 3.04 ADJUSTING: A. Adjust each flush valve for minimum water usage to obtain specified performance and for minimum noise. END OF SECTION Plumbing Fixtures 15440-3 CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING ELECTRIC UNIT HEATERS SECTION 15629 PART 1 - GENERAL 1.01 WORK INCLUDED: A. Electric unit heaters B. Unit controls and safety devices C. Accessories 1.02 RELATED WORK: A. Section 15010 General Mechanical Requirements 1.03 SUBMITTALS: A. Submit Manufacturer's Data Sheets on each furnace including all accessories. Clearly indicate optional features to be furnished. Include detailed instructions and dimensions. B. Submit extended warranties required herein. 1.04 QUALITY ASSURANCE: A. All heaters shall be U.L. listed and meet the requirements of the National Electrical Code. 1.05 EXTENDED WARRANTIES: A. Provide one year unconditional warranty on parts and labor. PART 2- PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS: A. Chromalox B. Trane C. Markel 2.02 Provide horizontal/vertical unit heaters with heating and air delivery capacities as shown on the equipment schedule. The cabinet shall be made of 18 gauge die formed, furniture 15629-1 CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING grade steel. Individual adjustable louvers with 300 downward stops shall be furnished to provide desired control of discharge air. All metal surfaces of the casing shall be baked phenolic coated to resist corrosion and finished in a decorative two toned neutral gray -bronze brown baked enamel. Mounting brackets designed for either ceiling or wall swivel mounting shall be furnished as shown on the heating schedule. 2.03 Heater to be of the draw -through air flow design to eliminate element hot spots and extend design for life. 2.04 For safety, the electric heating bank shall consist of metal sheath heating elements. The elements shall have a copper clad steel sheath for strength and corrosion resistance, and aluminum fins for faster heat transfer. Automatic reset thermal over -heat protection, shall be of the linear capillary type wired for instantaneous de -energizing in case of thermal overload. Heating bank to have protective air inlet louvers. 2.05 All heaters drawing in excess of 48 amperes shall be provided with factory installed subdivided circuits of 48 amps or less.. 2.06 Motors shall be of the totally enclosed, continuous heavy-duty all -angle operation equipped with built-in thermal overload protection. Motors used on 25 through 50kw models shall be rated for two speed operation. 2.07 Fans shall be aluminum, directly connected to fan motor, designed specifically for unit heater application. 2.08 Low voltage control transformers shall be provided on models 7.5kw and greater, allowing safer more precise temperature control. 2.09 Individual field installable control kits shall be provided for all models. All controls shall have pig tails and spade terminals for ease of wiring to centrally located terminal board. All heaters of 63 amperes or less shall be provided with power disconnect switches. PART 3- EXECUTION 3.01 INSTALLATION: A. Provide complete installation and connect, electrical power and control wiring for proper operation. Observe all minimum dimensions from ceilings, walls, floors and combustible materials. B. Remote thermostat shall be placed so as to properly control space temperature and not to be affected directly by the unit radiation. 15629-2 'I I I Cs I 11 I it ii CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING PACKAGED TERMINAL AIR CONDITIONER SECTION 15784 PART I - GENERAL 1.01 WORK INCLUDED: A. Packaged terminal air conditioner B. Unit controls and safety devices C. Accessories 1.02 RELATED WORK: A. Section 15010 General Mechanical Requirements 1.03 SUBMITTALS: A. Submit Manufacturer's Data Sheets on each unit and all accessories to be furnished. Clearly indicate optional features to be furnished and all electrical requirements. Include detailed installation instructions and dimensions. B. Submit extended warranties required herein. 1.04 QUALITY ASSURANCE: A. Furnish units UL listed for the application. B. Provide one year unconditional warranty on complete unit. 1.05 EXTENDED WARRANTY: A. Provide five year unconditional parts warranty on compressor unit. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS: A. Acceptable manufacturers are Carrier, Bryant, American Air Filter and Trane. 2.02 CABINET AND FINISH: A. Sleeve and unit chassis are heavy, 18 -gauge, phosphatized, galvanized steel. 15784-1 CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING Exterior parts are hot -dipped, zinc -coated. Bulkhead shall be insulated to resist thermal heat transfer and transmission of noise and vibration. 2.03 REFRIGERATION SYSTEM: A. Compressor shall be fully hermetic reciprocating -type, internally isolated within a steel shell and externally isolated on combination spring and rubber isolators to ensure elimination of compressor sound and vibration. B. Provide an expansion valve and a refrigerant check valve. C. Coils shall be seamless copper tubing with aluminum plate fins. D. Provide thermostat controlled crankcase heater. E. Provide anti -short cycling timer. 2.04 ELECTRIC HEATING COILS: A. Provide nichrome coiled elements that operate at moderate surface temperatures so that the elements do not glow red. Each element shall be protected by a fusible link and an overheat limit control. All coils with 3 kw or less have one stage of heat. All coils 3.5 kw or greater have two -stage operation. Coils are quick disconnect with mate -n -lock electrical connection for easy service replacement. 2.05 MOTORS: A. Separate motors for the evaporator and condenser fans are standard. All motors shall be high efficiency, permanent split capacitor (psc) type. 2.06 ELECTRICAL: A. Provide with factory installed cord connected to unit's terminal block. 2.07 ACCESSORIES: I I�A I 'I II I A. Provide subbase units of same construction and finish as sleeve and chassis. I B. Provide prewiredreceptacle for easy on -site electrical connection. Attach to wall sleeve and provide concealed cord path to chassis and concealed plug connection for safety and convenient service disconnect. 15784-2 II I CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING 2.08 CONTROL: I A. Push-button control shall provide the following functions: hold, fan only, hi -cool, to -cool, hi -heat and to -heat. B. Unit -mounted thermostat shall sense air dry bulb temperature at the fan inlet with a remote sensing bulb and shall be adjustable. Vent control knob shall be adjustable. Vent control knob shall adjust gasketed outside air damper between 0 cfm outside air and 20 percent. C. Push button controls and vent control knob shall be located behind a hinged control panel cover. D. A fan cycle switch shall be located behind the chassis front panel and shall allow ' either continuous or cycled fan control. PART 3 -EXECUTION 3.01 INSTALLATION: A. Provide complete installation and connect electric power, and control wiring, refrigerant piping and insulation for proper operation. B. Connect control wiring to thermostat. It END OF SECTION I ,I I� I 15784-3 CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING FANS SECTION 15860 PART 1 - GENERAL 1.01 WORK INCLUDED: A. Centrifugal cabinet fans B. Propeller wall fans C. Fan accessories 1.02 RELATED WORK: A. Section 15010 General Mechanical Requirements B. Section 15890 Low Pressure Ductwork and accessories 1.03 SUBMITTALS: A. Submit Manufacturer's Data Sheets on all fans and accessories. Indicate operating point(s) on fan curve and noise data. PART 2- PRODUCTS 2.01 SCHEDULED ITEMS: A. Provide fans and accessories as scheduled on the Drawings or equal. Equivalent fan substitutions shall not increase horsepower or noise level for specified air volume. B. Provide fans capable of accommodating static pressure variations of plus or minus 10%. C. Provide adjustable sheaves and belt guards on belt driven fans. D. Provide guards or safety screens on exposed blades or wheels. E. Statically and dynamically balance fans for minimum vibration. Resiliently mount centrifugal wheels. F. Provide solid state speed controller for direct driven fans where indicated or required to achieve specified performance. Fans 15860-1 II CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING PART 3- EXECUTION , 3.01 INSTALLATION: A. Follow manufacturer's directions. Verify correct rotation of fan wheels. B. Provide shutdown controls per Section 15010. 3.02 BALANCING: A., Balance each fan to specified flow rate for the actual static pressure. Adjust or replace' sheaves on belt drives or adjust speed controls. Provide balancing dampers when required. END OF SECTION Fans 15860-2 DMSION 16 The Engineer of Record for Division 16 of the Specifications for the Container Maintenance Building, City of Fayetteville, Arkansas is: OF GREEN ANDERSON ENGINEERS 2233 North Green Acres Road Fayetteville, Arkansas (501) 442-4682 U I I I L El I I I I I I I I I CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING GENERAL ELECTRICAL REQUIREMENTS SECTION 16010 PART I - GENERAL 1.01 RELATED DOCUMENTS: A. Comply with the Conditions of the Contract, General and Supplementary Conditions, and any other applicable requirements contained herein or issued under separate cover. B. Perform other work related to or necessary for the electrical installation in accordance with the applicable Specification Division or Section contained herein. C. In Electrical Specification Sections, items under "RELATED WORK" are listed for convenience only and are not guaranteed to be a complete listing of all applicable work. 1.02 CODES, REGULATIONS, AND STANDARDS: A. Comply with the latest edition of applicable codes including the following: 1. Standard Building Code 2. Life Safety Code (NFPA 101) 3. National Electrical Code NEC (NFPA 70) 4. State Fire Prevention Code B. Comply with applicable Regulations as amended, including the following: 1. State Department of Health Regulations 2. Rules and Regulations for Energy Efficiency Standards for New Building Construction 3. State and Federal Department of Labor Regulations 4. Occupational Safety and Health Act (OSHA) 5. Utility Company Regulations and Requirements 6. Other State and Federal Laws and Regulations 7. Local Ordinances C. Furnish products and perform installation conforming the latest accepted Standards published by the following organizations: 1. Underwriter's Laboratories, Inc. (UL) 2. National Fire Protection Association (NFPA) 3. National Electrical Manufacturer's Association (NEMA) General Electrical Requirements 16010-1 I CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING 4. American Society of Testing Materials (ASTM) 5. American National Standards Institute (ANSI) 6. Institute of Electrical and Electronic Engineers (IEEE) 7. Insulated Power Cable Engineer's Association (IPCEA) 8. Certified Ballast Manufacturer (CBM). 9. Electrical Testing Laboratories (ETL) 10. Illuminating Engineering Society (IES) 11. Insurance Service Office (ISO) 12. Factory Insurance Association (FIA) 13. Factory Mutual (FM) 14. National Sanitation Foundation (NSF) • D. In case of discrepancy or conflict between Codes, Regulations, Standards, Drawings and/or Specifications, the requirement yielding the higher(est) quality of work shall govern. 1.03 PERMITS AND ADMINISTRATIVE FEES: A. Obtain and maintain all necessary licenses, permits and inspections and pay all fees including connection fees, . taxes and penalties, if any, required by the Administrative Authority. Refundable deposits will be paid by the Owner. 1.04 PRE -CONSTRUCTION SUBMITTALS: A. Refer to each Electrical Section for a listing of required Submittals under that Section. Refer to Section entitled Shop Drawings, Product Data, and Samples for submittal procedure and requirements. B. Submit for approval, Manufacturer's technical data sheets including performance specifications for all equipment, major materials, and other manufactured items. Obtain approval on product manufacturers not specifically named prior to making submittals. C. Submit for approval, Contractor's original Shop Drawings -of all assemblies of manufactured items including complete wiring diagrams. Indicate all pertinent dimensions on scale drawings necessary for clarity and for coordination of the installation between trades. D. Submit for approval, a schedule of nameplates and test report forms. E. Bind Submittals in durable cover(s) with contents conveniently organized and properly indexed. General Electrical Requirements 16010o2 I CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING F. Make Submittals on all work contained in Division 16, Electrical, at one time except by special permission. 1.05 TEMPORARY LIGHTING AND POWER: A. Provide general and task lighting for construction activity as required for adequate illumination. Provide minimum of 5 footcandles general illumination for all work and egress areas and 30 footcandles on task such as wall being painted. Protect lamps with wire guards or tempered glass enclosures where exposed to breakage. Provide exterior type fixtures where exposed to weather or moisture. Provide local switching to allow lights to be turned off in patterns to conserve energy. B. Install temporary lighting to fulfill security and protection requirements without having to operate the entire temporary lighting system. C. Provide general purpose electrical outlets and special outlets as required for construction activities. Provide circuits of proper sizes, characteristics and ratings for each use required. Install wiring overhead and risers vertically where least exposed to damage. Provide rigid steel conduit to protect wiring on grade, floors, decks or other areas exposed to possible damage. D. Provide 20 amp, 4 -gang receptacle outlets, equipped with ground -fault circuit interrupters, reset button and pilot light, spaced that a 100 foot extension cord can reach each area of work. Use only grounded extension cords. Use "hard -service cords" where exposed to abrasion and traffic. E. Provide warning signs at power outlets that are other than 20 amp, 125 volt. Provide outlets of proper NEMA configuration where 240 volt, single or three phase outlets are required. 1.06 INTENT: A. It is intended that the Contractor provide a complete and operating electrical system including all incidental items and connections necessary for proper operation or customarily included even though each and every item may not be indicated. 'B. The Drawings indicate the general layout requirements for equipment, fixtures, . conduit, devices, etc. Final layout will be governed by actual field conditions with all measurements verified at the site. C. Conduit and wiring shown on the Drawings are diagramatic unless noted otherwise, and are intended to indicate switching and branch circuit arrangements, phase balance, and general wiring connection requirements. ' General Electrical Requirements 16010-3 I CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING D. It is intended that the electrical installation be safe, reliable, energy efficient, and easily maintained with adequate provisions for access to equipment. E. It is intended that the electrical system operate quietly with noise levels below the criteria recommended for the application by NEMA. Provide corrective action as required to reduce objectionable hum or vibration. Acoustically insulate between outlet boxes in common wall serving different rooms. F. The Drawings indicate diagramatically the number and function of the conductors required for the conduit routing as shown. The Contractor has the option of changing the routing or combining circuits in one conduit run, providing the installation does not interfere with work of other trades, the system functions as intended, the ampacity of the conductors is derated in accordance with the NEC, and none of the loads require a dedicated circuit. Indicate actual conduit routing and conductor arrangement on record drawings. G. Lighting and general purpose 20 ampere branch circuits may share a common neutral, provided each branch circuit is derived from a different phase leg. Isolated ground circuits and those served with ground fault circuit breakers must have their own neutral H. "Home runs" are indicated on the Drawings with arrows from the branch circuit outlets pointing in the general direction of the panelboards to which they connect, complete with the panelboard and circuit designations. Continue "home runs" to the designated panelboards as though the conduit runs were shown in their entirety. PART 2- PRODUCTS 2.01 PRODUCT REQUIREMENTS: A. Furnish only new standard products of a manufacturer regularly engaged in the production of said products. B. Support all products by service organizations with adequate spare parts inventory and personnel located reasonably close to the site. C. Where multiple units of the same type or class of products are required, provide all units of the same manufacturer. 2.02 PRODUCT HANDLING: A. Store products in the original containers and shelter in a suitable environment at an approved location. General Electrical Requirements 16010-4 Li CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING B. Make products readily accessible for inspections and inventory accounting. 2.03 PRODUCT SUBSTITUTIONS: A. For products specified by generic reference standard, select any product meeting such standard. B. For products specified by naming one or more products or manufacturers, select any named. Submit request for substitution of any product or manufacturer not specifically named and obtain approval prior to bidding. C. Provide all information required to support claim of "equality" of product proposed for substitution. Substitutions will be considered only if equivalent in quality, I. efficiency, performance, size, weight, reliability, appearance, and ease of maintenance to the specified product or manufacturer. • D. Where approved product substitutions alter the design, space requirements, electrical requirements, connections, cooling loads, or etc., include all work necessary to provide a complete installation of quality equal to or better than that which would have been achieved with products of manufacturers as specified. 2.04 PRODUCT APPLICATION: A. Furnish products that are UL listed for their intended use and environment. For example, use only raintight products suitable for wet locations when installed outdoors or where indicated on the Drawings to be weatherproof (WP). PART 3 -EXECUTION 3.01 MANUFACTURER'S DIRECTIONS: A. Handle, install, connect, test, and operate all products, assemblies, and systems in accordance with manufacturer's recommendations. B. In case of conflicting requirements between the manufacturer's directions and the contract Documents, obtain instructions before proceeding with the work. 3.02 INSPECTIONS: ' A. Arrange with the Administrative Authority for inspections of all work required and obtain approval prior to concealing or proceeding with the work. General Electrical Requirements 16010-5 I CITY OF. FAYETTEVILLE CONTAINER MAINTENANCE BUILDING B. Give adequate notice before concealing any work for inspections by the Owner's representatives. Obtain instructions to proceed before concealing the work. 3.03 CLEANING: A. Keep the premises clean and free from debris, dirt, and etc. B. Upon completion of the work, clean and polish all fixtures, equipment, and etc. 3.04 WORKMANSHIP: A. No person shall perform electrical work on the contract without possessing an Arkansas State Master or Journeyman License from the Arkansas State Electrical Examiners Board. All electrical work and apprentice electricians shall be supervised by a Master or Journeyman Electrician on a one to one ratio. B. Perform all work in accordance with the best practices of the trade and provide a "neat" installation by technicians skilled in their respective trades and properly licensed. C. Accurately install conduit, and other equipment plumb, level, and true to line with runs parallel or perpendicular to building lines. Make bends or offsets uniform. D.• Carefully perform all cutting, drilling, digging, and etc., and patch or refinish the disturbed area to the condition of adjoining or similar surfaces in an approved ,manner. Do not cut any structural member without specific approval. Do not cut any electrical or mechanical lines that may be concealed. E. Conceal conduit in chases, furrings, or above ceilings unless indicated otherwise. Flush mount equipment where shown in finished walls where possible. 3.05 FLAME AND SMOKE CONSIDERATIONS: A. In ducts or other enclosures used for transporting environmental air, including return air plenums above ceilings, use only products conforming to NFPA and UL composite classifications not exceeding 25 for flame spread and 50 for smoke developed ratings,or install in conduit or approved enclosure. This requirement applies to all materials including signal cable insulation jackets, finishes, and etc. B. Completely seal penetrations made through fire and/or smoke rated walls, ceilings, floors, or other barriers for the passage of conduit with a UL listed material to preserve the fire/smoke rating of the barrier. General Electrical Requirements 16010-6 I 1 CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING 3.06 COORDINATION: A. Coordinate the electrical work with the work of related trades to avoid interference's. Determine the exact route of conduit prior to fabrication and the exact location of each outlet and equipment enclosure prior to installation. i B. Study the Architectural, Structural, Mechanical and Electrical Drawings, and Specifications including Shop Drawings and manufacturer's technical data sheets, and compare to actual site conditions and constraints. In case of conflicts or interference, obtain clarification or instructions before performing any work. C. Piping or equipment requiring slope or specific mounting elevations will generally have right of way over conduit and other products whose elevations can be changed. D. Carefully plan the sequence of work as required to minimize disruptions and installation time. 3.07 EQUIPMENT CONNECTIONS: A. Make all required electrical connections to each item of equipment shown or specified including equipment furnished by Owner, and make operational. 3.08 PROTECTION REQUIREMENTS: A. Locate existing utility lines and adequately identify and protect during the execution 1 of the work. B. Protect public and private property against damage. C. Protect all work including building finishes against damage due to dirt, water, chemicals, frost, heat, handling, theft, and etc. Keep openings in conduit and equipment closed with suitable plugs or caps during installation. D. Provide necessary warning devices, barricades, or coverings required for safety around exposed "live" parts or high temperature surfaces. 3.09 CHASES AND OPENINGS: IA. Provide templates or details for chases and other openings required through floors, walls, ceilings, and etc. to accommodate conduit. General Electrical Requirements 16010-7 1 CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING B. Provide any necessary cutting or drilling for required openings, and patch and refinish as directed. 3.10 PAINTING: A. Coordinate with painting contractor to paint conduit, equipment, and etc. exposed in finished areas to match adjacent surfaces as directed. B. Touch-up scratches in factory finished surfaces with an approved paint to match the surface. 3.11 TESTING AND ADJUSTING: A. Test the completed electrical systems and prove free from short circuits, poor connections, and improper grounding. B. Maintain on the premises a first class voltmeter, ammeter, milli -ohmmeter, and meggar insulation tester in proper calibration and provide test measurements as required. 1. Meggar all 600 volt rated wiring at 1000 volts minimum before applying power. Prove resistance in excess of 10 megohms. 2. Test metal conduit and grounds for continuity and prove resistance less than one ohm to farthest outlet from system ground. 3. Test system ground to earth per the NEC. C. Align, adjust, calibrate, and test all systems to assure safe and proper operation. D. Verify proper taps on motors and transformers for rated performance. 3.12 POST CONSTRUCTION SUBMITTALS: A. Deliver special tools, and other products necessary for proper operation and maintenance of the electrical systems. . B. Deliver spare parts as called for under other Electrical Sections contained herein or on the Drawings. C. Submit Project Record Documents indicating all changes from the Contract Documents made during construction. D. Submit Certificates of Final Inspections from the Administrative Authority. General Electrical Requirements 16010.8 I 1 CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING E. Submit Operation and Maintenance Manuals covering all phases of equipment and systems provided. Include complete spare parts data with current prices and sources of supply. Include copy of manufacturing data sheets and shop drawings required in pre -construction submittals. F. Submit extended warranties in excess of the standard one year warranty where required by other Electrical Sections contained herein or on the Drawings. I3.13 INSTRUCTIONS TO OWNER: A. Provide competent instruction to Owner's personnel covering operation and maintenance of all electrical systems. Provide specialized instruction by manufacturer's technical representatives when required. 3.14 GENERAL WARRANTY: A. Warrant the electrical installation against defects in products and/or workmanship for a period of one (1) year from the date of substantial completion. B. Provide all labor, replacement parts, services, transportation, and incidental costs necessary for the proper operation of all electrical systems during the warranty • period. C. Make good any damage to the building or grounds or other equipment resulting from defects in products and/or workmanship during the warranty period. END OF SECTION 1 I I 1 ' General Electrical Requirements 16010-9 I CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING RACEWAYS SECTION 16110 PART 1 - GENERAL 1.01 WORK INCLUDED: A. Conduit and fittings D. Seals 1.02 RELATED WORK: Section 16010 Section 16120 Section 16190 D. Section 16195 E. Section 16450 1.03 SUBMITTALS: General Electrical Requirements Wires and Cables Supporting Devices Electrical Identification Grounding A. Submit Manufacturer's data sheets on each manufactured assembly such as special fittings, modular seals, fire -stop material, and etc. 1.04 QUALITY ASSURANCE: A. Use only materials that are UL listed for the application and that bear the UL label. PART 2 - PRODUCTS 2.01 CONDUIT AND FITTINGS: Rigid Metal Conduit (RMC): 1. Heavy wall steel pipe, hot dipped galvanized inside and out, and with ends factory threaded prior to galvanizing (except at terminations). I CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING 2. Use only steel or malleable iron fittings. 3. Use box connectors with "biting" type locknuts. Use insulated bushings where wire is larger than #8 AWG. Provide approved watertight hubs in wet locations. 4. Use threaded couplings or approved unions. 5. Use factory elbows, long sweep where possible. Provide watertight "LB" fittings with gasketed covers where required. B. Intermediate Metal Conduit (IMC): • 1. Intermediate thickness steel wall pipe, hot dipped galvanized inside and out, and with ends factory threaded prior to galvanizing (except at terminations). 2. Use only steel or malleable iron fittings. 3. Use box connectors with "biting" type locknuts. Use insulated bushings where wire is larger than #8 AWG. Provide approved watertight hubs in wet locations. 4. Use threaded couplings or approved unions. 5. Use factory elbows, long sweep where possible. Provide watertight "LB" fittings with gasketed covers where required. C. Electrical Metallic Tubing (EMT) (the term "conduit" also applies to EMT): 1. Zinc electroplated inside and out, and with threadless ends. 2. Use set screw type fittings where concealed in walls, ceilings, etc., and use • watertight and concrete tight gland and ring compression fittings where exposed or in concrete. 3. Use box connectors with "biting" type locknuts. Use insulated bushings • where wire is larger than #8 AWG. D. Non-metallic Conduit (NMC): 1. Schedule 40 polyvinyl chloride (PVC) electrical conduit with smooth straight ends. 2. Use couplings and connectors of same material as conduit, and joined with solvent -cement specifically manufactured for the purpose. 3. Use only RMC or IMC elbows with PVC-NMC adapters. PVC-NMC elbows are not acceptable unless specifically allowed on the Drawings. 4. Use PVC-NMC box connectors only where allowed, such as for floor boxes. E. Liquidtight Flexible Metal Conduit (LFMC): 1. Electroplated steel tubing with extruded PVC jacket equal to "sealtight." Raceways 16110.2 �I I II 1 .1 i I I 1 CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING 2. Use steel or malleable iron LFMC box connectors with insulated throats and a threaded grounding cone. F. Flexible Metal Conduit (FMC): 1. Electroplated steel tubing equal to "Greenfield." 2. Use steel or malleable iron FMC box connectors with insulated throats and of type that threads into conduit convolutions. 2.02 WIREWAYS: A. Provide wireways properly sized to accommodate the conductors or as shown on the Drawings. B. Provide wireways of code gauge steel with baked enamel finish. Furnish all necessary hardware and accessories. 2.03 SLEEVES: A. Provide Schedule 40 galvanized steel pipe sleeves sized to accommodate the outside dimension of conduit. B. Provide integral waterstop collar on sleeves in outside walls. 2.04 SEALS: A. Where conduit penetrates roof membrane, provide flashing assembly or pitch pan as recommended by roofing manufacturer. B. Where conduit penetrates outside walls, make watertight with oakum and sealant or provide modular rubber seal designed for the purpose. C. Use conduit sealing compound equal to "Ductseal" or use approved modular sealing fittings to seal between conductors and conduit where conduit passes from warm to cold spaces, as well as from the outside. D. Use 3M "Fire Barrier" or non -shrinking grout to seal between the conduit and sleeve through fire/smoke barriers. ' PART 3 -EXECUTION 3.01 CONDUIT APPLICATIONS: A. Use RMC or IMC for the following applications: ' Raceways t6110-3 it CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING 1. Above grade and exposed outdoors 2. Wet locations 3. Risers from under slab or underground, including underground elbows 4. Locations subject to mechanical injury. B. Use EMT for above ground, inside, dry locations not subject to mechanical injury C. Use NMC for underground or under slab only. D. Use LFMC for the final connection to motors, transformers and other adjustable or vibrating equipment exposed in finished areas or installed in wet or damp locations. E. Use FMC for the final connection to adjustable or vibrating equipment in dry, unfinished locations and to lighting fixtures and any other equipment in lay -in ceilings. 3.02 INSTALLATION: A. Size raceways for the number, AWG, and type of conductors to be installed therein in accordance with the NEC, but no smaller than 3/1' for homeruns and ½" for branches. B. Install conduit in standard 10 foot lengths except where a shorter section is required. Make required field cuts square and ream until all burrs are removed. Field cut threads required for RMC and IMC shall be coated with a high zinc dust content galvanizing repair compound with high electrical conductivity. C. Make field bends in EMT with an approved bending machine or device, and make free from kinks, dents, or flattened surfaces. Field bends in RMC or IMC are not allowed. Do not exceed 90° in any individual bend nor exceed 360° of total bends or elbows in any one conduit run. - IiI I D. Maintain at least 6 inches clearance between conduit and hot piping or equipment. 1 E. Provide sleeves for conduit through masonry or concrete walls, foundation walls, , or concrete beams prior to laying up or pouring. Make wall sleeves flush with wall. F. The Drawings indicate diagramatically branch circuits and feeders required. Install I conduit runs to accommodate the wiring requirements. Raceways , 16110-4 1 CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING 3.03 EMPTY CONDUIT SYSTEMS: A. Where indicated on the Drawings, provide empty conduit of types as specified herein for future installation of wire or cable. B. Leave fish wire or rope in conduit with proper labels attached. END OF SECTION Raceways 16110-5 I CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING WIRES AND CABLES SECTION 16120 PART 1 -GENERAL 1.01 WORK INCLUDED: IA. Power wiring and connectors, 600 volts or less I I I I B. Control and signal wiring and connectors C. Miscellaneous materials 1.02 RELATED WORK: A. Section 16010 B. Section 16110 C. Section 16190 D. Section 16195 E. Section 16450 1.03 SUBMITTALS: General Electrical Requirements Raceways Supporting Devices Electrical Identification Grounding A. Submit Manufacturer's data sheets for each type of wiring connector proposed for use. PART 2- PRODUCTS 2.01 POWER WIRING AND CONNECTORS: A. Use single conductor annealed copper with 600 volt code type THHN or dual rated THHN/THWN insulation unless noted otherwise. Use type XHHW stranded copper wire for isolated power systems when indicated. B. Minimum wire size is #12 AWG. Where developed distance from panelboard to first outlet exceeds 65 feet, increase minimum size to #10 AWG. C. #12 and #10 AWG wire used for lighting, receptacles, and other non -vibrating equipment may be solid conductor. All other wiring including wiring connecting to motors, transformers, and special grounding systems shall be stranded conductor. Wires and Cables 16120-1 I CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING D. Make splices required in #12 and #10 AWG solid conductor wire with insulated "Scotchlok" connectors. E. Make splices in all wire required to be stranded with approved crimp -on or bolted pressure connectors with snap -on or bolt -on insulated caps. F. The voltage and temperature ratings of the connector insulator shall be at least equal to that required of the conductor insulation. G. Furnish wire with color coding conforming to the following: I Conductor 250V or Less Phase A Black Phase B Red Phase'C Blue Neutral White Ground Green Color coding may be solid or striped -colored insulation. Colored plastic tape may be used at terminations on #8 AWG and larger conductors with black insulation. 2.02 CONTROL AND SIGNAL WIRING AND CONNECTORS: A. Use stranded annealed copper conductors with insulation suitable for the purpose. 1 B. For applications, 50 volts and greater, use #14 AWG. minimum size conductor with • .600 volt insulation and approved for the application. C. For power limited wiring and less than 50 volts, use #18 AWG minimum size conductor except for multi -conductor cable recommended or required by the system manufacturer. D. Make splices required in #14 through #10 AWG wire with insulated "Scotchlok" connectors. E. Make slices required • in #16 AWG and smaller wire with insulated crimp -on terminals screw connected to numbered terminal strips, or use approved cable connectors. Wires and Cables 1 1612O.2 ' CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING 2.03 MISCELLANEOUS MATERIALS: ' A. Where required, use wire lubricating compound suitable for the wire insulation and conduit and that does not harden nor become adhesive. Do not use on wiring for isolated power systems. B. Use plastic tape that is flame retardant and cold and weather resistant equal to Scotch #33. PART 3 -EXECUTION 3.01 INSTALLATION: A. Thoroughly clean conduit prior to pulling -in wires. Do not install wire until the raceway can be maintained in a dry condition. B. Use non-metallic pulling ropes attached to the conductors by means of woven basket grips or pulling eyes. Pull all conductors for a conduit run in together in such ' a manner as to avoid damage to the conductors, insulation, or conduit. C. Neatly train and nest multiple conductors and cables in boxes and enclosures and hold in place with "tie -wraps." Where conductors terminate in panelboards, arrange conductors to be perpendicular or parallel to circuit breaker line-up. D. Make splices and terminations mechanically and electrically secure. Splices shall only be made in a suitable accessible junction box. E. Where multiple paralleled conductor make -ups are indicated on the Drawings for large feeders, the conductors shall be identical in length, gauge, code type, and etc., and shall be terminated exactly alike. IEND OF SECTION I Li Wires and Cables 16120-3 I 1 i 1 I 1 I I I I I I i 1 CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING BOXES AND ENCLOSURES SECTION 16130 r- _ Z4AWO 1.01 WORK INCLUDED: A. Junction and pull boxes B. Outlet boxes C. Enclosures 1.02 RELATED WORK: A. Section 16010 B. Section 16110 C. Section 16140 D. Section 16190 E. Section 16195 F. Section 16450 General Electrical Requirements Raceways Wiring Devices Supporting Devices Electrical Identification Grounding 1.03 SUBMITTALS: A. Submit Manufacturer's data sheets on special enclosures. PART 2 -PRODUCTS 2.01 JUNCTION AND PULL BOXES: A. In dry locations, provide boxes of code gauge steel with galvanized or baked enamel finish and with bolted or screw attached covers. B. In damp or wet locations, provide cast metal type FS or FD boxes with watertight gasketed covers. 2.02 OUTLET BOXES: A. In dry locations, provide outlet boxes of code gauge galvanized steel. Install Boxes and Enclosures 16130-1 CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING v - concealed outlet boxes so that work is flush with finished surfaces with no gaps. B. In unplastered masonry walls, use 3 1/2" deep solid or sectional type boxes with square comers. C. For empty conduit system outlets, provide 4" square boxes with single gang adapter ring unless noted otherwise. D. For surface mounted lighting fixtures and equipment, provide 4" octagonal boxes with rings except where smaller boxes are required for fixtures or equipment. E. Provide Hubbell #B-2529 boxes for floor outlets. Furnish with flush bronze cover with flip lids or concentric plugs as applicable. Provide type of cover compatible with floor finish. F. Provide galvanized extension rings, plaster rings, fixture studs, and etc. as required by conditions. G. In damp or wet locations, provide cast metal type FS or FD boxes with gasketed covers and watertight flip lids as required by device. 2.03 ENCLOSURES: A. Provide code gauge steel enclosures with baked enamel finish as manufactured by Hoffman to facilitate the installation of multiple components such as small motor starters, contactors, equipment controls, and etc. B. Furnish with hinged door and captive fasteners. PART 3- EXECUTION 3.01 INSTALLATION: A. Properly size boxes in accordance with the NEC to accommodate the number and size of conductors and conduits entering the boxes. B. Size enclosures to adequately accommodate the equipment with space for wiring and maintenance. C. Provide junction or pull boxes to facilitate pulling or splicing of conductors so that no one conduit run will exceed the allowable bends of 3600. D. All boxes shall be accessible at all times. Provide approved access panels where required to maintain accessibility. Boxes and Enclosures 16130-2 CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING F. Close any unused knockouts or openings in boxes or enclosures with suitable caps or covers. G. Wall switch boxes for room lights and other devices shall be installed within 8 inches of doorjamb except by special permission. END OF SECTION Boxes and Enclosures 16130-3 CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING WIRING DEVICES SECTION 16140 PART 1 -GENERAL 1.01 WORK INCLUDED: A B C 1.02 RE A B C Wall switches Receptacles Cover plates LATED WORK: Section 16010 Section 16130 Section 16190 D. Section 16195 1.03 SUBMITTALS: General Electrical Requirements Boxes and Enclosures Supporting Devices Electrical Identification A. Submit Manufacturer's data sheets on each type of device proposed for use. PART 2 -PRODUCTS: • 2.01 WALL SWITCHES: A. Provide single pole, double pole, three way, four way, pilot light; and etc., toggle or key operated as indicated on the Drawings. B. Furnish switches of the mechanically silent type rated for 120/277 volts, 20 amperes, with fluorescent or incandescent loads. Use high capacity silver alloy for switch contacts. C. Furnish switches with ivory handles unless shown otherwise. D. Furnish Hubbell Specification Grade Series HBL 1220 switches with screw terminals and an approved grounding device. Wiring Devices 16140-1 CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING 2.02 RECEPTACLES: A. For general use convenience receptacles, use NEMA 5-20R, back and side wire, equal to Hubbell Specification Grade Series 5352 for duplex and 5351 for simplex. I B. For ground fault circuit interrupter (GFCI) receptacles, use NEMA 5-20R, back and side wired with test and reset push buttons. Set trip point at 5 ma fault current. , Furnish device equal to Hubbell specification Grade Series GF 5362. C. For special purpose receptacles for appliances or other equipment, provide NEMA type compatible with plug configuration of appliance. Furnish Specification Grade or better. D. Furnish receptacles with ivory face plates unless shown otherwise. ■ E. For outdoor receptacles subject to long term or permanent continuous unattended use, provide weatherproof enclosure, the integrity of which is not compromised when the attachment plug is inserted, per NEC 410-57 (b). Cover shall be equal to Carton #E9U Series. 2.03 COVER PLATES: I A. Furnish cover plates equal to Sierra Series "P" plastic of color to match device face unless shown otherwise. Nylon cover plates will not be allowed. B. Gang groups of switches and/or receptacles installed in multi -gang boxes under one continuous cover. PART 3 -EXECUTION 3.01 INSTALLATION: A. Adjust switches and receptacles to mount flush and plumb. B. Provide cover plates that fit the devices securely and completely cover wall openings. Properly fill and patch oversized wall openings. For outdoor receptacles, provide covers with orientation to match receptacle installation, i.e., vertical covers for vertical receptacles and horizontal covers for horizontal receptacles. Wiring Devices 16140-2 CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING C. For outlets of empty conduit systems such as telephone, television, computer terminals, and etc., provide cover plates compatible with outlet and cable/connector to be installed. Provide blank cover plates on all unused outlets. D. Adjust PE controls to conform to Owner's use schedule as directed. END OF SECTION Wiring Devices 16140-3 I ' CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING DISCONNECT SWITCHES SECTION 16170 ' PART 1 -GENERAL 1.01 WORK INCLUDED: A. Fused and non -fused disconnect switches 1.02 RELATED WORK: ' A. Section 16010 General Electrical Requirements ' B. Section 16190 Supporting Devices C. Section 16195 Electrical Identification D. Section 16450 Grounding 1.03 SUBMITTALS: A. Submit Manufacturer's data sheets on each type of disconnect switch proposed for ' use. PART2-PRODUCTS 2.01 DISCONNECT SWITCHES: ' A. For applications requiring 30-1200 amperes rating or for any two or three pole application, provide NEMA type "HD" (heavy duty) horsepower rated disconnects with enclosures suitable for the applications, such as NEMA 3R for outdoor installations. 1. Provide interlock to prevent door operating with switch in "ON" position. '• 2. Furnish with grounding block. 3. Provide for padlocking switch in "OFF" position. 4. Furnish with terminals UL listed for 75°C. wires. 5. Provide Class R, J, or L fuse provisions as applicable for fusible switches. Provide feature to reject Class H fuses. 6. Furnish with factory baked enamel finish. B. For fractional horsepower 120 volt motors with integral overload protection, as well as other 120 volt equipment protected at 20 amperes or less, use specification grade single pole switch in outlet box with minimum ratings as follows: ' Disconnect Switches 16170-1 CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING 1. Horsepower rated for one horsepower 2. 120/277 AC volts 3. 20 amperes PART 3- EXECUTION 3.01 INSTALLATION: A. Provide disconnect switch for each fixed appliance or motor load indicated on the Drawings or required by the NEC. Install switch in sight of and within 50 feet maximum of equipment it serves. B. Generally, install 30 ampere or more rated switches with the top 5 feet above floor or grade. C. Install 20 ampere rated switches with center 4 feet above floor. END OF SECTION Disconnect Switches 16170-2 CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING SUPPORTING DEVICES SECTION 16190 PART 1 -GENERAL 1.01 WORK INCLUDED: A. Anchors B. Hangers and supports C. Plywood backboards D. Concrete bases 1.02 RELATED WORK: A. Section 16010 General Electrical Requirements B. Section 16110 Raceways C. Section 16130 Boxes and Enclosures 1.03 SUBMITTALS: A. Submit for approval Contractors shop drawings indicating shape and dimensions of plywood backboards and concrete bases when necessary for clarity and coordination with other trades. PART 2- PRODUCTS: 2.01 ANCHORS: A. Size anchors for minimum safety factor of two times recommended load. Use only corrosion resistant materials. B. In new concrete, use malleable iron inserts set prior to pouring concrete. C. In existing concrete or solid masonry, use Phillips "Redhead" expansion shields or Elcen self drilling expansion shields. Use power driven fasteners only for light loads and with specific approval. D. In hollow masonry, use steel toggle bolts. Supporting Devices 16190•1 CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING E. On structural steel, use approved beam clamps or direct weld. F. In wood, use wood screws or lag screws or through -bolt with nuts and washers. G. In sheet metal, use self tapping sheet metal screws or machine bolts with washers and nuts. H. In bar joists, use threaded, hanger rod between bottom angles secured with washers and nuts. 2.02 HANGERS AND SUPPORTS: , A. For multiple conduit runs, use trapeze hangers consisting of P-1000 "Unistrut" channels with pipe clamps and steel hanger rods where suspended. Anchor "Unistrut" to wall where multiple runs are wall mounted. B. Support individual conduits with malleable iron one -hole conduit clamps, steel two -hole pipe straps, or split ring steel conduit clamps. Wire, perforated iron strap, or steel one -hole clamps will not be acceptable. C. For free standing boxes and enclosures, provide steel angle frame constructed to prevent any strain on conduits entering box. D. Support conduit on flat roofs with a pipe supporting assembly approved by the roofing manufacturer. E. Support outlet boxes occurring in lay -in ceilings with approved bar hangers clamped to ceiling grid to prevent any weight from bearing on ceiling tile. F. Support lighting fixtures and other equipment located in lay -in ceilings with #12 gauge galvanized steel hanger wire attached to all four (4) comers of fixture. I 2.03 PLYWOOD BACKBOARDS: A.. Use softwood plywood conforming to PS -1 of the American Plywood Association , for the intended application. Generally, provide 3/4" thickness for backboards. 2.04 CONCRETE BASES: A. Provide concrete bases for floor mounted equipment indicated on the Drawings and ' all exterior equipment mounted on grade. Use proper cement/sand mix to achieve strength of 3000 psi after 28 days. Supporting Devices 16190 2 I CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING B. Provide steel reinforcing bars as required and provide proper ties and support ' during pouring. C. Provide properly sized anchor bolts held in position with templates. Where anchor bolts cannot be held in sufficient alignment, provide adjustable bolts in pipe sleeves. ' PART 3 -EXECUTION 3.01 INSTALLATION: A. Install anchors in accordance with manufacturer's recommendations but sized to ' accommodate at least twice the actual load. Oversized holes that may weaken the installation will not be acceptable. B. Support all boxes and equipment enclosures directly by the building structure independently of the conduit. IC. Support conduit independently by the building structure at intervals complying with the NEC. Do not support conduit from piping, ductwork, or suspended ceiling hangers. D. Support conduit without sagging to provide drainage of condensation. I E. Permanently and securely support conduit, boxes, and enclosures before installing any wiring. I. F. Provide plywood backboards for all equipment mounted to masonry or concrete walls. Provide backboards for any type wall for installation of multiple enclosures or products such as contactors, timers, motor starters, automatic controls, telephone equipment, and etc. Generally, size backboards to accommodate the equipment plus a 3" border on all sides. ' G. Establish sizes of concrete bases required to accommodate equipment. Generally, make bases extend 3" larger than equipment on all sides. Prior to pouring on existing slab, set steel re -bar dowels in holes drilled in existing slab for proper anchorage of base. Install near each comer and at other intervals not to exceed 24 inches. Trowel finish and rub smooth. Form edges with 3/4" chamfer. END OF SECTION I Supporting Devices 16190-3 CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING ELECTRICAL IDENTIFICATION SECTION 16195 PART 1 - GENERAL 1.01 WORK INCLUDED: A. Equipment nameplates B. Name tags C. Circuit directories D. Utility marker tape E. Self -adhering labels F. Wire markers 1.02 RELATED WORK: A. Section 16010 General Electrical Requirements 1.03 SUBMITTALS: A. Submit for approval, Manufacturer's data sheets on each manufactured identifying device. B. Submit for approval, a schedule of nameplates to be affixed to each item. 1.04 QUALITY ASSURANCE: A. Approved manufacturers are Seton and Brady. PART 2- PRODUCTS 2.01 NAMEPLATES: A. Identify each major component and controller (except light switches) as it is named on the Drawings with engraved nameplates made from laminated plastic sheets equal to Seton Style 2060. 1. Furnish with white letters on black background except for other color coded requirements. Electrical Identification 16195-1 I CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING 2. Provide appropriate size nameplates with information easily readable. Generally, fumish 3/4" high nameplates with 3/8" letters for major equipment such as switchboards, panelboards, transformers; and 1/2" high nameplates with 1/4" letters for minor equipment such as disconnect switches, contactors, starters, emergency power receptacles and etc. B. Identify entry location of each underground utility by providing an engraved brass nameplate equal to Seton Style EBS permanently attached on the outside wall directly above conduit where it enters building: 1. Furnish 1" high nameplate of .025" or greater thickness. 2. Indicate the type of utility such as "electric service entrance" or "telephone service entrance." 2.02 NAMETAGS: L I I I I A. Identify each outlet box of empty conduit system by affixing a write -on vinyl name tag equal to Seton Style PTOB to each end of pull wire installed in each conduit. Indicate purpose of empty outlet box such as "telephone" with location of pull wire termination such as "main terminal board." B. Identify conductors terminated in junction box or outlet box intended for future connection. Provide write -on vinyl name tags indicating panelboard and circuit number or location of source. 2.03 CIRCUIT DIRECTORIES: ' A. Fill out circuit directory cards for cardholder slots inside panelboard doors. Provide typewritten directory indicating function and location served for each circuit used. B. Identify undesignated spare circuit breakers by writing the word "spare" in soft pencil in the blank for that circuit number. Leave blank the description line for uninstalled circuit breakers (spaces). C. Identify circuits feeding battery backup emergency or exit lighting fixtures. 2.04 UTILITY MARKER TAPE: A. For all conduit or direct burial cable installed underground and outside of building, provide continuous plastic tape directly above underground services. , B. Provide orange or red tape with contrasting letters at regular intervals equal to Seton No. 210 Series. I Electrical Identification 16195.2 ' CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING C. For multiple underground conduit runs, provide two strips of marking tape; one over ' each outside conduit. 2.05 LABELS: Li 1 I I Li I Li I I I A. Identify each junction box and conduit exposed in equipment rooms or accessible above lay -in ceilings or behind access doors with permanent self -adhering orange labels equal to Seton "Opti-Code.". B. Indicate voltage class such as "120/208 volts" or the type of signal cable installed therein such as "telephone." 2.06 WIRE MARKERS: A. Provide permanent self adhesive wire markers on each conductor in panelboards or other equipment enclosures. B. Indicate the circuit number or terminal number to which the wire is connected. PART 3- EXECUTION 3.01 INSTALLATION: A. Attach nameplates with approved adhesive on plastic surfaces and factory baked enameled surfaces only. Attach nameplates with proper screws on all other surfaces. B. Install nameplates identifying utility service entrance 6" above finished grade. C. Attach name tags to pull wires or conductors with nylon cord or other approved method. D. Install typewritten circuit directories in appropriate card slots. E. Install continuous strip of utility marker tape 12" above conduit or direct burial cable it is identifying. Do not backfill to grade until tape installation is approved. IF. Install wire markers so that information is easily visible. ' END OF SECTION 1J Electrical Identification 16195-3 H CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING UNDERGROUND ELECTRICAL SERVICES SECTION 16421 PART 1 - GENERAL 1.01 WORK INCLUDED: A. Trenching and backfilling B. Electrical secondary service raceways and wiring, including service to remote equipment C. Electrical primary service raceways D. Telephone service raceways E. Television service raceways F. Lightning arrestor 1.02 RELATED WORK: A. Section 16010 General Electrical Requirements B. Section 16110 Raceways C. Section 16120 Wires and Cables D. Section 16195 Electrical Identification E. Section 16450 Grounding 1.03 SUBMITTALS: A. Submit Shop Drawings of special mounting arrangements and metering requirements other than utility company's standard details. PART 2- PRODUCTS 2.01 ELECTRICAL SERVICE: A. For underground raceways for primary and secondary service, as well as for remote equipment, use Schedule 40 PVC, rigid non-metallic conduit (PVC-NMC). Underground Electrical Services 16421 -1 I CITY OF FAYETTEVILLE _ CONTAINER MAINTENANCE BUILDING 1. Provide Schedule 200 PVC-NMC straight couplings joined with approved solvent -cement. 2. Provide hot dipped galvanized rigid metal conduit (RMC) or intermediate metal conduit (IMC) long sweep elbows for all changes in direction. PVC- NMC elbows will not be allowed. Adapt to PVC-NMC conduit with combination coupling. B. For raceways exposed outside building, use RMC or IMC with threaded ends. , 1. Provide malleable iron or steel screw -on fittings and insulated bushings. 2. Provide watertight hubs for all box connectors. C. For all secondary wiring, use single, annealed, stranded copper conductors with 600 volt code type dual rated THHN/THWN insulation. 1. Make terminations in equipment to bolted lugs or use approved crimp -on connectors bolted to bus bars. 2. Make all required splices with approved crimp -on or bolted pressure connectors with snap -on or bolt -on insulators. D. Where free standing metering equipment must be used, provide heavy steel angle frame for equipment mounting as required. Paint frame with gray enamel. E. Provide concrete pads for transformers and other equipment mounted on grade. Provide concrete bases, including steel reinforcing in accordance with utility company's standard details or requirements. 2.02 SIGNAL CABLE SERVICE RACEWAYS: A.. For -underground raceways, including elbows and risers stubbed up just above floor, use Schedule 40 PVC-NMC with PVC-NMC fittings joined with approved ' solvent -cement. 2.03 LIGHTNING ARRESTOR: A. Where electrical service terminates at the service disconnect device (MDP), provide lightning arrestor equal to Square D Class 6671, Category No. SP11751 or SP36501 as applicable. Furnish with indicator light to indicate sacrificed component as result of excess surge. Mount in NEMA 1 enclosure close to service entrance or mount within service disconnect enclosure. I Underground Electrical Services 16421-2 C I CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING I PART 3 -EXECUTION 3.01 TRENCHING: A. Excavate bottoms of trenches to required depth with uniform and solid bearing for conduit. Do not lay conduit on mud, rocks, or unstable soil. Remove unsuitable bearing material and backfill to proper depth with sand or other approved material. P I C C I P I I I B. Excavate trenches to depths that will provide 4 inches of sand under the conduits and the following minimum cover above top of conduits to finished grade: 1. Secondary conduit or signal cable service raceways under paved or landscaped areas -2 feet. 2. Secondary conduit or signal cable service raceways under unpaved or graveled driveways - 3 feet. 3. Primary conduit (for systems greater than 600 volts) -4 feet. 3.02 BACKFILLING: A. Provide minimum of 4 inches of sand in bottom of trench for uniform bearing for conduit. After conduit has been laid and approved, backfill trench to a depth of one foot above top of conduit with sand or fine pea gravel. Install continuous strip of plastic utility marker tape over conduit and sand. Use suitable material for remaining backfill to finished grade, tamped to 95% compaction. 3.03 INSTALLATION: A. Do not lay conduit in wet trenches. Keep trenches dry by pumping or other means until backfilling is completed. B. If underground splices cannot be avoided, provide approved manhole properly protected and drained. C. Where multiple parallelled conductor make -ups are indicated on the Drawings, provide conductors identical in length, gauge, type, etc., and terminate exactly alike. D. Clean and swab -out conduit before pulling any wire. ' E. Use approved wire lubricating compound when necessary to assist wire pulling. I F. Where conduit enters building, seal space between conductors and conduit with "Ductseal." Underground Electrical Services 16421-3 I] CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING G. Terminate empty conduit for signal cable to outside building unless shown otherwise on the Drawings. Provide a spare conduit for telephone service in addition to the conduit used. Install fish wire and cap the open ends of conduit. H. Where pad mounted transformer is used, provide an empty conduit plus a spare for medium voltage primary cable from transformer to utility distribution system tap point. I. Identify entry location of each underground utility by providing a nameplate permanently attached on outside building wall directly above conduit where it enters building. J. Install lightning arrestor close to MDP. Wire lightning arrestor to main lugs or line side of main circuit breaker and system ground. END OF SECTION Underground Electrical Services 16421 -4 CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING GROUNDING SECTION 16450 PART 1 - GENERAL 1.01 WORK INCLUDED: A. Equipment grounding and bonding B. System grounding 1.02 RELATED WORK: A. Section 16010 General Electrical Requirements B. Section 16110 Raceways C. Section 16120 D. Section 16130 1.03 SUBMITTALS: Wires and Cables Boxes and Enclosures A. Submit certified test report of grounding electrode resistance. PART2-PRODUCTS 2.01 GROUNDING ELECTRODES: A. Provide 5/8 inch x 10 feet "copperweld" ground rods and accessories as required to achieve proper system ground. 2.02 GROUNDING WIRES: A. Provide insulated grounding conductors and jumpers sized in accordance with the NEC but no smaller than #12 AWG. Identify with continuous green insulation or with green tape at each termination. PART 3- EXECUTION 3.01 INSTALLATION: A. Bond the entire metal raceway system including conduit, boxes, enclosures, equipment frames, motor housings, and etc. System to be mechanically and Grounding 16450-1 Ii CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING electrically continuous throughout installation. B. Bond grounding conductor to conduit at the entrance and exit from that conduit containing only the grounding conductor. C. Install grounding jumper from connector bushings to equipment grounding bars. Bond grounding bars and lugs to housing, except where an isolated ground is indicated. D. Install separate grounding conductor in all raceway systems. E. Bond the grounding wires to each box and enclosure through which they pass, except where an isolated ground is indicated. F Where an isolated grounding (IG) system is indicated, maintain electrical isolation between the grounding conductors and the metal raceway system from the grounding terminals of IG receptacles back to the system grounding point. G. Install grounding electrode in accordance with the NEC. Prior to connecting to system, measure ground resistance under "normal dry weather" conditions. If the electrode to ground resistance is not less than 25 ohms, install additional grounding electrode as required by the NEC. H. Establish the system ground (grounding bar) at the service entrance. Bond this bar to all of the following: 1. Metal raceway system. 2. Grounding conductors, including those for isolated grounding systems. 3. The service entrance neutral conductor. Keep neutral conductors isolated from ground throughout electrical system except at the system ground. .4. The grounding electrode. 5. Domestic water service pipe. Provide grounding jumper across water meter connections. 6. The building steel including steel reinforcing in concrete foundations and steel frames as applicable. 7. Interior metal gas piping. END OF SECTION Grounding 16450-2 1 I II I I I I I 1l L I I CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING CIRCUIT BREAKER LIGHTING PANELBOARDS, 240 VAC MAX. SECTION 16471 PART 1 - GENERAL 1.01 WORK INCLUDED: A. Branch circuit panelboards rated 600 amperes or less B. Circuit breakers and accessories 1.02 RELATED WORK: A. Section 16010 B. Section 16190 C. Section 16195 D. Section 16450 1.03 SUBMITTALS: Electrical Requirements Supporting Devices Electrical Identification Grounding A. Submit Manufacturer's data sheets for each panelboard and each type of circuit breaker proposed for use. Submit schedule of engraved name plates and panelboard circuit directories. 1.04 QUALITY ASSURANCE: A. Approved Manufacturer's are Square D, Siemens, GE, and Cutler -Hammer for comparable and competitive product lines as applicable. Additions to existing panelboards shall be made with circuit breakers and accessories from the same manufacturer as the existing panelboard. PART 2 - PRODUCTS 2.01 PANELBOARDS: A. Furnish with distributed phase sequence type bussing with approved plating. Provide plug -on or bolt -on circuit breaker connections as scheduled on the Drawings. B. Furnish with wiring terminals UL listed for 75°C and for copper wire. C. Enclose bus assembly in galvanized steel cabinet of required gauge and gutter sizes. Paint the outside of surface mounted cabinets to match the fronts. Circuit Breaker Lighting Panelboards, 240 VAC, MAX. 16471-1 I CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING D. Provide "dead front" construction of code gauge steel with flush doors, concealed hinges, and flush cylinder tumbler -type locks. Key all panelboard locks in the building alike and also key like any existing panelboards where possible. E. For surface mounted cabinets, provide fronts of same size as the cabinets. For recessed cabinets, provide oversized fronts to completely cover wall openings. F. Provide solid neutral terminal block that is isolated from the cabinet unless used for a service entrance panelboard. G. Provide a grounding terminal block that is bonded to the cabinet unless used for an isolated grounded panelboard. H. Furnish panelboards with either a main breaker (MB) or main lugs only (MLO) as scheduled on the Drawings. Provide molded case circuit breakers of quick -make, quick -break, thermal -magnetic type with trip indication and common trip on all multi -pole breakers. Handle ties on multi -pole breakers will not be accepted. Where required, provide the following special breakers: 1. UL labeled "SWD" (switching duty) on breakers used for switching. 2. UL Class A ground fault circuit interrupter (GFCI) types where ground fault protection is required. 3. Current limiting types with test button and interrupting rating of 200,000 amperes RMS symmetrical for use as main breaker for series connected rating applications. 4. UL listed HACR on breakers serving HVAC equipment marked for use with HACR type circuit breakers. J. Rate each panelboard in accordance with UL Standard 67 for the integrated equipment short circuit rating indicated on the panel schedules. Where a Standard MB or MLO is provided, each branch breaker shall have the required interrupting capacity (AIC). At the Contractor's option, a current limiting type main breaker may be provided with lower rated AIC branch breakers as long as the UL recognized combinations of the series connected interrupting ratings meet the required integrated equipment short circuit rating indicated on the panel schedules. K. Panelboards shall be equal to Square D type NQOD with bolt -on circuit breaker types being Q0, Q1, Q2, Q4, IF, IK, or II as applicable. I ,' t I I 1 I I I Circuit Breaker Lighting Panelboards, 240 VAC, MAX. 16471 -2 1 CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING PART 3 - EXECUTION 3.01 INSTALLATION: A. Mount panelboards with the top 6 feet above finished floor. B. Support and identify as specified in "Related Work", Paragraph 1.02 contained herein. END OF SECTION Circuit Breaker Lighting Panelboards, 240 VAC, MAX. 16471 -3 CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING LIGHTING FIXTURES SECTION 16510 PART 1 -GENERAL 1.01 WORK INCLUDED: A. Work under this section includes furnishing and installing lighting fixtures, lamps, and accessories. The term "fixtures" in this section shall pertain to lighting fixtures. 1.02 RELATED WORK: IA. Section 16010 General Electrical Requirements B. Section 16190 Supporting Devices 1.03 SUBMITTALS: A. Submit manufacturer's data sheets complete with dimensions, mounting accessories, and photometric data for each type of fixture and lamp combination proposed for use. Include total connected fixture wafts and power factor. IPART 2 -PRODUCTS 2.01 FLUORESCENT FIXTURES: • A. Fixture housings shall be constructed in a manner to prevent sagging or warping. Housing, trim, and lens frame shall be true, straight, and parallel as designed. Interior light reflective finishes shall be white baked enamel with a minimum reflectance of 85%. Hinged doors on ceiling mounted fixtures shall operate smoothly without binding, and latches shall function easily without the use of tools. All fixtures shall be sealed or gasketed to prevent light leaks. Lenses shall be formed from 100% virgin acrylic with prismatic pattern unless noted otherwise. I Lenses and louvers shall exactly fit the frame, and shall exhibit no signs of warping or sagging. B. Ballasts shall be certified by ETL and carry the CBM label, and shall be high power • factor with UL listing. Ballasts shall be sound rated "A". Provide single ballast for 1, 2,3, or 4 lamp fixtures and two ballasts for 4 lamp fixtures with dual level switching. Provide high efficiency low interference electronic ballasts unless shown otherwise. Ballasts shall operate reliably in ambient temperatures from 50-100°F and shall contain automatic reset thermal protection. Ballasts located in unheated spaces or outside shall operate reliably down to 0°F. Power factor shall be no less than 90%. • Ballasts shall have less than 20% THD. Lighting Fixtures 16510-1 I I CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING C. Emergency ballast shall be UL listed. Emergency ballasts shall be sound rated "A". Provide ballast for operation of one lamp for a minimum of 90 minutes upon interruption of normal power. Emergency ballasts shall provide 600 lumen outputs for one 32W T8 lamp or 500 lumen output for a compact fluorescent lamp. D. Lamps shall be Sylvania, G.E., or Westinghouse. Fluorescent lamps shall be high efficiency,T8, color corrected, rapid start, unless noted otherwise. All lamps shall meet efficiency standards set forth in the National..Energy Policy Act of 1992. E. Wiring within the fixture shall have insulation suitable for the voltage, current, and temperature to which the conductors will be subjected. Lamp sockets shall conform to the applicable requirements of UL 542. F. Surface mounted fixtures shall be UL listed for mounting directly to low density ceilings. Fixtures shall be furnished with hangers, stems, or spacers as required or as noted on the Drawings. All fixtures installed in damp or wet locations shall be approved and listed as such. 2.02 INCANDESCENT:FIXTURES: A. Fixture construction, including wiring, shall be in accordance with UL Standards and the NEC. All recessed fixtures shall be provided with an automatic reset thermal protection device and shall be UL listed as type "NON-I.C.". Recessed fixtures installed where insulation is within three inches of housing shall be UL listed as type "I.C.". Recessed fixtures shall be pre -wired to a junction box approved for through wiring and shall include any bar hangers, mounting accessories, trim rings, etc. required to complete the installation. All fixtures installed in damp or wet locations shall be approved and listed as such. B. Incandescent lamps shall be suitable for the fixtures in which they are installed. Reflector lamps shall have beam patterns as scheduled on the Drawings. Fixtures installed in a manner that will make lamp replacement inconvenient shall be furnished with extended service lamps or lamps with the longest projected life available. All lamps shall meet the efficiency standards set forth in the National Energy Policy Act of 1992. 2.03 H.I.D. FIXTURES: A. Fixture construction, including wiring, shall be in accordance with UL Standards and the NEC. All outdoor fixtures shall be listed as suitable for wet locations and shall include all mounting accessories, poles, anchor bolts, brackets, and concrete bases for pole mounted fixtures where indicated or required. Lighting Fixtures 16510-2 Ai I Is 1, 1.1 1 I: I I E I I J I, I I I I CITY OF FAYETTEVILLE CONTAINER MAINTENANCE BUILDING B. Ballasts shall be CWA type capable of reliable starting down to -20°F and shall have a power factor of 0.9 or greater. PART 3- EXECUTION 3.01 INSTALLATION: A. The Contractor shall study the finished conditions and shall furnish fixtures compatible with the type of ceiling in which they are to be installed including all required mounting accessories. The Contractor shall relocate any fixture which, after installation, is found to interfere with other equipment or is otherwise located to conflict with proper performance as intended. B. Final wiring connections to fixtures located in lay -in ceilings shall be through Flexible Metal Conduit (FMC). Lay -in fluorescent fixtures shall be supported at all four (4) comers directly from the structure above with #12 AWG galvanized steel hanger wire. Hanger wires may be attached to the fixture or to the ceiling T -bar grid system at the fixture corners. Where hanger wires are attached to the T -bar grid, provide approved clips to attach fixture to the grid. Recessed incandescent fixtures installed in lay -in ceilings shall be provided with bar hangers attached to the T -bar grid and supported with a minimum of two #12 AWG galvanized steel hanger wires and shall support fixture with no force on the ceiling panels: Trim rings shall completely cover openings in ceiling panels. Exposed sides of surface mounted fixtures shall have no visible knock -out indentations. 3.02 CLEANING AND ADJUSTING: A. Upon completion of the work, thoroughly clean and polish all fixtures inside and out, and clean all lamps. Adjustable fixtures shall be carefully aimed and positioned in the presence of the Architect. END OF SECTION Lighting Fixtures 16510-3 I I IT a• i I 2 3 4 S 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 2S 29 30 32 33 34 35 36 State of Arkansas 79th General Assembly Regular Sessioo,1993 By. Senator Keet As Engrossed: 2/10/93 ACT B93 Aill SENATE BILL 320 For An Act To Be Entitled "AN ACT TO REQUIRE THE INCLUSION IN ALL BIDS FOR PUBLIC WORKS PROJECTS A SEPARATE PRICE PAY ITEM FOR TRENCH OR EXCAVATION SAFETY SYSTEMS; TO INVALIDATE BIDS WHICH DO NOT CONTAIN SUCH PROVISIONS; TO DECLARE AN EMERGENCY; AND FOR OTHER PURPOSES." Subtitle "AN ACT TO REQUIRE THE INCLUSION IN ALL BIDS FOR PUBLIC WORKS PROJECTS A SEPARATE PRICE PAY ITEM FOR TRENCH OR EXCAVATION SAFETY SYSTEMS." BE IT ENACTED BY THE GENERAL ASSEMBLY OF .THE STATE. OF ARKANSAS: SECTION 1. Whenever any agency of this state or of any county, municipality, or school district, or other local taxing unit or improvement district enters into a contract covered by the provisions of Arkansas Code Sf 22-9-202 - 22-9-204 for the making of repairs or alterations or the erection of buildings or for the making of any other improvements, or for the construction or improvement of highways, roads, streets, side -.talks, curbs, gutters, drainage or sewer projects, or for any other construction project in which the public work or public improvement construction project involves any - trench or excavation which equals or exceeds five (5) feet in depth, the agency, county, municipality, school district, local taxing unit or improvement district shall require: (1) the current edition of Occupational Safety and Health Administration Standard for Excavation and Trenches Safety System, 29 CFR 1926, Subpart F, be specifically incorporated into the specifications for the project; and (2) the contract bid form to include a separate pay item for vjQ76 As Eaprwmd: 2/10/93 SB 320 1 trench or excavation safety systems and be included in the base bid. 2 3 SECTION 2. In the event a contractor fails to complete a separate pay 4 item in accordance with the applicable provisions of Section 1 of this act, 5 the agency, county, municipality, school district,. local taxing unit or 6 improvement district shall declare that the bid fails to comply fully with the 7 provisions of the specifications and bid documents and will be considered 8 invalid as a non -responsive bid. The owners of the above stated project shall 9 notify the State Department of Labor (Safety Division) of the award of a 10 contrdct covered by chic act. 11 12 SECTION 3. All provisions of this act of general and permanent nature 13 are amendatory to the Arkansas Code' of 1987 Annotated and the Arkansas Code 14 Revision Commission shall incorporate the same -in the Code. 15 • • 16 SECTION 4. If any provisions of this act or the application thereof to 17 any person or circumstance is held invalid, the invalidity shall not affect 18 . other provisions or applications of the act which can be given effect without 19 the invalid provisions or application, and to this end the provisions of this 20 act are declared to be. severable. 21 22 SECTION 5. All laws and parts of laws in conflict with this act are 23 hereby repealed. 24 25 SECTION 6. Emergency. It is hereby found and determined by the h th well -bean of 26 27 28 29 30 31 32 33 34 35 36 I II Seventy -Ninth General Assembly or the State of Arkansas t at e Arkansas' craft workers are unnecessarily exposed to the hazards of trench excavation and the immediate passage of this act is necessary in order to protect the health and safety of the Arkansas worker. Therefore, an emergency is hereby declared to exist, and this act being necessary for the immediate preservation of the public peace, health, and safety, shall be in full force and effect from and after its passage and approval. u , /s/ Senator Keet APPP ' if LI IT Ii 1 E 1i I Overview Subpart P -- _ Excavations P-1. What are the most frequently cited serious • 29 CFR 1926.6510)(2) was deleted by 59 FR 40730, Excavation violations? (January 1, 1990 to dated August 9. 1994 ( publication of final rule Subpart April!, 1996) M of Part 1926 (Fall Protection)). 29 CFR I926.652(a)(I) (Protection in Excavations) .65I(kXl) (Inspections) .651GX2) (Loose Rock/Soil) .651(c)(2) (Means of Egress) .651(d) (Vehicular Traffic) .651(k)(2) (Inspections) .651(h)(1) (Water Accumulation) .6510(1) (Loose Rock/Soil) . .6510X2)•(Walkways/Guardrails) .651(e) (Falling Loads) .651(I)(3) (Adjacent Structures) .6510Xl)'(Walkways/Guardrails) .652(b) (Sloping/Benching Systems) .651((1)(1)(Adjacent Structures) .652(c) (Design/Protective Systems) .652(gX2) (Shield Systems Requirements) .652(g)(1) (Shield Systems/General) .651(b)(4) (Underground Installations) .651(gX1) (Hazardous Atmospheres) .651(a) (Surface Encumbrances) .652(a)(2) (Protective Systems) P-2. What are some effective control measures that can used for the serious hazazds discussed in P- 1? A. The competentperson should develop a check list enumerating the items listed in P-1 and use the list to identify and correct unsafe or unhealthy conditions that exist on a particular worksite. B. All excavations including trenches must be shored or sloped that are S 'feet (1.52 m) in depth, or greater -(1926.652). For excavations less than 5 feet (1.52 m) in depth, the competent person examines the excavation for potential cave-in hazards and makes a determination if protection is needed (I 926.652(a)(1)). 1 P-1 I 1I 1926 Subpart P - Excavations AUTHORITY: Sec. 107, Contract Worker Hours and Safety Standards Act (Construction Safety Act) (40 U.S.C. 333); Secs. 4, 6,.8, Occupational Safety and Health Act of 1970 (29 U.S.C. 653, 655, 657); Secretary of Labor's Order No. 12.71 (36 FR 8754), 8-76 (41 FR 25059), 9-83 (48 FR 35736), or 1-90 (55 FR 9033), as applicable. Section 1926.651 also issued under 29 CFR Part 1911. SOURCE: 54 FR 45959, Oct 31, 1989, unless otherwise noted. (59 FR 40730, Aug. 9, 1994] 1926.650 Scope, Application, an d Definitions Applicable to this Subpart. (a) Scope and application. This subpart applies to all open excavations made in the earth's surface. Excavations arc defined to include trenches. (b) Definitions applicable to this subpart Accepted engineering practices means those requirements which are compatible with standards of practice required - by a registered professional engineer. Aluminum Hydraulic .Shoring means a pre-engineered shoring system comprised of aluminum hydraulic cylinders (crossbraces) used in conjunction with vertical rails (uprights) or horizontal rails (wales). Such system is designed specifically to support the sidewalls of an excavation and prevent cave-ins. Bel! -bottom pier hole means a type of shaft or footing excavation, the bottom of which is made larger than the cross section above to form a belled shape. Benching (Benching system) means a method of protecting employees from cave-ins by excavating P-2 the sides of an excavation to form one or a series of horizontal levels or steps, usually with vertical or near -vertical surfaces between levels Cave-in means the separation of a mass of soil or rock material from the side of an excavation, or the loss of soil from under a trench shield'or support system, and its sudden movement into the excavation, eitherby fallingorsliding, in sufficient quantity so that it could entrap, bury, or other wise injure and immobilize a person. . Competentperson means one who is capable of identifying existing and predictable hazards in the surroundings, or working conditions which are unsanitary, hazardous, or dangerous to employees, and who has authorization to take prompt corrective measures to eliminate them. Goss bracer mean the horizontal member of a shoring system installed perpendicular to the sides of the excavation, the ends of which bear against either uprights or wales. Excavation means any man-made cut, cavity, trench, or depression in an earth surface, formed by earth removal. Faces or sides means the vertical or inclined earth surfaces formed as a result of excavation work. Failure means the breakage, displacement, or permanent deformation of a structural member or connection so as to reduce its structural integrity and its supportive capabilities. Hazardous atmosphere means an atmosphere which by reason of being explosive, flammable, poisonous, corrosive, oxidizing. irritating, oxygen deficient, toxic, or otherwise harmful, may cause death, illness, or injury. Kickout means the accidental release or failure ofacross cross brace. I, p. 1 I Ii OCCUPATIONAL SAFM AND HEALTH - t= -1926.650(b) REGULATIONS AND PROCEDURES I I 1 i I I I Proeeaive system means a method of protecting employees from cave-ins, from material that could fall or roll from an excavation face or into an excavation, or (morn the collapse of adjacent structures. Protective systems include support systems, sloping and benching systems, shield systems,, and other systems that provide the necessary protection. Ramp means an inclined walking or working surface that is used to gain access to one point from another, and is constructed from earth or from structural materials such as steel or wood. Regirtered Professional Engineer means a person who is registered as a professional engineer in the state where the work is to be performed. However, a professional engineer, registered in any state is deemed to be a "registered professional engineed' within the meaning of this standard when'approving designs for "manufactured protective systems" or "tabulated data to be used in interstate commerce. Sheeting means the members of a shoring system that retain the earth in position and in turn are supported by other members of the shoring system. Shield (Shield system) means a structure that is able to withstand the forces imposed on it by a cave-in and thereby protect employees within the structure. Shields can be permanent structures or can be designed to be portable and moved along as work progresses. Additionally, shields can be either premanufacturcd or job -built in accordance with 1926.652(c)(3) or (cX4). Shields used in trenches are usually referred to as "trench boxes" or "trench shields." Shoring (Shoring system) means a structure such as a metal hydraulic, mechanical or timber shoring system that supports the sides of an excavation and which is designed to prevent cave-ins. Sides. See *Faces." Sloping (Sloping system) means a method of protecting employees from cave-ins by excavating to form sides of an excavation that arc inclined away from the excavation so as to prevent cave-ins. The angle of incline required to prevent a cave•in varies with differences in such factors as the soil type, environmental conditions of exposure, and application of surcharge loads. Stable rock means natural solid mineral material that can be excavated with vertical sides and will remain intact while exposed. Unstable rock is considered to be stable when the rock material on the side or sides of the excavation is secured against caving -in or movement by rock bolts or by another protective system that has been designed by a registered professional engineer. Structural ramp means a ramp built of steel or wood, usually used for vehicle access. Ramps made of soil or rock are not considered structural ramps. Support system means a structure such as underpinning, bracing; or shoring, which provides support to an. adjacent structure, underground installation, or the sides of an excavation. Tabulated data means tables and charts approved by a registered professional engineer and used to design and construct a protective system. Trench (Trench excavation) means a narrow excavation (in relation to its length) made below the surface of the ground. In general, the depth is greater than the width, but the width of a trench (measured at the bottom) is not greater than 15 feet (4.6 m). If fours or other structures are installed or constructed in an excavation so as to reduce the dimension measured from the fonts or structure to the side of the excavation to 15 feet (4.6 m) or less (measured at the bottom of the excavation), the excavation is also considered to be a trench. Trench box. See "Shield." Trench shield See "Shield." Uprights means the vertical members of a trench shoring system placed in contact with the earth and usually positioned so that individual members do not contact each other. Uprights placed so that individual members are closely spaced, in contact with or interconnected to each other, are often called "sheeting." IVales means horizontal members of a shoring P-3 I l system placed parallel to the excavation face whose sides bear against the vertical members of the shoring system or earth. 1926.651- General Requirements. (a) . Surface encumbrances. Al! surface encumbrances that are located so alto create a hazard to employees, shall be removed or supported, as necessary, to safeguard employees. (b) . Underground installations. (1) The estimated location of utility installations, such as sewer, telephone, fuel, electric, water lines, or any other underground installations that reasonably may be expected to be encountered during excavation work, shall be determined prior to opening an excavation. (2) Utility companies or owners shall be contacted within established or customary local response times, advised of the proposed work, and asked to establish the location of the utility underground installations prior to the start of actual excavation. When utility companies or owners cannot respond to a request to locate tmdaground utility installations within 24 hours (unless a longer period is required by state or local law), or cannot establish the exact location of these installations,the employermay proceed, provided the employer does so with caution, and provided detection equipment or other acceptable means to locate utility installations arc used. (3) When excavation operations approach the estimated location of underground installations, the exact location of the installations shall be determined by safe and acceptable means. (4) While the excavation is open, underground installations shall be protected, supported orremoved as necessary to safeguard employees. (c) Access and egress - P-4 (1) Structural ramps. (i) Structural ramps that are used solely by employees as a means of access or egress from excavations shall be designed by a competent person. Structural ramps used for •access or egress of equipment shall be designed by acompetentpetsonqualified instructural • design, and shall be constructed in accordance with the design (u) Ramps and runways constructed of two or more structural members shall • have the structural members connected together to prevent displacement (dh) Structural members used for ramps and runways shall be of uniform thickness' (iv) Cleats or other appropriate means used to connect runway structural members shall be attached to the bottom of the runway or shall be attached in a manner to prevent tripping. . (v) Structural ramps used in lieu of steps shall be provided with cleats or other surface treatments o the top surface to prevent slipping (2) Means of egress from french excavations. A stairway, ladder, ramp or other safe means of egress shall be located in trench excavations that are 4 feet (1.22 m) or more in depth so as to require no more than 25 feet (7.62 m) of lateral travel for employees. (d) Exposure to vehicular frafe Employees exposed to public vehicular traffic shall be provided with, and shall wear, warning vests or other suitable garments marked with or made of reflectorized or high -visibility material. (c) Exposure to falling loads. No employer shall be permitted underneath loads handled by lifting or digging equipment. Employees shall be required to stand away from any vehicle being loaded or unloaded to avoid being struck by any spillage or falling I *1 4 I w OCCUPATIONALSAFETYAND HEALTH 1926.651(c) REGULATIONS AND PROCEDURES fImaterials. Operators' may ,remain in the cabs of II vehicles being loaded or unloaded when the vehicles arc equipped, in accordance with 1926.601(b)(6), to provide adequate protection for the operator during loading and unloading operations. (1) Wamingsysremjormobile equipment When • mobile .equipment is operated adjacent to an excavation, or when such equipment is required to • approach the edge of an excavation, and the operator does not have a clear and direct view of the edge of the excavation, a warning system shall be utilized such as barricades, hand or mechanical signals, or stop logs. If possible, the grade should be away from the excavation. (g) Haraidousatnrospheres- 1 (1) Testing and controls. In addition to the requirements set forth in subparts Dead E of this part (29 CFR 1926.50 - 1926.107) to prevent exposure to harmful levels of atmospheric contaminants and to assure acceptable atmospheric conditions, the following requirements shall apply: (i) Where oxygen deficiency 1 (atmospheres containing less than 19.5 percent oxygen) or ' a hazardous atmosphere casts or could reasonably be expected to exist, such as in excavations in landfill areas or excavations in areas where hazardous substances are stored nearby, the a&nospheres in the excavation shall be tested before employees enter excavations greater than 4 feet (1.22 m) in depth. (ii) Adequate precautions shall be taken to prevent employee exposure to atmospheres containing less than 19.5 percent oxygen and other hazardous atmospheres. These precautions include providing proper respiratory protection or ventilation in accordance with subparts D and E of this part respectively. (iii) Adequate precaution shall be taken such as providing ventilation, to prevent employee exposure to an atmosphere containing a concentration of a flammable gas in excess of 20 percent of the lower flammable limit of the gas. (iv) When controls are used that are intended to reduce the level of atmospheric contaminants to acceptable levels, testing shall be conducted as often as necessary to ensure that the atmosphere remains safe. (2) Emergency rescue equipment (i) Emergency rescue equipment, such as breathing apparatus, a safety harness and line, or a basket stretcher, shall be readily available where hazardous atmospheric conditions exist or may reasonably be expected to develop during work in an excavation. This equipment shall be attended when in use. (ii) Employees entering bell-bottom pier holes, or other similar deep and confined footing excavations, shall wear a harness with a lifeline securely attached to it. The lifeline shall be separate from any line used to handle materials, and shall be individually attended at all times while the employee wearing the lifeline is in the excavation. (h) Protectionfrom hands associated with water accumulation. (1) Employees shall not work in excavations in which there is accumulated water, or in excavations in which water is accumulating, unless adequate precautions have been taken to protect employees against the hazards posed by wateraccumulation. The precautions necessary to protect employees adequately vary with each situation, but could include special support or shield systems to protect from cave-ins, water removal to control the level of accumulating water, or use' of a safety harness and lifeline. (2) If water is controlled or prevented from accumulating by the use of water removal equipment, the water removal equipment and I P-5 1 OCCUPATI0NALSAFETYAND HEALTH 1926.651(h)(2) REGULATIONS ANDPR0CEDURFS operations shall be monitored by a competent person to ensure proper operation . (3) If excavation work interrupts the natural drainage of surface water (such as streams), diversion ditches, dikes, or other suitable means shall be used to prevent surface water from entering the excavation and to provide adequate drainage of the area adjacent to the excavation. Excavations subject to runoff from heavy rains will require an inspection by a competent person and compliance with paragraphs (h)(1) and (h)(2) of this section. (1) Stability 0/adjacent structures. (1) Where the stability of adjoining buildings, walls, or other structures is endangered by Rl excavation operations, support systems such as shoring, bracing, or underpinning shall be provided to ensure.. the stability of such structures for the protection of employees. (2) ` Excavation below the level of the base or footing of any foundation or retaining wall that could be reasonably expected to pose a hazard to employees shall not be permitted except when: (i) A support system, such as underpinning, is provided to ensure the safety of employees and the stability of the structure; or Cu) The excavation is in stable rock; or Cii) A registered professional engineer has approved the determination that the structure is sufficiently removed from the excavation so as to be unaffected by the excavation activity; or (iv) A registered professional engineer has approved the determination that such excavation work will not pose a hazard to employees. (3) Sidewalks, pavements and appurtenant structure shall not be undermined unless a support system or another method of protection P-6 is provided to..protect . employees from the possible collapse of such structures. _ (J) Protecrion of employees from loose rock or soil (1) Adequate protection shall be provided to protect employees from loose rock or soil that could pose a hazard by falling or rolling from an excavation face. Such protection shall consist of scaling to remove loose material; installation of protective barricades at intervals as necessary on the face to stop and contain falling material; or other means that provide equivalent protection. (2) Employees shall be protected from excavated or other materials or equipment that could pose a hazard by falling or rolling into excavations. Protection shall be provided by placing and keeping such materials or equipment at least 2 feet (.61 m) from the edge of excavations, or by the use of retaining devices that are sufficient to prevent materials or equipment from ' falling or rolling into excavations, or by a combination of both if necessary. (k) Inspections. (1) Daily inspections of excavations, the adjacent areas, and protective systems shall be made by a competent person for evidence of a situation that could result in possible cave-ins, indications of failure of protective systems, hazardous atmospheres, or other hazardous conditions. An inspection shall be conducted by the competent person prior to the start of work and as needed throughout the shift Inspections shall also be made after every rainstorm or other hazard increasing o«unence. These inspections are only required when employee exposure can be reasonably anticipated. (2) Where the competent person finds evidence of a situation that could result in a possible cave-in, indications of failure of protective systems, hazardous atmospheres, or other hazardous conditions, exposed employees shall be removed from the hazardous area until I I. I ', U 1 'V ii I I I I I I OCCUPATIONAL SAFETY AND HEALTH 1926.651(k)(2) REGULATIONS AND PROCEDURES the necessary precautions have been taken to ensure their safety._ Q) Fall protecn'on. (1) Walkways shall be provided where employees or equipment are required or permitted to ass over excavations. Gurardrails which comply with 1926.502(b) shall be provided where walkways are 6 feet (1.8 m) or more above lower levels. (2) Adequate barrierphysical protection shall be provided at all remotely located excavations. Al! wells, pits, shafts, etc., shall be barricaded or covered. Upon completion of exploration and other similar operations, temporary wells, pits, shafts, etc, shall be baclled. (54 FR 45959, Oct. 31, 1989, as amended by 59 FR 40730, Aug 9, 1994) 1926.652 - Requirements for Protective Systems. (a) Protection of employees in excavations. (1) Each employee in an excavation shall be protected from cave-ins by an adequate protective system designed in accordance with paragraph (b) or (c) of this section except when: (i) Excavations are made entirely in stable rock; or (i) Excavations are less than 5 feet (1.52 m) in depth and examination of the ground by a competent person provides no indication of a potential cave-in. (2) Protective systems shall have the capacity to resist without failure all loads that are intended or could reasonably be expected to be applied or transmitted to the system. (b) Design ofsloping and benching systems. The slopes and figurations of sloping and benching systems shall be selected and constructed by the employer or his designee and shall be in accordance with the requirements of paragraph (bXl); or, in the alternative, paragraph (bX2); or, in the alternative, paragraph (bX3); or, in the alternative, paragraph (b)(4), as follows: (1) Option (1) - Allowable configurations and slopes. (7 Excavations shall be sloped at an angle not steeper than one and one-half horizontal to one vertical (34 degrees measured from the horizontal), unless the employer uses one of the other options listed below. (ii) Slopes specified in paragraph (b)(1)(i) of this section, shall be excavated to form configurations that are in accordance with the slopes shown for Type C soil in Appendix B to this subpart. (2) Option (2) - Determination of slopes and configurations using Appendices A and B. Maximum allowable slopes, and allowable configurations for sloping and benching systems, shall be determined in accordance with the conditions and requirements set forth in appendices A and B to this subpart. (3) Option (3) - Designs using other tubufated data. (i) Designs of sloping or benching systems shall be selected from and in accordance with tabulated data, such as tables and charts. (ii) The tabulated data shall be in written form and shall include all of the following: (A) Identification of the paramete-s that affect the selection of a sloping'or benching system drawn from such data; 1 P•7 (B) Identification of the limits of use of .the data, to include the magnitude and configuration of slopes determined to be safe; (C) Explanatory information as may be necessary to aid the userin making a correct selection of a protective system from the data. (Iii) At least one copy of the tabulated data which identifies the registered professional engineer who approved the data, shall be maintained at the jobsite during construction of the protective system. After that time the data may be stored off the jobsite, but a copy of the data shall be made available to the Secretary upon request (4) Option (4) - Design by a registered professional engineer. (i) Sloping and benching systems not utilizing Option (1) or Option (2) or Option (3) under paragraph (b) of this section shall be approved by a registered professional engineer. (ii) Designs shall be in written form • and shall include at least the following: (A) The magnitude of the slopes that were determined to be safe for the particular project; (B) The configurations that were determined to be safe for the particular project; (C) The identity of the registered professional engineer approving the design. • (iii) At- least one copy of the design shall be maintained at the jobsite while the slope is being constructed. After that time the design need not be at the jobsite, but a copy shall be made available to the Secretary upon request. p -s (e) Desiggnofsupporirystemr,shiddrystems,and otlrerprotectiive systems. Designs of support systems , shield systems, and other protective systems shall be selected and constructed by the employer or his designee and shall be in accordance with the requirements of paragraph (c)(1); or, in the alternative, paragraph (c)(2); or, in the alternative, paragraph (c)(3); or, i the alternative, paragraph (c)(4) as follows: (1) Option (1) -Designs using appendices A, C and D. Designs for timber shoring in trenches shall bedetermined in accordance with the conditions and requirements set forth in appendices A end C to this subpart Designs for aluminum hydraulic shoring shall be in accordance with paragraph (cX2) of this section, but if manufacturer's tabulated data cannot be utilized, designs shall: be in accordance with appendix D. (2) Option (2) - Designs Using Manufacturer's Tabulated Data. (7 Design of support systems, shield systems, or other protective systems that are drawn from manufactures tabulated data shall be in accordance with all specifications, recommendations, and limitations issued or made by * the manufacturer. (i) Deviation from the specifications, recommendations, and limitations issued or made by the manufacturer shall only be allowed after the manufacturer issues specific written approval. (ii) Manufacturers specifications, recommendations, and limitations, and manufacturer's approval to deviate from the specifications, recommendations, and limitations shall be in written form at the jobsite during construction of the protective system. After that time this data may be stored off the jobsite, but a copy shall be made available to the Secretary upon request (3) Option (3) - Designs using other tabulated data• iH ii Ii I, r• I I ii 1 I I � OCCUPATIONALSAFETYANDHEALTH :. '? 1926.652(c)(3)(i) : REGULATIONS AND PROCEDURES (i) Designsofsupport systems, shield systents, or other protective systems shall be selected from and be in accordance � with tabulated data, such as tables and charts. (u) The tabulated data shall be in written form and include all of the following. (A) Identification of the parameters that affect the selection of a protective system drawn from 1 such data; (B) Identification of the limits of 1 use of the data; (C) Explanatory information as may be ne sary to aid the user in malting a correct selection of a protective system from the data. (iii) . At least one copy of the tabulated data, : which _ identifies the registered professional engineer who approved the 1 data, shall be maintained at the jobsite during construction of the protective system. Afterthat time the data may be stored off the jobsite, but a copy of the data shall be made available to the Secretary upon request (4) Option - Design by a registered professional engineer. (t) Support systems, shield systems, and other protective systems not utilizing • Option 1, Option 2 or Option 3, above, shall be approved by a registered professional engineer. (ii) Designs shall be in written form and shall include the following: (A) A plan indicating the sizes, types, and configurations of the materials to be used in the protective system; and (B)" The identity . of the registered professional engineer approving the design. (iii) At least one copy of the design shall be maintained at the jobsite during construction of the protective system. After that time, the design may be stored off the jobsite, but a copy of the design shall be made available to the Secretary upon request. (d) Materials and equipment (1) • Materials and equipment used for protective systems shall be free from damage or defects that might impair their proper function. (2) Manufactured materials and equipment used for protective systems shall be used and maintained in a manner that is consistent with the recommendations of the manufacturer, and in a manner that will prevent employee exposure to hazards. (3) When material or equipment that is used forprotective systems is damaged, a competent person shall examine the material or equipment and evaluate its suitability for continued use. If the competedt person cannot assure the material or equipment is able to support the intended loads or is otherwise suitable for safe use, then such material or equipment shall be removed from service, and shall be evaluated and approved by a registered professional engineer before being returned to service. (c) Installation and removal of support - (1) General. (i) Members of support systems shall be securely connected together to prevent sliding, falling, kickouts, or other predictable failure. 00 Support systems shall be installed and removed in a manner that protects employees from cave-ins, structural collapses, or from being struck by 1 P9 OCCOPATIONALSAFETYANDHEALTH 1926.652(e)(1)(iii) ^:• _ REGULATIONS AND PROCEDURES members of the support system. (g) Shield systems - - (rb) .Individual members of support (1) General' �. systems shall not be subjected to loads . exceeding those which those members () Shield .systems shall not be were designed to withstand. subjected to loads exceeding those which the system was designed to withstand. (iv) Before temporary removal of individual members begins, additional (u) Shields shall be installed in a precautions shall be taken to ensure the manner to restrict lateral or other safety of employees, such as installing hazardous movement of the shield in the other structural members to carry the event of the application of sudden lateral loads imposed on the support system. loads - (v) Removal shall begin at, and (w) Employees shall be protected from progress from, the bottom of the the hazard of cave-ins when entering or excavation. Members shall be released . exiting the areas protected by shields. slowly so as to note any indication of possible failure of the remaining (iv) Employees shall not be allowed in members of the structure or possible - shields when shields are being installed, cave-in of the sides of the excavation. .. . ' removed, ormoved vertically. (vi) Backfilling shall progress together (2) Additional requirement for shield with the removal of support systems from systems used in french excavations. excavations Excavations of earth material to a level not greater than 2 feet (.61 m) below the bottom of (2) Additional requirements for support a shield shall be permitted, but only if the shield systems for french ereavatio s. is designed to resist the forces calculated for the full depth of the trench, and there are no (i) Excavation of material to a level indications while the trench is open of a possible no greater than 2 feed (.61 m) below the loss of soil from behind or below the bottom of bottom of the members of a support the shield. system shall be permitted, but only if the I system is designed to resist the forces calculated for the full depth of the trench, and there are no indications while the : trench is open of a possible lo s of soil from behind or below the bottom of the support system. (ii) Installation of a support system shall be closely coordinated with the excavation of trenches. (f) Sloping and benching systems. Employees shall not be permitted to work on the faces of sloped or benched excavations at levels above other employees except when employees at the lower levels are adequately protected fmm the hazard of falling, rolling, or sliding material or equipment P-10 I I OCCUPATIONAL SAFETY AND HEALTH 1926 Subpart P App A ,.. REGULATIONS ANDPROCEDURES 1926 SubpartPApp A -Soil Classification (a) Scope and application - • (1) Scope. This appendix describes a method of classifying soil and rock deposits based an site and environmental conditions, and on the structare and composition of the earth deposits. • The appendix contains definitions, sets forth • requirements, and describes acceptable visual and manual tests for use in classifying soils. Li I I I i I I • (2) Application. This appendix applies when • a sloping or benching system is designed in accordance with the requirements set forth in 1926.652(b)(2) as a method of protection for employees from cave-ins..This appendix also applies when timber shoring for excavations is designed as a method of protection from cave-ins in accordance with appendix C to subpart P of part 1926, and when aluminum hydra lic shoring is designed in accordance with appendix D. This Appendix also applies if other protective systems are designed and selected for use from data prepared in accordance with the requirements set forth in 1926.652(c), and the use of the data, is predicated on the use of the soil classification system set forth in this appendix. (b) Definitions The definitions and examples given below are based on, in whole or in part, the following; American Society for Testing Materials (ASTM) Standards D653-85 and D2488; The Unified Soils Classification System; The U.S. Department of Agriculture (USDA) Textural Classification Scheme; and The National Bureau of Standards Report BSS -121. Cemented soil means a soil in which the particles are held together by a chemical agent, such as calcium carbonate, such that a hand -size sample cannot be crushed into powder or individual soil particles by finger pressure. Cohesive soil means clay (fine grained soil), or soil with a high clay content, which has cohesive strength. Cohesive soil does not crumble, can be excavated with vertical sideslopes, and is plastic when moist Cohesive soil is hard to break up when dry, and exhibits significant cohesion when submerged. Cohesive soils include clayey silt, sandy clay, silty clay, clay and organic clay. Diysoilmeans soil that does not exhibit visible signs of moisture content Fissured means a soil material that has a tendency to break along definite planes of fracture with little resistance, or a material that exhibits open cracks, such as tension cracks, in an exposed surface. Granular soil means gravel, sand, or silt (coarse grained soil) with little or no clay content Granular soil has no cohesive strength. Some moist granular soils exhibit' apparent cohesion. Granular soil cannot be molded when moist and crumbles easily when dry. Layered system means two or more distinctly different soil or rock , types arranged in layers. Micaceous seams or weakened planes in rock or shale are considered layered. Moist soil means a condition in which a soil looks and feels damp. Moist cohesive soil can easily be shaped into a ball and rolled into small diameter threads before crumbling. Moist. granular soil that contains some cohesive material will exhibit signs of cohesion between particles. P4csfic means a property of a soil which allows the soil to be deformed or molded without cracking, or appreciable volume change. Saturated soil means a soil in which the voids are filled with water. Saruradandoes not require flow. Saturation, or near saturation, is necessary for the proper use of instruments such as a pocket penetrometerm or sheer vane. Soil classification system means, for the purpose of this subpart, a method of categorizing soil and rock deposits in a hierarchy of Stable Rock, Type A. Type B, and Type C, in decreasing order of stability. The categories are determined based on an analysis of the properties and performance characteristics of the deposits and the characteristics of I P -u I OCCQPATIONAL SAFETY AND HEALTH : •1926 Subpart P App A REGULATIONS AND PROCEDURES the deposits and theenvironmental conditions of exposure. Stable rock means natural solid mineral matter that can be excavated with vertical sides and remain intact while exposed. Submerged soil means soil which is underwater or is free seeping. Type A means cohesive soils with an tmconfined, compressive strength of 1.5 ton per square foot (tsf) (144 kPa) or greater. Examples of cohesive soils are: clay, silty clay, sandy clay, clay loam and, in some cases, silty clay loam and sandy clay loam. Cemented soils such as caliche and hardpan are also considered Type A However, no soil is Type A if: n The soil is fissured; or (u) The soil is subject to vibration from heavy traffic, pile driving, or similar effects; or (iii) The soil has been previously disturbed; (iv) The soil is pat of a sloped, layered system where the layers dip into the excavation on a slope of four horizontal to one vertical (4H:1 V) or greater, or (v) `The material is subject to other factors that would require it to be classified as a less stable material. Type B means: (I) Cohesive soil with an unconfined compressive strength greater than 0.5 tsf (43 kPa) but less than 1.5 tsf (144 kPa); or u Granular eohesionless soils including: angular gavel (similar to crushed rock), silt, silt loam, sandy loam and, in some cases, silty clay loam and sandy clay loam. (its) Previously disturbed soils except those which would otherwise be classed as Type C soil. (v)._.Soil _that 'meaty the -'unconfined compressive strength or cementation requirements for Type A, but is fissured or subject to vibration; or . (v) Dry rock that is not stable; or (vi) Material that is pat of a sloped, layered system where the layers dip into the excavation on a slope less steep than four horizontal to one vertical (411:1 Vi but only -if the material would otherwise be classified as Type B. Type Cmeans. (1) ` Cohesive soil with an unconfined compressive strength of 0.5 tsf (48 kPa) or less; or (u) Granularsorls including gravel, sand, and loamy sand; or I. (sir) Submerged soil or soil from which water is freely ping; or (iv) Submerged rock that is not stable, or (v) Material in a sloped, layered 'system where the layers dip into the excavation or"a slope of four horizontal to one vertical (4H:IV) or steeper. Unconfined compressive strength means the load per unit area at which a soil will fail in compression. It can be determined by laboratory testing, or estimated in the field using a pocket penetrometer, by thumb penetration tests, and other methods. Wet soil means soil that contains significantly more moisture than moist soil, but in such a range of values that cohesive material will slump or begin to flow when vibrated Granular material that would exhibit cohesive properties when moist will lose those cohesive properties when wet. (c) Requirements - (1) Classifkadon of soil and rock deposits. I ,' I I I I I I. P•12 I I i I OCCUPATIONALSAFETY AND HEALTH 1926 Subpart P App A �;' "' REGULATIONS ANDPROCEDURES • Each sod and cock deposit shall be classified by a competent personas Stable Rock, .Type A, Type B, or Type C in accordance with the definitions set forth in paragraph (b) of this appendix (2) Basisofclasrjrcation. The classification of the deposits shall be made based on the results of at least one visual and at least one manual analysis. Such analyses shall be I. conducted by a competent person using tests described in paragraph (d) below, or in other recognized methods of soil classification and testing such as those adopted by the American • Society for Testing Materials, or the U.S. • Department of Agriculture textural classification system. I I L I I (3) Vsrual and manual analyses. The visual and manual analyses, such as those noted as being acceptable in paragraph (d) of this appendix, shall be designed and conducted to provide sufficient quantitative and qualitative information as may be necessary to identify properly the properties, factors, and conditions affecting the classification of the deposits. (4) Layeredsystenu. Ina layered system, the system shall be classified in accordance with its weakest layer. However, each layer may be classified individually where a more stable layer lies under a less stable layer. (5) Reclass fcadon. If, after classifying a deposit, the properties, factors, or conditions affecting its clarification change in any way, the changes shall be evaluated by a competent person. The deposit shall be reclassified as necessary to reflect the changed circumstances. (d) Acceptable visual and manual tests. - (1) Vuualtesrs. Visual analysis is conducted to determine qualitative information regarding the excavation site in general, the soil adjacent to the excavation, the soil forming the sides of the open excavation, and the soil taken as samples from excavated material. (i) Observe samples of soil that arc excavated and soil in the sides of the excavation Estimate the range of particle sizes and the relative amounts of the particle sizes. Soil that is primarily composed of fine-grained material material is cohesive material. Soil composed primarily of coarse -grained sand or gravel is granular material. (d)• Observe soil as it is excavated. Soil that remains in clumps when excavated is cohesive. Soil that breaks up easily and does not stay in clumps is granular. . (tit) Observe the side of the opened excavation and the surface area adjacent to the excavation. Crack -like openings such as tension cracks could indicate fissured material If chunks of soil spall off a vertical side, the soil could be fissured. Small spalls are evidence of moving ground and are indications of potentially hazardous situations. (iv) Observe the area adjacent to the excavation and the excavation itself for evidence of existing utility and other underground structures, and to identify previously disturbed soil. (v) Observed the opened side of the excavation to identify layered systems. Examine layered systems to identify if the layers slope toward the excavation. Estimate the degree of slope of the layers. (vi) Observe the area adjacent to the excavation and the sides of the opened excavation for evidence of surface water, water seeping from the sides of the excavation, or the location of the level of the water table. (vii) Observe the area adjacent to the excavation and the area within the excavation for sources of vibration that may affect the stability of the excavation face. 1 P•13 I AND (2) Manual test. Manual analysis of soil samples &conducted to determine quantitative as well as qualitative properties of soil and to provide more information in order to classify soil properly. (1) Plasticity. Mold a moist or wet sample of soil into a ball and attempt to roll it into threads as thin as 1B -inch in diameter. Cohesive, material can be successfully rolled. into threads without crumbling. For example, if at least a two inch (50 mm) length of 1/8 -inch thread can be held on one end without tearing, the soil is cohesive. (u) Drystrength. If the soil is dryand crumbles on its own or with moderate pressure into individual grains or fine powder, it is granular (any combination of gravel, sand, or silt). If the soil is dry • and falls into clumps which break up into smaller clumps, but the smaller clumps can only be broken up with difficulty, it may be clay in any combination with gravel, sand or silt If the dry soil breaks into clumps which do not break up into small clumps and which can only be broken with difficulty, and there is no visual indication the soil is fissured, the soil may be considered unfissured. (u) Thumb penetradon. The thumb penetration test can be used to estimate the unconfined compressive strength of cohesive soils. (This test is based on the thumb penetration test described in American Society for Testing and Materials (AST?) Standard designation D2488 - 'Standard Recommended Practice for Description of Soils (Visual -Manual Procedure).') Type A soils with an unconfined compressive strength of 1.5 tsf can be readily indented by the thumb; however, they can be penetrated by the thumb only with very great effort. Type C soils with an unconfined compressive strength of 0.5 tsf can be easily penetrated several inches by the thumb, and can be molded by light finger 1926 ptessvre. This test should be conducted on an undisturbed soil sample, such as a large clump of spoil, as soon as practicable after excavation to keep to a minimum the effects of exposure to raying influences If the excavation is later exposed to wetting influences (rain, flooding), the classification of the soil must be changed accordingly. (iv) Other strength tests Estimates of unconfined compressive strength of soils can also be obtained by use of a pocket penetrometer orby using a hand -operated shearvane. - (v) Drying test The basic purpose of the drying test is to differentiate between cohesive material with fissures, unfissured cohesive material, and granular material The procedure for the drying test involves drying a sample of soil that is approximately one inch thick (2.54 cm) and six inches (15.24 cm) in diameter until it is thoroughly dry; (A) If the sample develops cracks as it dries, significant fissures are indicated. (B) Samples that dry without cracking are to be broken by hand. If considerable force is necessary to break a sample, the soil has significant cohesive material content The soil can be classified as an unfissured cohesive material and the unconfined compressive strength should be determined. (C) Ifa sample breaks easily by hand, it is either a fissured cohesive material or a granular material. To distinguish between the two, pulverize the dried clumps of the sample by hand or by stepping on them. If the clumps do not pulverize easily, the material is cohesive with fissures. If they pulverize easily into very IH I I 1 I I I I P-14 L I 1 ' OCCUPATIONAL SAFETY AND HEALTH 1926 Subpart P APP B REGULATIONS AND PROCEDURES small fragments, the material is granular. 1926 Subpart P App B - Sloping an d Benching. (a) Scope and application. This appendix contains specifications for sloping and benching when used as methods of protecting employees working in excavations from cave-ins. The requirements of this appendix apply when the design of sloping and benching protective systems is to be performed in accordance with the requirements set f&th in 1926.652(b)(2). (b) Defrnitiaru. Actual slope means the slope to which an excavation face is excavated. Distress means that the sod is in a condition where a cave-in is imminent or is likely to occur. Distress is evidenced by such phenomena as the development of fissures in the face of or adjacent to an open excavation; the subsidence of the edge of an 1 excavation; the slumping of material from the face or the bulging or heaving of material from the bottom of an excavation; the spalling of material from the face of Ian excavation; and ravelling, i.e., small amounts of material such as pebbles or little clumps of material suddenly separating from the face of an excavation and trickling or rolling down into the excavation. Maximum allowable slope means the steepest incline of an excavation face that is acceptable for the most favorable site conditions as protection against cave-ins, and is expressed as the ratio of horizontal distance to vertical rise (WV). Short term exposure means a period of time less than or equal to 24 hours that an excavation is open. (c) Requirements - • (1) Soil class fication. Soil and rock deposits shall be classified in accordance with appendix A to subpartP of part 1926. (2) Maximum allowable slope. The maximum allowable slope for a soil or rock deposit shall be determined from Table B-1 of this appendix (3) Actual slope. n The actual slope shall not be steeper than the maximum allowable slope. (u) The actual slope shall be less steep than the maximum allowable slope, when there are signs of distress. If that situation occurs, the slope shall be cut back to an actual slope which is at least 1/2 horizontal to one vertical (12H:1 V) less steep than the maximum allowable slope. (iii) When surcharge loads from stored material or equipment, operating equipment, or traffic are present, a competent person shall determine the degree to which the actual slope must be reduced below the maximum allowable slope, and shall assure that such reduction is achieved. Surcharge loads from adjacent structures shall be evaluated in accordance with 1926.651(i). (4) Configurations. Configurations of sloping and benching systems shall be in accordance with Figure B -I. I P-15 11 11 OCCUPATIONAL SAFETY AND HEALTH 1926 Subpart P App B ,. .. ._._ ...... ... - REGULATIONS AND PROCEDURES . - TABLE B-1 ..- • MAXIMUM ALLOWABLE SLOPES SOIL OR ROCK TYPE - I MAXIMUM ALLOWABLE SLOPES (H:V)(1) FOR EXCAVATIONS LESS THAN 20 FEET DEEP(3) STABLE ROCK I VERTICAL (90 Deg.) TYPE A (2) 13/4:1 (53 Deg.) TYPE B 1:1 (45 Deg.) TYPE C I 1 1/2:1 (34 Deg.) NOTE: 1. Numbers shown in parentheses next to maxim= allowable slopes are angYes expressed in degrees from the horizontaL Angles have been rounded off. 2. A short-term maiaunt allowable slope of 1/2H:1V (63 degrees) is allowed in excavations in. Type A soil that are 12 feed (3.67 m) or less in depth. Short-term n xintu a allowable slopes for excavations greater than 12 feet (3.67 m) in depth shall be 3/4H:1V (53 degrees). . 3. Sloping or beaching for excavations greater than 20 feet deep shall be designed by a registered professional engineer. Figure B -1 Slope Configurations (All Slopes stated below are in the horizontal to vertical ratio) B-1.1 Excavations made in Type A soil. 1. All simple slope excavation 20 feet or less in depth shall have a maximum allowable slope of 3/4:1. P-16 1 II I I ' OCCUPATTONALSAFETYAND HEALTH 1926 Subpart P App B. REGULATIONS AND PROCEDURES ■ 20' Max. I 3/4 SIMPLE SLOPE - GENERAL Exception: Simple slope excavations which arc open 24 hours or less (short term) and which are 12 feet or less in depth shall have a maximum allowable slope of 12:1. 12' Max. A I. SUV LE SLOPE - SHORT TERM 2. All benched excavation 20 feet or less in depth shall have a maximum allowable slope of 314 to I and maximum bench dimensions as follows: I 2O'Mx. i i I. P-17 OCCUPATIONAL SAFETY AND HEALTH • 1926 SubpartP Ann B REGULATIONS AND PROCEDURES SQv1PLE BENCH 20' Max Max. C Max 1 314 MULTIPLE BENCH 3. Al excavations 8 fat or less in depth which have unsupported vertically sided lower portions shall have a maximum vertical side of 3 12 feet. 8' Max. •1 3f4 3 1)2' Max. UNSUPPORTED VERTICALLY SIDED LOWER PORTION - MAXIMUM 8 FEET IN DEPTH All excavations more than 8 feet but not more than 12 feet in depth which unsupported vertically sided lower portions shall have a maximum allowable slope of 1:1 and maximum vertical side of 3 12 feet . Ir Max P-18 3 1/2' M ax. 1I1 OCCUPATIONALSAFETYAND HEALTH "1926 Subpart P App B RECULkTI0NS AND PROCEDURES UNSUPPORTED VERTICALLY SIDED LOWER PORTION - MAXIMUM 12 FEET IN DEPTH All excavation 20 feet or less in depth which have vertically sided lower portions that are supported or shielded shall have a madman allowable slope of 3/4:1. The support or shield sustem must extend at least 18 inches above the top of the vertical side. • "18" Min. Total height of vertical side SUPPORTED OR SHIELDED VERTICALLY SIDED LOWER PORTION 4. All other simple slope, compound slope, and vertically sided lower portion excavations shall be in accordance with the other options permitted under sec. 1926.652(b). B-1.2 Excavations Made in Type B Soil All simple slope excavations 20 feet or less in depth shall have a miximurn allable slope of 1:1. K1r SIMPLE SLOPE 2. All benched excavations 20 feet or less in depth shall have a maimum allable slope of 1:1 and maximum bench dimensions as follows: OCCUPATIONAL SAFETY AND HEALTH 1926 Subpart APP B REGULATIONS AND PROCEDURES .. - This bench ellowedin cohesive soil only. , WMex 4 X Max SINGLE BENCH This bench allowed in role sive soil only I Max 4 Mex I � MULTIPLE BENCH . 3. All excavations 20 feet or less in depth which have vertically sided lower portions shall be shielded or supported to a height at least 18 inches above the top of the vertical side. All such excavations shall have a maximum allowable slope of 1:1. Support or shield system I1 20'Mnx !/ � 18• Min. Toter height oFve#cal side P-20 I I '• OCCUPATIONAL SAFETYAND HEALTH 1926 Subpart P App B RECULITIONS AND PROCEDURES VERTICALLY SIDED LOWER PORTION 4. All other sloped excavations shall be in accordance with the other options permitted in 1926.652(b). B-1.3 Excavations Made in Type C Soil 1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable slope of 1 12:1. 70 Max ' �1 SIMPLE 11/2 SLOPE 2. All excavation 20 feet or less in depth which have vertically sided lower portions shall be shielded or supported to a height at least 18 inches above the top of the vertical side. All such excavations shall have a maximum allowable slope of 11)2:1. I I2P Max �I 1 1!2 18• Min. Totel height of vertie al side VERTIC AL SIDED LOWER PORTION 3. All other sloped excavations shall be in accordance with the other options permitted in 1926.652(b). B-1.4 Excavation Made in Layered Soils • 1. All excavations 20 feet or less in depth made in layered soils shall have a maximum allowable slope for each layer as set forth below. I P-21 1926 Sabn2rt P ADD B REGULATIONS AND PROCEDURES H �1 1 /11 3/4 C 1 i1 3/4 • COVERB P•22 REGULATIONS AND PROLE A C / i iirz AOVERC I C /i 1 1!1 vER C 2. All other sloped excavations shall be in accordance with the other options permitted in 1926.652(b). P-23 I ' OCCUPATIONAL SAFETY AND HEALTH '"-: 1726 SubpartPApp C REGULATIONS AND PROCEDURES I tabulardatt is presented in paragraph (e) of this 1926 Subpart P*App C •Tiinbe r appendix Shoring for Trenches. (4) Information illustrating the use of the ' tabular data is presented in paragraph (0°f this appendix (a) Scope. This appendix contains information that can be used when timber shoring is provided as a (5) Ivfiscellaneous notations regarding Tables • method of protection from cave-ins in trenches that do C-1.1 through C-1.3 and Tables C-2.1 through not exceed 20 feet (6.1 m) in depth. This appendix C-2.3 are presented in paragraph (g) of this must be used when design of timber shoring protective Appendix systems is to be performed in accordance with 1926.652(c)(1). Other timber shoring configurations; (d) Basis and limitations ofthe data. - other systems of support such as hydraulic and • pneumatic systems, and other protective systems such (1) Dimensions of timber members. as sloping, benching, shielding, and freezing systems must be designed in accordance with the requirements (i) The sizes of the timber members set forth in 1926.652(b) and 1926.652(c). listed in Tables C -I.! through C-1.3 are taken from the National Bureau of (b) Soil Classification. In order to use the data Standards (NBS) report, "Recommended presented in this appendix, the soil type or types in Technical Provisions for Construction which the excavation is made must first be determined Practice in Shoring and Sloping of _ using the soil classification method set forth in Trenches and Excavations.In addition, appendix A of subpart P of this part. where NBS did not recommend specific sizes of members, member sizes are (c) Presentation of Information. Information is based on an analysis of the sizes required • presented in several forms as follows: for use by existing codes : and on empirical practice. (1) Information is presented in tabular form in Tables C-1.1, C-1.2 and C-1.3, and Tables (ii) The required dimensions of the' C-2. I, C-22 and C-2.3 following paragraph (g) members listed in Tables C -I.1 through of the appendix. Each table presents the C-1.3 refer to actual dimensions and not minimum sizes of timber members to use in a nominal dimensions of the timber. shoring system, and each table contains data Employers wanting to use nominal size ' only for the particular soil type in which the shoring are directed to Tables C-2.1 excavation or portion of the excavation is made. through C-2.3, or have this choice under The data are arranged to allow the user the 1926.652(c)(3), and are referred to The flexibility to select from among several Corps of engineers, The Bureau of acceptable configurations of members based on Reclamation or data from other varying the horizontal spacing of the acceptable sources. crosslamces. Stable rock is exempt from shoring • requirements and therefore, no data are (2) Limitation of application. presented for this condition. (j) It is not intended that the timber (2) Information concerning the basis of the shoring specification apply to every tabular data and the limitations of the data is situation that may be experienced in the presented in paragraph (d) of this appendix, and field. These data were developed to apply on the tables themselves. to the situations that are most commonly experienced in current trenching practice. (3) Information explaining the use of the Shoring systems for use in situations that I P-24 OCCUPATIONALSAFETY AND HEALTH 1926 Subpart PApp C nacuurtorts uro rnocsautaes are not covered by the data in this appendix must be designed as specified in 1926.652(c). (i) When any . of the following conditions are present, the members specified in the tables are not considered adequate. Either an alternate timber shoring system must be designed or another type •. of protective system designed in accordance with 1926.652. (A) When loads imposedby structures or by stored material adjacent to the trench weigh in excess of the load imposed by a two -foot soil surcharge. The term adjacent' as used here means the area within a horizontal distance from the edge of the trench equal to the depth of the trench. (B) . When vertical loads imposed on cross braces exceed a 240 -pound gravity load distributed on a one -foot section of the center of the crossbrace. (C) When surcharge loads are present from equipment weighing in excess of 20,000 pounds. (D) When only the lower portion of a trench is shored and the remaining portion of the trench is sloped or benched unless: The sloped portion is sloped at an angle less steep than three horizontal to one vertical; or the members are selected from the tables for use at a depth which is determined from the top of the overall trench, and not from the toe of the sloped portion. (c) Use of Tables. The members of the shoring system that are to be selected using this information are the cross braces, the uprights, and the wales, where wales are required. Minimum sizes of members are specified for use in different types of soil. There are six tables of information, two for each soil type. The soil type must first be determined in accordance with the soil classification system described in appendix A to subpart P of part 1926. Using the appropriate table, the selection of the size and spacing of the members is then made. The selection is based on the depth and width of the trench where the members are to be installed and, in most instances, the selection is also based on the horizontal spacing of the emssbtaces. Instances where a choice of horizontal spacing of crossbracing is available, the horizontal spacing of the crossbraces must be chosen by the user before the size of any membeccan bedetermined When the soil type, the width and depth of the trench, and the horizontal spacing of the crossbraces are known, the size and vertical spacing of the crossbraces are known, the size and vertical spacing of the crossbraces, the size and vertical spacing of the wales, and the size and horizontal spacing of the uprightscan be read from the appropriate table. (Q Exanrpler to ldustrateOhe Use ofTablec C -Li through C-1.3. (1) Examplel. A trench dug in Type A soil is 13 feet deep and five feet wide. From Table C-1.1, for acceptable anangements of timber can be used. Arrangement #1 Space 4X4 crossbraces at six feet horizontally and four feat vertically. Wales are not required. Space 3X8 uprights at six feet horizontally. This arrangement is commonly called "skip shoring..."' Arrangement #2 Space 4X6 crossbraces at eight feet horizontally and four feet vertically. Space 8X8 wales at four feet vertically. Space 2X6 uprights at four feet horizontally. Arrangement #3 Space 6X6 crossbraces at 10 feet horizontally and four feet vertically. Space 8X10 wales at four feet vertically. Space 2X6 uprights at five feet horizontally. P-25 I I ' OCCUPATIONALSAFETYANDHEALTH 1926 Subpart PApp C REGULATIONS AND PROCEDURES Arrangement #d .: .. Arrangement #1 Space 6X6 crossbraces at 12 feet horizontally Space 8X8 crossbraces at six feet horizontally and four feet vertically. and five feet vertically. 7 Space IOXlO wales at four feet vertically. Space 10X12 wales at five feet vertically. ' Space 3X8 uprights at six feet horizontally. Position 2X6 uprights as closely together as possible. (2) Example 2. If water must be retained use special tongue and A heath dug in Type B soil is 13 feet deep and groove uprights to form tight sheeting. five feet wide. From Table C-12 three acceptable arrangements of members are listed. Arrangement #2 Arrangement #1 Space 8XIO crossbraces at eight feet horizontally and five feet vertically. Space 6X6 crossbraces at six feet horizontally and five feet vertically. Space 12X12 wales at five feet vertically. Space 8X8 wales at five feet vertically. Position 2X6 uprights in a close sheeting configuration unless water pressure must be resisted. • Space 2X6 uprights at two feet horizontally. Tight sheeting must be used where water must be retained. ' Arrangement #1 (4) Example 4. Space 6X8 aossbraces at eight feet horizontally and five feet vertically. Au -each dug in Type C soil is 20 feet deep and ' 11 feet wide. The size and spacing of members for the Space IOX10 wales at five feet vertically. section of trench that is over 15 feet in depth is determined using Table C-1.3. Only one arrangement Space 2X6 uprights at two feet horizontally, of members is provided. Space 8XIO aossbraces at six feet horizontally and five feet vertically. Arrangement #3 Space 12X12 wales at five feet vertically. 1 Space 8X8 crossbraces at 10 fat horizontally and five feet vertically. Use 3X6 tight sheeting. ' Space 10X12 wales at five feet vertically. Use of Tables C-2.1 through C-2.3 would follow the same procedures. Space 2X6 uprights at two feet vertically. (g) Notes for all Tables. (3) Example 3. 1. Member sizes at spacings other than indicated A uerich dug in Type C soil is 13 feet deep and are to be determined as specified in 1926.652(c), five feet wide. "Design of Protective Systems." From Table C•1.3 two acceptable arrangements 2. When conditions are saturated or submerged ' of members can be used. use Tight Sheeting. Tight Sheeting refers to the use of specially -edged timber planks (e.g.. tongue and P-26 OCCUPATIONALSAFETYAND HEALTH :1926SubpartYAnP C;.. REGULATIONS AND PROCEDURES groove) at least three inches thick, steel sheet piling, ate embedded, the vertical distancefrom the center of or similar construction that when driven or placed in the lowest crossbrace to the bottom of the trench shall position provide a tight wall to resist the lateral not exceed 36 inches. When mudsills are used, the pressure of water and to prevent the loss of backfdl vertical distance shall not exceed 42 inches. Mudsills material. Close Sheeting refers to the placement of are wales that are installed at the tow of the trench planks side -by -side allowing as little space as possible side. between them. • 6. Trench jacks may be used in lieu of or in 3. All spacing indicated is measured center to combination with timbercrossbraces. center. 7. Placement of crossbraces.When the vertical 4. - Wales to be installed with greater dimension spacing ofcrossbraces is four feet, place the top horizontal. crossbrace no more than two feet below the top of the • trench. When the vertical spacing of crossbraces is S. If the vertical distance from the center of the five feet, place the top crossbrace no more than 2.5 lowest crossbrace to the bottom of the trench exceeds feet below the top of the trench. two and one-half feet, uprights shall be firmly embedded or a mudsill shall be used. Where uprights P-27 ' OCCUPATIONAL SAFETY ANDBEALTH 1926SubpartPApp C •; - REGULATIONS AND PROCEDURES i TABLEC-1.1 TIMBER TRENCH SHORING --MINIMUM TIMBER REQUIREMENTS .SOILTYPEA Pa=25xH+72psfQftSurehuge) GO .a DEPTB CROSS BRACES UPPIG'r.7S ' OF R.0RQ W TH0FTRENCH VEST. VEST. MAXIMUM ALL0 P'ABIL H0&I2Ct(TALVACH0 ACING UPT0 UPT0 UPT0 UPT0 UPi0)PAC1N S12E PACs - (reap (ice IFM 4 6 9 12 1S Imo) �) } asst 4 5 6 8 UP TO - -.- Not •. 5 6 4X4 4X4 4X6 6X6 616 4 Red — 9x6 UPT0 Not 8 4X4 414 4X6 6X6 616 4 Rea'd --- 2x8 ' TO UP TO . 10 4X6 4X6 4X6 6X6 6X6 8X8 2x6 10 UPi0 '12 4X6 4X6 6X6 6X6 4 8X8 2x6 10 UPT06 44 4X4 4X6 t Red --- 3x8 ' UPIo - I0 8 4X6 6X6 6X6 6X6 8X8 2x6 UPI0 _ 10 6X6 6X3 6X6 6X8 6X8 4 8X10 2x6 15 UPT0 12 6X8 6X8 -• 10X10 3x8 UPI0 ' 13 6 RY66X6X6 tt 6 4 6X8 3x6 UP TO 8 6X6 6X6 6X6 6X8 6X8 4 8X8 3x6 I0 UP TO 10 8X8 8X8 8X8 8X8 8X10 t 8X10 4 3x6 20 LpI0 12 8X8 4.X 8X8 10 t -10X1 ' on 20 SZ✓N0TE1 • IlGidaakattgLL�ia3wahebmduLgsam�4nct'<ss0em650psi "EC,tnzedmembas o[e4uroaladsaatPhybe substautd&wood I ' P•28 11 OCCUPATIONALSAFETYANDHEALTH 1926SubpartPApp C REGULATIONS AND PROCEDURES TABLEC-12 TIMBER TRENCH SHORING -- MINIMUM TIMBER REOUIRMENTS SOIL TYPE B P — 45 X H + 72 psf (2 ft. Surcharge) DEPTH A "" OF TRE1CH (FEED • ROSS RAC RIGHTS MAX ALLOWABLE NOR. SPACING (FEE HORIZ SPACING (FEET) WIDTH OF TRENCH (FEET) VERT. SPACING(114) (FEET) 5177 VERT• SPACING (FFET) UP TO 4 UP TO 6 UP TO 9 UP TO 12 UP TO 15 LOSE 5UPTO64x6 4x6 6x6 6x6 6x6 5 6x8 . 5 TO UP TO 8 6x6 6x6 6x6 6x8 6x8 5 8x10 5 UPTO106x6 6x6 6x6 6x8 6x8' 5 0x10 5 10 See 10 UPTO6 6x6 6x6 6x6 6x8 .6x8 5 8x8 5 TO UP TO 8 6x8 6x8 6x8 8x8 8x8 5 L0x105 UP TO 10 8x8 8x8 8x8 8x8 8x10 5 10XJ2 5 15 15 UPTO6 6x8- 6x8 6x8 8x8 8x8 5 8x10 5 3x6 TO UP TO 8 8x8 8x8 8x8 8x8 8x10 5- I0x12 5 3x6 UP TO 10 8x10 8x10 8x10 8x10 .8x10 5.:. 2x12 - 5 3x6 20 See ote OR SEE NOTE l " Mixed oak or equivalent with a bending strength not less than 850 psi "' Manufactured members of equivalent strength may by substituted for wood. P-29 I OCCUPATIONALSAFETYANDHEALTH I926SubpartPApp C •--•-• ••••• REGULATIONS AND PROCEDURES i - I I I I I I I I I [1 [1 I I TABLE C • 13 Tlla!BER TRENCH SHORING •• MI 1IMUM TD4 ER REQUIRIyIF FS « SOIL TYPE C P = 80XH + 12 psf (2 &Surcharge) a . DEPTH SITE (ACTUAL) AND SPACING OF MEMBERS" OF (FEET) CROSS BRACE WALES UPRIGHTS MAX ALLOW. HOR SPAC. (See Nole 2) HORIZL SPACING (FEET) WIDTH OF TRENCH (FEET) VERT. SPACING(� (FEET) yp VERT. PACING (FEET) UP TC 4 UP TO 6 UP TO 9_ UP IC 12 UP TO £5 g 5UPTO66x8dz86x88xZ8X8 5 . 8x10 . S 2x6 UP TO 8 _8x8 8x8. 8x8 8x8 8xl0 5 0x12 5 2x6 TO UP TO 1 8x10 8x10 8x10 8x10 10x10 5 LS2 5 2x6 10 ee• Note l 10 UPTO 6 8x8 8x8 8x8 8x8 8x10 LD12 5 2x6 FJPTOZ 8x10 8xlO 8x10 8x10 10x10 5 L12 S 2x6 TO ee otel - 1S See Note I 1S UP TO 6 8x10 8x10 8x10 8x10 10x10 5 Ih12 S 3x6 See " TO ee ote l 20 Note 1 OVER SEE NOTE I Is Nixed o'.k or equicplent with a bending strength not less fin 850 psi ** M nu&ctured members of equ v ient strength may by sub: uted for wood. I P-30 I OCCUPATIONAL SAFETYAND HEALTH ' ' .:.1926 Subpart PApp C : . REGULATIONS AND PROCEDURES TABLEC-2.1 T. TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS* SOIL TYPE A P(a) = 25 X H 4b 72 psf (2 ft. Surchsixe) SIZE (S4S) AND SPACING OFMEMBERS +* OEM OF CROSS BRACES WALES -UPRIGHTS 'ICE HORIZ FGIDIHOFIRDNCH(nzI VERi. SITE VE$1I, MArXIMUM ALLQWABLI N0LIICNTAL rAcna SPACIRG uric uric uric uric uric SPACUW �'I AC1NG ` (re (FEED 4 c v n u (FEET? (FIIIj CLOSE 4 5 6 8 56 UPTO 4X4 4X4 4X4 4X4 4y6 4 & 6 4X6 UP8O 474 4X4 4X4 4X6 475 4 Rot Hot 4X8 TO 10 4W 4X6 4X6 6X6 6X6 d . 8X8 4 4X6 10 PTO 476 4X6 4X6 6X6 6X6 4 878 4 4X6 �6 0 4x4 4X4 44 626 6IS 4 Recd & 6 4210 10 UPIO 4X6 475 4x6 676 6316 4 6Xs 4 476 8 TO UP IO 10 626 6746746Y6 676 4 8y8 4 413 I5 UP TO 676 676 6X6 6(66M 4 8X10 4 474 4X10 6TO UP 6x6 6X6 6X6 6X6 6x6 4 6X8 4 3x6 15 UPIO 67467.6 6X6 6X6 636 4 8X8 4 3x6 4X12 8 TO UPOTO 6y6 6IS 6X6 6}S . 6I3 4 8X10 4 3x6 20 _ _ __ __ _ 'WIG12 6X6 674 6x6 6N2 6I6 4 8X12 4 34 4X12 ___ 20 SEENOTEI Douglas firer equivalent aith ablending strength not less than 1500 psi ** Manufactured members of equivalent strength maybe substituted for wood. P•31 1 i ' OCCUPATIONALSAFETYANDHEALTH 1926SubpartPApp C REGULATIONSAND PROCEDURES TABLE C - 2.2 TIMBER TRENCH SHORING -- MINIMUM TIMBER REQUIREMENTS * ' SOIL TYPE B P(a) = 45 X H+ 72 psf (2 ft. Surcharge) DEPTH SIZE (S4S) AND SPACING OF MEMBERS ** ICY CROSS BRACES. WALES UPRIGHTS TRENCH HORS W1DIHOFIRF24CH (FEED SPACING SIZE VERI. MA.IMUMALL0VABLE HGRII0ftTALSFAC]NG SPACING UP TO UPIO IJPTO UPTO UPTO SPACING (teen (FEET) (niaj 4 6 9 12 1S T �} CLOSE 2 3 46 UP TO 4X6 4X6 476 676 616 5 638 5 3X12 4X12 5 6 Ul8I0 }A6 47b 676 676 676 S BIB 5 378 41B TO UPIO 4X6 4Y6 676 0 678 5 8710 5 439 10 10 Ste I Hote 1 UPTO 6X6675616638 676 6143 638 5 818 S 376 4710 10 6 1 8I0 618 618 618 878 878 5 10710 S 376 4710 TO UP i0 686188I888 8IB 878 SM8 5 101125 _._ 3Y6 4710 ' 10 IS Ste Note I UPTO 678 678 638 63B 8 8 5 8710 5 476 6 ' 1 j UP IO 678 673 659 678 878 5 10712 5 476 TO 13210 81B S1B 878 81B 818 5 12712 5 476 20 stt Had 1 ' OVER SEE NOTE 1 20 * Dougas fir or equivalent with abler&g strerrlh not less than 1500 psi. ** Mararfactured mernbes of equivalent strength maybe substituted for wood. 1 ' P-32 I1 I OCCUPATIONAL SAFETY AND T{EALTH 1926 Subpart P App C . - REGULATIONS AND PROCEDURES TABLEC-2.3 TIMBER TRENCH SHORING -- MBJIMUM TIMBER ,REQUIREIVF 1TS* SOIL TYPE C P(a) = 80 XH+ 72 psf(2 &Surcharge) DEPTH SIZE (S4S) AHD SPACING OF MEMBERS'" OF CROSSBRACES WALES UPRIGHTS TRENCH HORIZ. WIDTHOFTRENCH(FEET) yfgT SUE vw. WIMMALL0aASLLll0Ur�RIALIrAOfit5 UP TO UPTO UPTO UPTO UPTO SPACING SPACING SPACING Lnen (UT) (FEET) 4 6 9 11 15 tLt.1J (IN.) 1'1'1 CI•GSE UPTO 6Y4466 676 85M S 8101 ' S 376 5 UPTO e 676 676 676 839 SM 5 10710 S 374 TO 9 O 676 63 839 a 839 S 10711 5 374 10 10 See Hotel UPTO 6 .639 63® 639 819 839 5. 107105. 476H. 10 UPTO 8. 839 8822 878 839 3 10710 .5 476 TO See 15 Hotel See .. Hatt 1 UPIO 839 833 8KB 8710 8710 S 10712 S 476 IS 6 Ste TO Hotel Ste 20 Note I Set Nate I OVER SEE NOTE' 1 --- * Douglas fir orequhslent with abendingsttenlnot less than 1500 psi Manufactured members of equkht strek0h maybe substhted for wood. P•33 I 11 L1 I i. I I OCCUPATIONAL SAFETY AND HEALTH 1926 Subpart P App D RLGULATIONSANDPROCEDURES presented in paragraph (g) of this appendix 1926 Subpart P App •D - Altrritinu m (6) Figures, illustatingtypical installations of ' Hydraulic Shoring for Trenches hydraulic shoring, are included just prior to the Tables. The illustrations page is entitled 'Aluminum Hydraulic. Shoring: Typical (a) Scope. This appendix contains information that • Installations? '• can be used when aluminum hydraulic shoring is provided as a method of protection against cave-ins in (d) Basis and limitations ofthe data trenches that do not exceed 20 feet (6.lm) in depth. ' This appendix must be used when design of the (1) Vertical shore rails and horizontal wales aluminum hydraulic protective system cannot be are those that meet the Section Modulus performed in accordance with 1926.652(c)(2). requirements in the D-1 Tables. Aluminum material is 6061-T6 or material of equivalent ' (b) Soil Clossifrcation. In order to use data strength and properties. presented in this appendix, the sail type or types in which the excavation is made must first be determined (2) Hydraulic cylinders specifications. • using the soil.. classification method set forth in -- • appendix A of subpart P of part 1926. (i) 2 -inch cylinders shall be a ... .. minimum 2 -inch inside diameter with a ' (c) Presentation of Information. Information is minimum safe working capacity of no presented in several forms as follows less than 18,000 pounds axial compressive load at maximum extension. (I) Information is presented in tabular form Maximum extension is to include full • ' inTablesD-1.1,D-1.2,D-13 and D-1.4. Each range of cylinder extensions as table presents the maximum vertical and recommended by product manufacturer. horizontal spacings that may be used with• . various aluminum member sizes and various (ii) 3 -inch cylinders shall, be a hydraulic cylinder sizes. Each table contains minimum 3 -inch inside diameter with a data only for the particular soil type in which the safe working capacity of not less than excavation or portion of the excavation is made. 30,000 pounds axial compressive load at Tables D-1.1 and D-1.2 are for vertical shores extensions as recommended by product in Types A and B soil. Tables D-1.3 and D-1.4 manufacturer. ue for horizontal waler systems in Types B and ' C soil. (3) Limitation of application. (2) Information concerning the basis of the (i) It is not intended that the aluminum ' tabular data and the limitations of the data is hydraulic specification apply to every presented in paragraph (d) of this appendix. situation that may be experienced in the field. These data were developed to apply (3) Information explaining the use of the to the situations that are most commonly tabulardata is presented in paragraph (e) of this experienced in current trenching practice. appendix. Shoring systems for use in situations that are not covered by the data in this ' (4) Information illustrating the use of the appendix must be otherwise designed as tabulardata is presented in paragraph (f) of this specified in 1926.652(c). appendix. (ii) When any of ..the following ' (5) Miscellaneous notations (Footnotes) conditions are present, the members regarding Table D-1.1 through D-1.4 arc specified in die Tables are not considered P-34 Li OCCUPATIONAL SAFETYAND HEALTH . 1926 Subpart? Ann D REGULATIONS AND PROCEDUR£s adequate. ' In this case, an alternative aluminum hydraulic shoring system or other type of protective system must be designed in accordance with 1926.652. (A) When vertical loads imposed on cross braces exceed a 100 Pound gravity load distributed on a one foot section of the center of the hydraulic cylinder. (B) When surcharge loads are present from equipment weighing in excess of 20,000 pounds (C) When only the lower portion of a trench is shored and the remaining portion of the trench is sloped or benched unless: The sloped portion is sloped at an angle less steep than three horizontal to one vertical; or the members are selected from the tables for use at a depth which is determined from the top of the overall trench, and not from the toe of the sloped portion. (e) Use ajTabfes D-1.1, D-1.2, D-1.3 and D-1.4. The members of the shoring system that are to be selected using this information are the hydraulic cylinders, and either the vertical shores or the horizontal wales. When a waler system is used the vertical timber sheeting to be used is also selected from these tables. The Tables D-1.1 and D-1.2 for vertical shores are used in Type A and B soils that do not require sheeting. Type B soils that may require sheeting, and Type C soils that always require sheeting, ate famd in the horizontal wale Tables D-1.3 and D-1.4. The soil type must first be determined in accordance with the soil classification system described in appendix A to subpart P of part 1926. Using the appropriate table, the selection of the size and spacing of the members is made. The selection is based on the depth and width of the trench where the members are to be installed. In these tables the vertical spacing is held constant at four feet on center. The tables show the maximum horizontal spacing of cylinders allowed for each size of wale in the waler system tables, and in the vertical shore tables, the hydraulic cylinder horizontal spacing is the same as the vertical shore spacing. (t) Example to illustrate the Use of the Tables: ... (1) ... Example 1: A trench dug in Type A soil is 6 feet deep and 3 fat wide. From Table D-1.1: Find vertical shores and 2 inch diametercylinders spaced 8 fat on center (o.c.) horizontally and 4 feet on center (o.c.) vertically. (See Figures 1 & 3 for typical installations) (2) Example 2: A trench is dug in Type B soil that does not require sheeting, 13 feet deep and 5 feet wide. From TableD-1.2: Find vertical shores and 2 inch diameter cylinders spaced 6.5 feet o.c. horizontally and 4 feet o.c. vertically. (See Figures 1 & 3 for typical installations) (3) . A trench is dug in Type B soil that does not require sheeting, but does experience some minor raveling of the trench face. the trench is .16 feet deep and 9 fat wide. From Table D-13: Find vertical shores and 2inchdiameter diameter cylinder (with special oversleeves as designated by Footnote #2) spaced 5.5 feet o.c. horizontally and 4 feet o.c. vertically. Plywood (per Footnote (gX) to the D-1 Table) should be used behind the shores. (See Figures 2& 3 for typical installations.) (4) Example 4: A trench is dug in previously disturbed Type B soil, with characteristics of a Type C soil, and will require sheeting.. The trench is 18 feet deep, and 12 feet wide 8 foot horizontal spacing between cylinders is desired for working space. From Table D-1.3: Find horizontal wale with a section modulus of 14.0 spaced at 4 feet o.c. vertically and 3 inch diameter cylinder spaced at 9 feet maximum o.c. horizontally, 3 x 12 timber sheeting is required at close spacing vertically. (See Figure 4 for typical installation.) (5) Example 5: A trench is dug in Type C soil, 9 feet deep and 4 feet wide. Horizontal cylinder spacing in excess of 6 feet is desired for working space. From Table D-1.4: Find horizontal wale with a section modulus of 7.0 and 2 inch diameter cylinders spaced at 6.5 feet o.c. horizontally. Or, find horizontal wale with a 14.0 section modulus and 3 inch diameter I 11 I I I I I I I I I C1 I I P-35 J ' OCCUPATIONALSAFETYAND HEALTH 1926 Subpart P App D .. RECULATIONSANDPROCEDURES'" i ' cylinder spaced at 10 feet o.c. horizontally. : '(4) - All spacing indicated is measured center Both wales are spiced 4 feet o.c. vertically, 3 x to center. 12 timber sheeting is required at close spacing vertically. (See Figure 4 for typical installation.) (5) Vertical shoring rails shall have a minimum section modulus of 0.40 inch. (g) . Footnotes, and general soles, for Tables (6) When vertical shores are used, there must ID -I.!, D-1.2, D -L3, and D-1.4. be a minimum of three shores spaced equally, horizontally, in a group. (I) For applications other than those listed in ' the tables, refer to 1926.652(cX2) for use of (7) Plywood shall be 1.125 inch thick manufacturces tabulated data. For trench depths softwood or0.75 inch thick, 14 ply, arctic white in excess of 20 feet, refer to 1926.652(c)(2) and birch (Finland form). Please note that plywood 1926.652(c)(3). is not intended as a structural member, but only t forprevention of local raveling (sloughing of the (2) 2 inch diameter cylinders, at this width, trench face) between shores shall have structural steel tube (3.5 x 3.5 x ' 0.1875) oversleeves, or structural oversleeves (8) See appendix C for timber specifications. of manufacturer's specification; extending the full, collapsed length. (9) Wales are calculated for simple span '(3) Hydraulic cylinders capacities. conditions. (i) 2 -inch cylinders shall be a minimum 2 -inch (10) See appendix D, item (d), for basis and '• inside diameter with a safe working capacity of not less limitations of the data. than 18,000 pounds axial compressive load at maximum extension. Maximum extension is to include full range of cylinder extensions as recommended by product manufacturer. (ii) 3 -inch cylinders shall be a minimum 3 -inch inside diameter with a safe work capacity of not less than 30,000 pounds axial I. compressive load at maximum extension. Maximum extension is to include full range of cylinder extensions as recommended by product manufacturer. I [I I I I P-36 a.oralzVnaseaal LI I APL IILAbzn . RI . ALUMINUM HYDRAULIC SHORING • TYPICAL INSTALLATIONS . I APP VACM VMT VAM n=0.J Xmt (iL MWICJL VACM P-37 OCCOPATIONAL SAFETYAND HEALTH . - 1926 Subpart P App D REGULATIONS AND PROCEDURES - i TABLED -Li ALUMINUM HYDRAULIC SHORING VERTICAL SHORES FOR SOIL TYPE A HYDRAULIC CYLINDERS DEPTH OF MAXIMUM MAXIMUM WIDTH OF TRENCH (FEET) TRENCH• HORIZONTAL VERTICAL SPACING SPACING UP TO 8 OVER 8 UP OVER I2 UP (FEET) Vii.) T012 T015 (FEEL OVER 5 8 UP TO 10 OVER IO 8 4 2INCH 2INCH 3INCH UP TO DIAMETER DIAMETER DIAMETER 15 NOTE (2) OVER 15 7 UP TO 20 OVER 20 NOTE (1) Footnotes to tables, ana gER' oles on hjd?auhc sharing, are found in Appendix D, It (g) Note (1): See Appendix D, Item (g)(1) Note (2): See Appendix D, Item (g)(2) P-33 TABLED, 1.2 ALUMINUM HYDRAULIC SHORING VERTICAL SHORES FOR SOii. TYPE R HYDRAULIC CYLINDERS DEPTH MAXIMUM MAXIMUM WIDTH OF TRENCH .(FEET) OF HORIZONTAL VERTICAL TRENCH SPACING SPACING UP TO 8 OVERSUP UP OVER 12 UP - TO 12 10 15 . . QED (FEED(FEET) OVER 5 g •UP TO 10 OVER 10 6.5 4 2INCH 2INCH 31NCH UP TO DIAMETER DIAMETER DIAMETER 15 NOTE (2) OVER 15 5.5 UP TO 20 OVER 20 NOTE (1) Footnotes to tables, and.general.not�cnnhydcaulicshodngrare_found.in.Appendix D, Item (g) Note (l): See Appendix D, Item (g (1) Note (2): See Appendix D, Item (g)(2) P•39 I 1 1 1 1 I 1 1 1 1 OCCUPATIONAL SAFETY AND HEALTH 1926 Subpart P App D •�::; REGULATIONS AND PROCEDURES TABLED -I.] • ALUMINUM HYDRAULIC SHORING WALER SYSTEMS FOR SOIL TYPE B WALES HYDRAULIC CYLINDERS TIMBERUPRIGIITS DEPTH OF' TRENCH (FEET) v"LTcA SPA03c IreeT) IC°°" MODULUS p �yy WIDTH OF TRENCH (FEET) MI N COON C!'IJx ,IACP G UPTO8 OVERSUPT012 ovnlaUPro1s socm S HORIZ SPACEC aLnaet OLAMITUSPACThW HO RIZ CYLWD[R DUMere HOP.!!. SPACINGa[AMLTe rLINDI OVER 5 UP TO 10 4 3.5 8.0. 2 IN 8.0 NoW 2 8.0 3IN - - 3X12 7.0 9.0 21N 9.0 2I}FOTE 9.0 3IN 14.0 12.0 3IN 12.0 3IN 12.0 BIN OVER 10 UPTO 15 4 3.5 6.f3l 2114 6.0 H0%7y 6.0 3111 - 3X12 - 7.0 8. 8.0 3IN 8.0 BIN 14.0 10. 10.0 3114 10.0 BIN OVER 15 UP TO 20 4 3.5 5. 5.i . NOTM) 5.5 3IN 3x12 -- - 7.0 6.0 3IN 6.0 3IN 6.0 3IN 14.0 9.0 3111 9.0 3IN 9.0 BIN OVER 20 NOTE (1) Footnotes to tables, and genotes on-hy4m4is-shs ,ar€-fG'Ndin Appendix D, Itern (g) Notes (1): See Appendix D, item (Al) Notes (2): See Appendix D, Item ((2) Consult product manufacturer and/or qualified engineer for Section Modulus of avail :ble wcl!es. P-40 OCCUPATIONALSAFETYANDHEALTH •+ ' •1926SubpartPAppD REGULATIONS AND PROCEDURES TABLED - 1.4 ALUMINUM HYDRAULIC SHORING WALER SYSTEMS FOR SOIL TYPE C WALES HYDRAUUCCYUNDERS TIMBERUPRIGHTS DEPTH OF vR17CAL •WIDTH sECIION OF TRENCH (FF.Ef) MAX.NORIZ.SPACIHG (ox CII7IFR) TRENCH (F/�yy�•� thI/ SPACING y���,�n t•W/ MODSRUS mm (Df(3 J) UP TO 8 OVERS UP TO U OVElt 12 UP TO is SOLID 2Yr. 3irr. MaRIL RACING CYLWO[R OIAN[T[R MG RIL SMONG CYLWO[R OIAM [TIR HGRIZ SMCIf/G CTLWO[RS� OYW[T[R OVER 5 UP TO 4 3.5 6.0 2 6.0 NO ) 6.0 3IN 3X12 — 7.0 6.5 21N 6.5 ao>Ep) 6.5 3m 14.0 10.0 31H 10.0 3IN 10.0 3IN 10 OVER 3.5 4.0 2IN 4.0 ff xo p) 4.0 3IN 7.0 5.5 3IN 5.5 3IN 5.5 31H 10 UPTO 4 3X12 - 15 14.0 8.0 3IN 8.0 31N 8.0 3m OVER 13 UP TO 4 3.5 3.5 21H 3.5 ROTE(2)35 31H 3X12 __ - 7.0 5.0 am 5.0 31W 5,0 3IN . 20 14.0 6.0 3111 6.0 3IN . 6.0 31N OVER 20 -IQOTE (17 — •— - rootnotes to tables, end general notes on hydraulic sharing am found in Appendix D, Item (g) Notes (1): See Appendix D, Item (g(t) • Notes (2): See AppendixD, Item (g)(2) `Consult product manufacturerandlor qualified engineer for Section Modulus ofavaml^ble wales. Ii OCCUPATIONALSAFETYANDHEALTH 1926SubpartPApp E REGULATIONS AND PROCEDURES 1926 Subpart P App E - Alternatives to Timber Shoring la' MAX II I I I W\ HYDRAUL C CYL4cER VERTICAL SPACING 4, !'MAX •r; Figure I. A[ummun Hydraulic Shoring dills MaI OO 00 Figure 2. Pneumatic/hydralic Shoring W P.42 OCCUPATIONAL SAFETY AND HEALTH 1926 Subpart P:App E •`•.. :.:•.. .. REGULATIONS AND PROCEDURES Figure 3. Trench lacks (Screw Jacks) Figure 4. Trench Shields P-43 1926 Subpart P App F - Selection of Protective Systems Is there potential for cave-in? F The following figures are a graphic summary of the requirements contained in subpart P for excavations 20 feet or less in depth. Protective systems for usein excavations more than 20 feet in depth must be designed by a registered professional engineer in accordance with sec. 1926.652(b) and (c). Is the excavation more than3 feet in depth? N� Excavation maybe made with vertical sides. Excavation must be sloped, shored, or shielded Is the excavation entirely in stable rock? NO or shielding Go to Fio e 2 Go to Figure 3 FIGURE I - PREiIMINARY DECISIONS P44 I I. 1 04 ,E„ SNp c• es � ' y � Arkansas State Licensing Law For Contractors ' Act 150 of 1965 ' As Amended by Act: 142 of 1967 293 of 1969 546 of 1971 684 of 1977 U. 1020 of 1979 9275 of 1981 180 of 1985 ' 495 of 1987 26 of 1989 795 of 1989 ' 856 of 1993 553 of 1995 335 of 1997 378 of 1997 Revised May, 1997 • As Amended by Act: 142 of 1967 293 of 1969 546 of 1971 684 of 1977 1020 of 1979 9275 of 1981 180 of 1985 495 of 1987 26 of 1989 795 of 1989 856 of 1993 553 of 1995 335 of 1997 378 of 1997 An Act to Recodify the Provisions of Act 124, Approved February 24, 1939, and Act 217, Approved March 20, 1945. and Act 153, Approved February 23, 1951 and regulating the Practice of Contracting in the State of Arkansas; to Fix Maximum Salaries and Establish Qualifications for Employees of the Board and to Limit the Number of Employees to be employed by the Board. BE IT ENACTED BY THE GENERAL ASSEMBLY OF THE STATE OF ARKANSAS: CHAPTER 25 CONTRACTORS Subchapter I - General Provisions §17-25-101 Definition (a) As used in this chapter. unless the context otherwise rcquires, "contractor" means any person, firm, partnership, copartnership, association, corporation, or other organization, or any combination thereof, who, for a fixed price, commission, fee, or wage, attempts to or submits a bid to construct, or contracts or undertakes to construct, or assumes charge, in a -1- supervisory capacity or otherwise, or manages the construction, erection, alteration, or repair, or has or have constructed, erected, altered, or repaired, under his, their, or its direction, any building, apartment, condominium, highway, sewer, utility, grading, or any other improvement or structure on public or private property for lease, rent, resale, public access, or similar purpose, except single-family residences, when the cost of the work to be done, or done, in the State of Arkansas by the contractor including, but not limited to, labor and materials, is twenty thousand dollars ($20,000) or more. However, when a person or entity acts as a contractor in the construction, erection, alteration, or repair of his own or its own property, such action shall not result in the person or entity being required to obtain a license, but the person or entity must comply with all other provisions of this subchapter. (b) However, the twenty thousand dollar ($20,000) exception shall not apply to any project of construction in which any of the construction work necessary to complete the project, except any in -progress change orders, is divided into separate contracts of amounts less than twenty thousand - dollars ($20,000), a purpose being to circumvent the provisions of this chapter. (c) It is the intention of this definition to include all improvements or structures, excepting only single family residences. • (d) Materials purchased by a prime contractor from a third party shall not be considered as part of the subcontractors project, if the prime contractor has the proper classification listed on a current contractors license for the work being performed by the subcontractor. §17-25-102 Exemptions The. following shall be exempted from the provisions of this chapter: (I) The practice of contracting as defined in §17-25-101 • by an authorized representative or representatives of the United States Government, State of Arkansas, incorporated town, city or county, or other political subdivision of this state; (2) Architects and engineers, whose only financial interest in a project shall be the architectural or engineering fees for preparing plans, specifications, surveys, and supervision that is customarily furnished by architects and engineers. §17-25-103 Penalties - Enforcement (a) Any contractor shall be deemed guilty of a -2- misdemeanor and shall be liable to a fine of not less than one, hundred dollars ($100) nor more than two hundred dollars ($200) for each offense, with each day, to constitute a separate offense, who: y(1) For a fixed price, commission, fee, or wage, attempts to or submits a bid or bids to construct or contracts to construct, or undertakes to construct, or assumes charge in a supervisory capacity or otherwise, of the construction, erection, alteration, or repair, of any building, highway, sewer, grading, or any other improvement or structure, when the cost of the work to be done by the contractor including, but not limited to, labor and materials, is twenty thousand dollars ($20,000) or more, without first having procured a license to engage in the business of contracting in this state; (2) Shall present or file the license certificate of another; (3) Shall give false or forged evidence of any kind to the board, or any member thereof, in obtaining a certificate of license; (4) Shall impersonate another; or , (5) Shall use an expired or revoked certificate of license. (b) The doing of any act or thing herein prohibited by any applicant or licensee shall, in the discretion of the board constitute sufficient grounds to refuse a license to an applicant or to revoke the license of a licensee. (c) Regarding any violation of this chapter, the board shall have the power to issue subpoenas and bring before the board as a witness any person in the state and may require the witness to bring with him any book, writing, or other thing under his control which he is bound by law to produce in evidence. (d) No action may be brought either at law or in equity to enforce any provision of any contract entered into in violation of this chapter. No action may be brought either at law or in equity for quantum meruit by any contractor in violation of this chapter. (e) (I) (A) Any contractor who, after notice and hearing, is found by the Contractors Licensing Board to have violated, or used a contractor in violation of, this section shall pay to the board a civil penalty of not less than one hundred dollars ($100) nor more than four hundred dollars ($400) per day for the activity. However, the penalty shall not exceed 1 -3- I I three percent (3%) of the total contract being performed by the contractor. without bond, restraining and prohibiting the contractor from performance of the work then being done or about to commence. I I I I I I H I (B) The penalty provided for in this subsection, plus interest at ten percent (10%) per annum, shall be paid to the Contractors Licensing Board before the contractor can be issued a license to engage in the business of contracting in this state. In addition to the assessment of the penalty, the Contractors Licensing Board may, upon a finding of a violation of this section, issue an order of abatement directing the contractor to cease all actions constituting a violation of this section. (2) The Contractors Licensing Board shall have the power to withhold approval, for up to six (6) months, of any application from any person who, prior to approval of the application, has been found in violation of this section. (3) All hearings and appeals therefrom under this section shall be pursuant to the provisions of the Administrative Procedure Act, as amended, §25-15-201 et seq. (4) No proceedings under this section may be commenced by the Contractors Licensing Board after three (3) years from the date on which the act or omission which is the basis for the proceeding occurred. (5) The Contractors Licensing Board shall have the power to file suit in the Circuit Court of Pulaski County to obtain a judgment for the amount of any penalty not paid within thirty (30) days of service on the contractor of the order assessing the penalty, unless the circuit court enters a stay pursuant to the provisions of the section. (6) The Contractors Licensing Board shall have the power to file suit in the Circuit Court of Pulaski County to enforce any order of abatement not complied with within fifteen (15) days, excluding Saturdays. Sundays, and legal holidays, of service on the contractor of the order of abatement. If the circuit court finds the order of abatement to have been properly issued, it may enforce the order by any means by which injunctions are ordinarily enforced. However, nothing shall be construed herein to diminish the contractors right to appeal and obtain a stay pursuant to the procedures provided for in this section. §17-25-104 lojunction When any contractor not licensed by this board shall engage or attempt to engage in the business of contracting as herein defined, the board shall have the right to go into the proper court in the jurisdiction in which the work is being performed and upon affidavit, secure a writ of injunction, §17-25-105 Form of Indictment In all prosecutions for violations of the provisions of this chapter for engaging in the business of contracting without a certificate of authority, it shall be sufficient to allege in the indictment, affidavit, or complaint that " 'A' unlawfully engaged in business as a contractor, without authority from the Contractors Licensing Board, State of Arkansas, to do so." §17-25-106 Grain Bin Exemption The provisions of this section shall not apply to the construction of grain bins on a farm which are to be used solely for the purpose of storing grain harvested by the owner or lessee of the farm. Subchapter 2 - Contractors Licensing Board §17-25-201 Creation - Members (a) There is created a Contractors Licensing Board, consisting of seven (7) members, who shall be appointed by the Governor. (b) Each member shall be at least thirty-five (35) years of age and must have been a resident of the State of Arkansas for the previous five (5) years. (I) (A) Five (5) members shall be contractors of not less than ten (10) years' experience in responsible charge of construction projects of a magnitude consistent with the duties of their offices. Each must hold an unexpired contractors license issued under this chapter. Each must, at the time of appointment, maintain his or her principal place of business in Arkansas. (B) At least one (I) member of the board shall have had as a larger part of his business the construction of sewers and waterworks. (C) At least one (I) member of the board shall have had as a larger part of his business the construction of buildings. (D) At least one (I) member of the board shall have had as a larger part of his business the construction of highways. (2) Two (2) members of the board shall not be actively engaged in or retired from the profession of -5- I contracting. One (I) shall represent consumers, and one (1) shall be sixty (60) years of age or older and shall represent the elderly. Both shall be appointed from the state at large subject to confirmation by the Senate. The two (2) positions may not be held by the same person. Both shall be full voting members but shall not participate in the grading of examinations. (c) (I) Members shall serve five-year terms. (2) Terms shall expire on December 31 of the fifth year (3) Each member shall hold over after the expiration of his term until his successor shall be duly appointed and qualified. (4) If a vacancy shall occur in the board for any cause, it shall be filled by appointment by the Governor. (5) The Governor may remove any member of the board at any time for misconduct, incompetency, or neglect of duty. (d) Each member of the board shall receive a certificate of appointment from the Governor and, before entering upon the discharge of the duties of his office, shall file with the Secretary of State the constitutional oath of office. (e) (1) Each member of the board shall receive fifty dollars ($50.00) per diem while the board is in session and reimbursement for necessary traveling expenses, board, and lodging (2) Each member of the board shall receive fifty dollars ($50.00) per diem in addition to the per diem provided for in subdivision (1) of this subsection. §17-25-202 Organization and Functions (a) The board shall elect a chairman, vice-chairman, and secretary, each to serve in his respective capacity for one (1) year. Officers shall be elected by the board annually. (b) The board shall have two (2) regular meetings in each year; one (1) meeting shall be in the month of February, and one (I) meeting shall be in the month of August, for the purpose of transacting such business as may properly come before it, on call of the chairman of the board. (c) Special or adjourned meetings may be held at such times as the board may provide by the bylaws which it shall adopt, or at such times as the board may, by reasonable resolution, provide. - - (d) Due notice of each meeting and the time and place thereof shall be given to each member in such manner as the bylaws shall provide. (e) Three (3) members of the board shall constitute a quorum. (0 The board shall adopt a seal for its own use and shall have on it the words, "Contractors Licensing Board, State of Arkansas, Seal," and the secretary shall have charge and custody of it. §17-25-203 Powers (a) The board shall have power to make such bylaws, rules, and regulations for its operation as it shall consider appropriate, provided that they are not in conflict with the laws of the State of Arkansas. (b) All expenses incurred by the board for the administration of this chapter are authorized to be paid by the board. (c) The board, or any committee thereof shall be entitled , to the services of the Attorney General or other state legal counsel as deemed appropriate, in connection with the operation of the affairs of the board. Additional legal counsel may be employed by the board from time to time as it may deem necessary. §17-25-204 Employees The board shall employ a chief administrative employee, also known as administrator, who shall possess such qualifications as may be determined by the board and who shall serve at the pleasure of the board. In addition, the board may employ such additional professional and clerical employees as may be necessary for the operation of the board and its various functions and pay salaries thereto as may be authorized by law. §17-25-205 Disposition of Funds The fees of the Contractors Licensing Board shall be deposited in banks to be used by the board in the manner prescribed by law, similar to the accounts of other examining and licensing boards of the state, and shall be audited under rules and regulations prescribed by the Director of the Department of Finance and Administration. §17-25-206 Records and Reports ' (a) The secretary shall keep a record of the proceedings of the board -7- I ' (b) The secretary shall keep a register of all applications for license showing for each: ' (1) The date of application, name, qualification, place of business, place of residence; (2) Whether the license was granted or refused; ' (3) A complete transcript of the proceedings, including evidence submitted by applicants, licensees, the board, or otherwise, at any hearing. ' (c) The books and register of this board, including transcripts of proceedings, shall be prima facie evidence of all matters recorded therein. A certified copy of such books or register, including transcripts of proceedings, under the seal of the board and attested by its secretary, shall be received in evidence in all courts of the state in lieu of the original. ' (d) A roster showing the names and places of business and of residence of all licensed contractors shall be prepared by the secretary of the board as soon as convenient during the ' month of August of each year. The roster shall be ordered printed by the board and paid for out of the funds appropriated for the operation of this chapter. 1(e) On or before August I of each year, the board shall submit to the Governor a report of its transactions for the preceding year and shall file with the Secretary of State a copy of the report, together with a complete statement of receipts ' and expenditures of the board attested by the affidavit of the chairman and secretary and a copy of the roster of licensed contractors. ' (1) A record shall be made and preserved by the board of each examination of applicant or licensee. The findings of the board thereon and a certified copy of the record shall be furnished to any applicant or licensee desiring to appeal from the findings of the board, as provided in §17-25-312, upon payment of the costs of transcribing the record. ' Subchapter 3 - Licensing §17-25-301 Significance - Proof ' (a) The issuance of a certificate of license by the board shall be evidence that the person, firm, or corporation named therein is entitled to all of the rights and privileges of a licensed contractor while the license remains unrevoked or ' unexpired. (b) (1) Upon making application to the building inspector or other authority of any incorporated city or town in ' Arkansas charged with the duty of issuing building or other permits for the construction of any building, apartment, -8- H. I condominium, utility, highway, sewer, grading, or any other improvement or structure, when the cost of the work to be done by the contractor, but not limited to labor and materials, is twenty thousand dollars ($20,000) or more, any person, firm, or corporation, before being entitled to the issuance of such permits, furnish satisfactory proof to the inspector or authority that he is duly licensed under the terms of this chapter. (2) It shall be unlawful for the building inspector or other authority to issue or allow the issuance of a building permit unless and until the applicant has furnished evidence that he is either exempt from the provisions of this chapter or is duly licensed under this chapter to carry out or superintend the work for which the permit has been applied. §17-25-302 Limitations The board shall have power to limit the license to the character of work for which the applicant is qualified. §17-25-303 Application - Renewal - Fees (a) (1) Any person desiring to be licensed as a contractor in this state shall make and file with the board thirty (30) days prior to any regular or special meeting thereof, a written application on a form as may then be prescribed by the board, for examination by the board. The application shall be accompanied by payment in a sum to be determined by the board but not to exceed one hundred dollars (S100) to the Contractors Licensing Board, State of Arkansas. (2) The thirty (30) day requirement may be waived by the Contractors Licensing Board provided the contractor has on file with the Contractors Licensing Board a completed original application and proof of successfully completing any examination required ' (b) Thereafter an annual renewal license fee to be determined by the board but not to exceed one hundred dollars (5100) shall be paid by each licensee to defray the costs and expenses of the administration of this chapter. §17-25-304 Financial Statement (a) (1) All persons and entities required by this chapter to be licensed by the Contractors Licensing Board shall transmit to the board with their original applications an audited financial statement of the applicant audited by a certified public accountant or registered public accountant. (2) All persons and entities licensed by the Contractors Licensing Board shall transmit to the board with renewal applications a financial statement of the applicant -9- reviewed by a certified public accountant or registered public - midnight on the day before the anniversary date of their accountant according to American Institute of Certified Public issuance unless otherwise designated by the board, and they Accountants' Professional Standards. shall become invalid on that day unless renewed. (b) The financial statement so furnished shall not be public information -and may not be made available for inspection by any person, unless pursuant to an order of a court of competent jurisdiction. After the contractor is licensed, the Contractors Licensing Board shall have the option of destroying the financial statement by the process of shredding or returning the financial statement to the contractor. §17-25-305 Applicant Qualifications (a) The board, in determining the qualifications of any applicant for original license or any renewal license, shall, among other things, consider the following: (1) Experience; (2) Ability, (3) Character, (4) The manner of performance of previous contracts; (5) Financial condition; (6) Equipment; (7) •Any other fact tending to show ability and willingness to conserve the public health and safety; and (8) Default in complying with the provisions of this chapter or any other law of the state. (b) The board may develop reciprocal agreements with other states with similar licensing responsibilities. §17-25-306 Examinations - Certification (a) If an application complies with the board's rules and regulations, then the applicant shall be entitled to an examination to determine the applicant's qualifications. (b) If the result of the examination of any applicant shall be satisfactory to the board, then the board shall issue to the applicant a certificate to engage in contracting in the State of Arkansas. (c) Anyone failing to pass the examination may be reexamined at any regular meeting of the board upon payment of the regular fee. §17-25-307 Expiration §17-25-308 Grounds for Revocation The board shall have the power to revoke the certificate of license of any contractor licensed under this chapter who is found guilty of any fraud or deceit in obtaining a license or for aiding or abetting any contractor or person to violate the provisions of this chapter or for gross negligence, incompetence, or misconduct in the conduct of the contractors business. §17-25-309 Procedure for Revocation - Reissuance (a) Any person may prefer charges in connection with the foregoing against any contractor licensed under this chapter. (b) The charges shall be in writing and sworn to by the complainant and mailed to the board and, unless dismissed without hearing by the board as unfounded or trivial, shall be heard and determined by the board within thirty (30) days after the date on which they were made. (c) A time and place for the hearing shall be fixed by the board and -held in the Cityof Little Rode (d) A copy of the charges, together with the notice of the time and place of hearing, shall be considered as legally served by the board when sent to the last known address of the accused by registered mail, at least ten (10) days before the date fixed for the hearing. In the event that such service cannot be effected ten (10) days before the hearing, then the date of hearing and determination shall be postponed as may be necessary to permit the carrying out of this condition. (c) At the hearing the accused contractor shall have the right to appear personally and by counsel and to cross-examine witnesses and to submit evidence in the contractor's behalf and defense. I I I I I0 1 C I I (f) If after the hearing the board finds the facts as alleged and of such character as to disqualify the contractor, then the board shall revoke the license of the contractor, but in that event no refund shall be made of the license fee. (g) Within its discretion and upon proper application or hearing, the board may reissue a license to any contractor whose license has been revoked. All certificates of license to engage in the business of contracting in the State of Arkansas shall expire at 12:00 i (h) The board shall immediately notify the Secretary of ' -10- -11- 1 L I State of its findings in the case of a revocation of a license, or of a reissuance of a revoked license. §17-25-310 Replacement A certificate of license to replace any lost, destroyed, or mutilated certificate may be issued subject to the rules and regulations of the board. §17-25-311 Corporations and Partnerships Unlawful Acts (a) A corporation or partnership may engage in the business of contracting when licensed by the board. (b) It shall be unlawful and a violation of this chapter for any two (2) or more contractors, whether doing business as individuals, partnerships, corporations, or other organizations, to jointly submit a bid or enter into a contract for construction as a joint venture unless all parties to the joint venture are licensed pursuant to this chapter. (c) Any combination of contractors other than a joint venture shall obtain a license for the combination prior to submitting a bid. shall also have the power to assign the right or give permission to any state agency, board, or commission to determine qualifications of a . contractor solely for the purpose of submitting a bid to the state agency, board, or commission on projects involving federal aid funds prior to the contractor being licensed by the board. No state agency, board, or commission shall execute any construction contract involving federal aid funds unless and until the successful bidder for the project furnishes a certificate of license issued by the board. (b) The board shall have the power to provide by regulation for any political subdivision or other political corporation to accept bids from unlicensed contractors for projects involving federal funds. However, no contractor shall submit a bid under this section prior to submitting application for licensure, and no political subdivision or political corporation shall execute any construction contract unless and until the successful bidder for the project furnishes an appropriate license issued by the board. §17-25-312 Review Any party aggrieved by any decision of this board shall ' have the right to seek review thereof pursuant to the provisions of the Administrative Procedure Act, as amended, §25-15-201 et seq. ' §17-25-313 License Requirements to Accompany Invitation to Bid i All architects and engineers preparing plans and specifications for work to be contracted in the State of Arkansas shall include in their invitation to bidders and in their specifications a copy of this chapter, or such portions thereof, t as are deemed necessary to convey to the invited bidder, whether he is a resident of this state or not, the information that it will be necessary for him to have a certificate of license from this board before his bid is considered. §17-25-314 [Repealed ' §17-25-315 Rules and Regulations - Federally Funded Projects - Contractor Qualifications (a) The board shall have the power to promulgate rules ' and regulations for the efficient enforcement of this chapter and -12- -13- I ARKANSAS STATE CONTRACTORS BOND LAW ACT 162 OF 1987 As Amended by: Act 487 of 1989 Act 783 of 1991 Act 37 of 1992 Subchapter 4 - Contractors Bond §17-25-401 Definitions (a) (1) 'Contractor' shall include all original, prime and general contractors and all subcontractors. It is defined to be any person, firm, joint venture, partnership, copartnership, association, corporation, or other organization engaged in the business of the construction, alteration, dismantling, demolition, or repairing of roads, bridges, viaducts, sewers, water and gas mains, streets, disposal plants, water filters, tanks, towers, airports, buildings, dams, levees, canals, railways and rail facilities, oil and gas wells, water wells, pipelines, refineries, industrial or processing plants, chemical plants, power plants, electric, telephone, or any other type of energy or message transmission lines or equipment, or any other kind of improvement or structure. (2) The term 'contractor' shall include any contractor who is required to obtain a contractor's license under the state licensing law of this State, §17-25-101 et seq. 11 I 11 (b) However, when a person or entity acts as a contractor in the construction, erection, alteration, or repair of his own or its own property or of a single-family residence or if the cost of the work to be done, including, but not limited to, labor and materials, is less than twenty thousand dollars ($20,000), the person or entity shall not be deemed a contractor under this chapter. -1- §17-25-402 Expenses - Deposition of Funds (a) All expenses incurred by the board for the administration of this subchapter are authorized to be paid by the board. (b) All taxes, premiums, contributions, penalties, interest, and fines collected pursuant to this subchapter, except enforcement penalties, shall be distributed pro -rata, based upon the amount of taxes, premiums and contributions due to the Department of Finance and Administration, Employment Security Division, Workers' Compensation Commission, or any city, county or school district, or any other State agency or other political subdivision of the State, first to the extent of any taxes, premiums, and contributions due with any remainder applied to interest, penalties, and fines, in that order. All enforcement penalties assessed to a contractor pursuant to the provisions of this subchapter shall be paid directly to the Contractors Licensing Board to defer the cost of enforcement. (c) The board may employ such additional professional and clerical employees as may be necessary and pay salaries thereto as authorized by law. • §17-25-403 Liability of Customer In the event the contractor fails to honor its financial obligations to the State of Arkansas, any city, county, school district, State agency, or other political sub -division -2- of the State, the customer for whom the work was being performed shall responsible for all financial obligations of th contractor to the State of Arkansas, or any city, county, school district, State agency, other political subdivision of the State, o that customer's project provided that the customer receives written notice of th contractors failure to comply with this subchapter prior to final payment to the contractor. ' §17-25-404 Bond - Filing, Terms ' (a) Before commencing work o undertaking to perform any services duties in the State, a contractor shall file wit the Contractors Licensing Board as th depository agency, a surety bond of a suretM authorized to do business in this State or a cash bond. The bond shall be a condition licensure and a contractors license shall n be released until the bond has been properly filed. I (b) The bond shall be: (1) In a penal sum of Ten Thous Dollars ($10,000.00); (2) Payable to the State of Arkansas; (3) Conditioned on the contract complying with the tax laws of the State Arkansas, and when applicable, any city county, school district, State agency, other political subdivision of the State, t Arkansas Employment Security Act 11-1OM 101 et seq., the Workers' Compensation La 11-9-101 et seq., and the provisions of this subchapter. ' -3- 1 C I §17-25-405 (Repealed) §17-25-406 - f Notice of Bond Cancellation (a) Notice of bond cancellation shall be given to the Contractors Licensing Board in writing sixty (60) days prior to cancellation. The Contractors Licensing Board shall notify the Department of Finance and Administration, the Employment Security Division, and the Workers' Compensation Commission of the notice of cancellation. It shall be the responsibility of each governmental agency to make any claims against the bond in accordance with State law for collection of any taxes, premiums, contributions, penalties, interest, or fines within the statute of limitations of the appropriate State law. (b) A contractors license that has become invalid due to bond cancellation may be reinstated upon receipt of proper replacement bond. (b) Upon notice to the contractor and a hearing thereon is requested by the contractor or if deemed appropriate by the board or any committee thereof, should it be determined that a violation exists, the board or committee may assess a penalty for noncompliance in a sum not to exceed five percent (5%) of the value of the contract performed, and upon a finding of a second or subsequent violation, the contractor may be assessed a penalty equal to ten percent (10%) of the value of the contract performed. Further, any contractor found in violation for a second or subsequent violation of this subchapter may lose its contractors license for a period of one (1) year. The board or committee may also issue an order to cease and desist the work pending compliance. (c) Failure of a contractor to comply with the provisions of this subchapter shall be grounds for revocation of any license issued to the contractor by the Contractors Licensing Board. (d) Enforcement, of the bond filing §17-25-407 requirements contained herein shall be the (Repealed) responsibility of the Contractors Licensing Board. ' §17-25-408 Failure to Comply (e) The board shall have the power to Penalties - Enforcement make such rules and regulations for enforcement as it may consider appropriate (a) The fact that a contractor is and not in conflict with Arkansas law. performing or has performed work in ' Arkansas and compliance as required by this subchapter has not been met shall constitute prima facie evidence of failure to comply. -4- -5- §17-25-409 Proceedings upon Violation (a) Regarding any violation of this subchapter, the board shall have the power to issue subpoenas and bring before the board as a witness any person in the State and may require the witness to bring with him any book, writing, or other thing under his control which he is bound by law to produce in evidence. (b)No proceedings under this section may be commenced by the Contractors Licensing Board after three (3) years from the date on which the act or omission which is the basis for the proceeding occurred. (c) The Contractors Licensing Board shall have the power to file suit in the Circuit Court of Pulaski County to enforce any cease and desist order not complied with within fifteen (15) days, excluding Saturdays, Sundays, and legal holidays, of service on the contractor of the order. If the Circuit Court fords the order to have been properly issued, it may enforce it by any means by which injunctions are ordinarily enforced. However, nothing shall be construed herein to diminish the contractor's right to appeal. (d) All hearings and appeals therefrom under this section shall be pursuant to the provisions and the Administrative Procedure Act, as amended, §25-15-201 et seq. -6- I - 7 . P-00 0 STAFF REVIEW FORM • Nec'C �'a AGENDA REQUEST 7//q/w. X CONTRACT REVIEW GRANT REVIEW For the Council meeting of MICROFILMED Cheryl Zotti Solid Waste Public Works Name Division Department ACTION REQUESTED: Staff request approval of change order #1 to the contract with Heckathorn Construction in the amount of $14,166. Please see attached memorandum. COST TO CITY: $14,166 -<�-'1 �'i t all Container Maintenance Building Cost of this request Category/Project Budget Category/Project Name 5500-5060-5804.000 0 loi,8go Solid Waste Improvements Account Number Funds Used to Date Program Name 99079 $: 4 ,13j Solid Waste Project Number Remaining balance Fund BUDGET REVIEW: X Budgeted Item _ Budget Adjustment Attached Budget Coordinator Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: /I ?'ftc 1 /a 9y GRANT AGENCY: RA/L counting Manager Date No. Cily Attorney Date ADA Coordinator Date 9 -7/19 tTv Purchasing Officer Date Interns Auditor Date STAFF RECOMMENDATION: �-IO-2ODu Date Cross Reference _ New Item: Yes No Date -7 y Prey Ord/Res #: 71 D to I______ Orig Contract Date: Date �� Orig Contract Number: FAYETTEVftLE C THE CITY OF FAYETTEVILLE, ARKANSAS TO: Fred Hanna, Mayor THRU: Charles Venable, Public Works Director CCd FROM: Cheryl Zotti, Environmental Affairs Administrator DATE: July 10, 2000 SUBJECT: Change Order #1 to Heckathorn Construction Contract Container Maintenance Building The City entered into a contract•with Heckathorn Construction in March, for the construction of a container maintenance building. The contract is in the amount of $190,863 plus a $28,629 contingency. Staff requests approval of change order #1, attached, in the amount of $14,166. The change order is for two additions to the contract. The original specifications for this project allowed the electrical service from the power pole to the building to run overhead. Given the height of the vehicles used by the solid waste division, I believe it will be in our best interest to run the power lines underground. This will eliminate the possibility of vehicles hitting the power lines. Heckathorn has requested $3,535 to run the lines underground. The second change to the contract is the addition of a painting booth in the building. Solid waste staff provides all maintenance services, which includes painting, on containers leased from the City. We also paint our recycling igloos periodically. This painting booth will allow for a safe environment for the employee painting the containers as well as the employees in the building. We worked with Heckathorn to select the most cost effective painting booth possible. The booth itself cost $6,625. Heckathorn requested $10,631 for the booth, installation costs, electrical hook up, and other expenses, as detailed in the attached change order. We budgeted $28,629 in contingency expenses for this contract. The change order amount, $14,166, will be paid from this contingency. Should you have any questions, please call me at extension 499. I appreciate your time. 113 WEST MOUNTAIN 72701 (501) 5754398 C) PRINTED ON RECYCLED PAPER •City of Fayetteville, Arkansas Budget Adjustment Form • Budget Year Department: Pu 4 j iI L c!!Loo 5 Date Requested i_ 000 Division: So 1 tc-t "re // _ I% -Oa Project or Item Requested: is bon (out*rueg op/di)4°cc Justification of this Increase: LYe OLc,&s L " o.reft La,d t,c Ucte a- Adjustment # Project or Item Deleted: to a -x) E. Q e u iq.u„v 4 `f"'` v s tom, "sUiy P�, f- &L( l�dl6Poblct 60', 114L actjcs iJ. Justification of this Decrease: &J 34T 06 *7A, ct7O. PC) Increase Expense (Decrease Revenue) ccstA Cr Account Name Amount Account Number -- ProJt Number - _______________ �s+s 6, 000 ssoo 5tt o skLo0 9%-i? Decrease Expense (Increase Revenue) Account Name Amount Account Number Project Number Pl atC.c.Lcc.)tQ 'S&1U Les 4OOO �dO `iaeo cc, RQa3� Approval Signatures Date i- (n-oo Date 7/8 -co Date Date. av Date Budget Office Use Only Type: A aB C D E Date of Approval Posted to General Ledger Posted to Project Accounting Entered in Category Log Blue Copy: Budget & Research / Yellow Copy: Requester •' CHANGE ORDER No.1 • Date: June 30, 2000 CITY ENGINEER'S PROJECT NO. FY99-2157 PROJECT: Container Maintenance Buildin City of Fayetteville, Arkansas CONTRACTOR: Heckathorn Construction Co. Fayetteville, AR Contract for $190.863 Contract Date March 21. 2000 TO: Doua Wehmever You are directed to make the changes noted below in the subject Contract: City of Fayetteville, Arkansas Owner Nature of the Changes: All changes by the Contractor to be in conformance with the Plans and Specifications and generally described as follows: 1. Install electrical power service Lump underground from existing Sum service pole to new building. (Approx. 80 LF) 2. (Furnish and Install "Thrifty" Lump Spray Booth Model TDB -148 Sum Complete with electrical and exhaust stack hook up and freight included.) (Quantity) @ $3,535.00 Add $3.535.00 1 (Deduct) (Quantity) @ $10,631.00 Add $10,631.00 1 (Deduct) Total= $14.166.00 See Attached Proposal (#00111-01R) from Heckathorn Construction Co. dated 6/20/00 in response to Request for Proposal from McClelland Engineers dated 6/1100. Changes to Contract Price and Time: These changes result in the following adjustment of Contract Price and Contract Time: Contract Price Prior to this Change Order: Estimated Increase Resulting from this Change Order: Estimated CONTRACT PRICE Including this Change Order: Contract Time Prior to This Change Order: Net Time Change Resulting From This Change Order: Current Contract Completion Date Including This Contract Change Order: $190863.00 $14.166.00 $205.029.00 150 Calendar Days 0 Calendar Days Aucust 29. 2000 FY99-2157:CO-1F5 PAGE 1OF2 2 The Foregoing Changes Areifommended: • McCLEL ID CO SUET ENGINE -a, INC. y Dated: 136 7 2000 The Foregoing Changes Are Accepted: Heck to horn Const uction Co. By: C. Dated: 07 (4 0 2000 The Foregoing Changes Are Approved: City of Fay ttevjl}e R By: Dated:__________________________ 2000 FY99-2157:CO-1F5 PAGE 2 OF 2 I HECKATHORN CONSTRUCTION COMPANY, INC. 1880 BIRCH AVE. FAYETTEVILLE, AR 72703 CHANGE ORDER REQUEST # OO111-01R. DATE: 6-20-00 --------------------------------------------------------------------- To: McClelland Consulting JOB: Container Maintenance Building Engineers, Inc. 1708 S. Armstrong Ave. 1810 North College Fayetteville, AR 72701 Fayetteville, Ar 72701 Job No. 00111 ---------------------------------------------------------------------- ----------------------------------------------------------- This is our Change Order requesting the following revisions to the above cited Contract. Included shall be all labor, equipment, materials and taxes to complete the following changes: To run power , 2-4" lines, from existing pole underground to building. (Approx. 80 lf) New underground Electrical Service $ 2,600.00 Deduct Overhead Service <200.00> Digging, Backfilling, Concrete Patching Road 646.00 OH&P 15% 457.00 Bond Premium Adjustment $ 32.00 Total $ 3,535.00 Furnish and install Thifty Industrial Spray Booth, model TDB -148. Booth Model TDB -148 Installation Labor Installation of exhaust Electrical hook up Office expence OH&P 15% Freight Bond Premium Adjustment Total Total ADD $ 6,625.00 575.00 300.00 500.00 75.00 1,211.00 1,250.00 $ 95.00 $ 10,631.00 $ 14,166.00 --------------------------------------------------------------------- WE AGREE hereby to make change specified for ADD $ 14,166.00 --------------------------------------------------------------------- Date: 6-20-00 --------------------------------------------------------------------- Authorized By: Ise ---------------------------- David C Hansen, Vice President Bowers Trucking, Inc P.O. Bm ianOwac DS965 48 State Flatbed, Van & Heavy Haul Trucking Customer Rate Confirmation • v • r Estimated Pickup Date ___/ Commodity: Paint Booth Length: 17-24' Width: legal Truck: FD From: Sacramento,CA To: Fayettevitte,AR From To: From To: Estimated Delivery Date /___/__ Height: legal Weight: 2100 Tarp: Yes Ratc: $1260 Rate: Rate: '♦111. ' .�. i X11`♦'' 'J �.. ♦_ Vi ...... �• 1 ♦- •�p4 4 1' 1p II I%I Iau FAYETTEVItLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Cheryl Zotti, Solid Waste Director From: Heather Woodruff, City Clerk Date: July 19, 2000 Attached is a copy of the completed staff review form and signed change order no. Ito the contract with Heckathorn Construction. I am returning two originals for you to distribute. The original will be microfilmed and filed with the City Clerk. cc: Nancy Smith, Internal Auditor S S.) RESOLUTION NO. 31-00 A RESOLUTION AWARDING BID NO. 2000-24 TO HECKATHORN CONSTRUCTION CO., IN THE AMOUNT OF $190,863, PLUS A 15% CONTINGENCY, FOR THE CONSTRUCTION OF THE SOLID WASTE CONTAINER MAINTENANCE BUILDING; AND APPROVING A BUDGET ADJUSTMENT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby awards Bid No. 2000-24 to Heckathom Construction Co., in the amount of $190,863, plus a 15% contingency, for the construction of the solid waste container maintenance building. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. Section 2. The City Council hereby approves a budget adjustment in the amount of $19,492 increasing Building Costs, Acct. No. 5500 5060 5804 00, Project No. 990791 by decreasing Use of Fund Balance, Acct. No. 5500 0950 4999 99. A copy of the budget adjustment is attached hereto marked Exhibit "B" and made a part hereof. PASSED AND APPROVED this 21st day of March 2000. APPROV . By: red Hanna, Mayor ATTESTT: By: Heather Woodruff, City C1eet