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