Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
04-01 RESOLUTION
1l RESOLUTION NO. 4-01 A RESOLUTION AWARDING BID NO. 00-79 IN THE AMOUNT OF $1,982,600 TO HARRISON DAVIS CONSTRUCTION CO. OF FAYETTEVILLE FOR THE CONSTRUCTION OF THE FAYETTEVILLE SENIOR CENTER; AND APPROVAL OF A BUDGET ADJUSTMENT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby awards Bid No. 00-79 in the amount of $1,982,600 to Harrison Davis Construction Co. of Fayetteville for the construction of the Fayetteville Senior Center; and authorizes the Mayor and City Clerk to execute an agreement for said amount. A copy of the agreement is attached hereto marked Exhibit "A" and made a part hereof. Section 2. The City Council hereby approves a budget adjustment in the amount of $78,083 increasing Building Cost, Acct. No. 4470 9470 5804 00, Project 96092 1 by decreasing Payments by Property Owners, Acct. No. 4470 0947 4420 00. A copy of the budget adjustment is attached hereto marked Exhibit "B" and made a part hereof. PASSED AND APPROVED this 16'h day of January , 2001. iso By: 77 l ally !ce eather Woodruff, City rk APPROVED: By: NAME OF FILE: • CROSS REFERENCE: 10. 4-D/ _ 9, -6z Date Contents of File Initials 0l-/to-Dt 1247.izita-,c /l/a. 4-/ /- /LM 62- (4 0y/rdv>yrzaz20 /-%o/ fo gy ,iUU 4- /t ta7(7) / / ham' / A- /9 -at://m ,` A/ �ue27 6-27 /G.-l�' jf_, 4/4 doe" .c,,„.7,--;,, /6 0 1 I..4z,.-- ift00-71-.7 .-rte, /-,1,5-o/ .airy_ , . i epte, . 4, 2' , _.___,-s--,=,-147 a-Afz2S/nr)f);( ) al fll / 1 FAYETTEVILLE THE CITY OF FAYETTEVIIIE. ARKANSAS DEPARTMENTAL CORRESPONDENCE $LA ilyrie4 DTC/ //y/ rvneaty MICROFILMS' ., •/ ddw`ri san D0015 TO: Heather Woodruff City Clerk FROM: Minor Wallace Building Construction Project Manager DATE: February 2, 2001 RE: Fayetteville Senior Center at Waxhaws I am enclosing for your information and files the Original Copies of the Performance Bond, the Payment Bond, and Certificate of Insurance. The Bonds have been recorded with the Circuit Clerk of Washington County. • By a copy to Peggy Vice, I am asking her to verify that these documents are adequate to issue a Notice to Proceed to the General Contractor. xc: Don Bunn Don Hancock Files • • PERFORMANCE BOND • C000772310 Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): HARRISON DAVIS CONSTRUCTION CO., INC. 1931-A DEANE STREET FAYETTEVILLE, AR 72703 SURETY (Name and Principal Place of Business): CAPITOL INDEMNITY CORPORATION P.O. BOX 5900 MADISON, WISCONSIN 53705-0900 OWNER (Name and Address): CITY OF FAYETTEVILLE 113 WEST MOUNTAIN FAYETTEVILLE, AR 72701 CONSTRUCTION CONTRACT Date: JANUARY 9, 2001 Amount: $1,982,600.00 Description (Name and Location): FAYETTEVILLE SENIOR CENTER AT WAXHAWS SOUTH COLLEGE AVENUE FAYETTEVILLE, AR O r N • c_ co 2 Z ri r!1 -1 —I c rn v : n 0 O O F--. O BOND Date (Not earlier than Construction Contract Date): JANUARY 15, 2001 Amount. $11982,600.00 Modifications to this Bond: Et None ❑ See other side CONTRACT AS PRINCIPAL Company: (Corporate Seal) HARRISON DAVIS CONSTRUCT IIN CO., INC. Signature:—i,/,/i Name and Title: 1/74e/CtS ir/ -b 4 zrs SURETY Company: CAPITOL Signature. (Corporate Seal) IffNI111 �LCaOiRPORA �ON % 1 o J1 A/ Name and Title:CARLA S. HOLLIS ATTORNEY-IN-FACT (FOR INFORMATION ONLY - Name, Address and Telephone) AGENT or BROKER: ALLEN -SMITH INSURANCE, INC. P.O. BOX 251510 LITTLE ROCK, AR 72225 OWNER'S REPRESENTATIVE (Architect, Engineer or other party): DARYL S. RANTIS, ARCHITECT, P.A. 380 WEST ROCK STREET FAYETTEVILLE, AR 72701 Printed in cooperation with the American Institute of Architects (AIA) by the CNA Insurance Companies. The language in this document conforms exactly to the language used in AIA Document A312 - Performance Bond - December 1984 edition. 29 gt- 1 The Contractor and the Surety, jointly and s rally, bind themselves, their heirs, executors, adminict tors, successors and assigns to the Owner for the performance of the ConsWction Contrac ch is incorporated herein by reference. 2 If the Contractor performs the Construction ontract, 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 an 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 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; arange 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: .1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is determined, tender payment therefor 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 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 and 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 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 of the Construction Contract, the Surety is obligated without dulication 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 part 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 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. 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 fumished 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 requirement 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 or 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 alt 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 nor waived, to pay the Contractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) PAYMENT BOND C000772310 Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): HARRISON DAVIS CONSTRUCTION CO., INC. 1931-A DEANE STREET FAYETTEVILLE, AR 72703 SURETY (Name and Principal Place of Business): CAPITOL INDEMNITY CORPORATION P.O. BOX 5900 MADISON, WISCONSIN 53705-0900 OWNER (Name and Address): CITY OF FAYETTEVILLE 113 WEST MOUNTAIN FAYETTEVILLE, AR 72701 CONSTRUCTION CONTRACT Date: JANUARY 4, 2001 Amount:$1, 982, 600.00 Description (Name and Location): FAYETTEVILLE SENIOR CENTER AT WAXHAWS SOUTH COLLEGE AVENUE FAYETTEVILLE, AR BOND Date (Not earlier than Construction Contract Date): JANUARY 15, 2001 Amount: $1,982,600.00 Modifications to this Bond: X None See other side CONTRACTOR AS PRINCIPAL Company: (Corporate Seal) HARRISON DAVIS CONSTRUCTION CO., INC. Signatur ___� Name and Title: ///fe/et2 t5o../ 1bo4 ZS 5C2bF•rC SURETY Company: (Corporate Seal) CAPITOL INDEMNITY CORPORATION ..-. C�Qc 9, 140901N Signature: Name and Title: CARLA S . HOLLI S ATTORNEY-IN-FACT (FOR INFORMATION ONLY - Name, Address and Telephone) AGENT or BROKER: ALLEN -SMITH INSURANCE, INC. P.O. BOX 251510 LITTLE ROCK, AR 72225 OWNER'S REPRESENTATIVE (Architect, Engineer or other party): DARYL S. RANTIS, ARCHITECT, P.A. 380 WEST ROCK STREET FAYETTEVILLE, AR 72701 Printed in cooperation with the American Institute of Architects (AIA) by the CNA Insurance Companies. The language in this document conforms exactly to the language used in AIA Document A312 - Payment Bond - December 1984 Edition 2V_ -/f3 • • • 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 fumished 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 harmless the Owner from claims, demands, liens or suits by any person or entity whose claim, demand, lien or suit is for the payment for labor, materials or equipment furnished 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 it 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 the 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: .1 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 fumishing 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 Pargraph 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 fumished 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, it any, under any Construction Performance Bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds eamed 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, and shall have under this Bond no obligations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants 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) first occurs. 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 Surety, the Owner or the Contactor, 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 fumished 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 vnth said statutory or legal requirement 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 benefidary 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 equ pment 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 the Contractor's subcontractors, and all other items fo 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 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. MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: INDEMNIft CORPORATION 4610 UNIVERSITY AVENUE, SUITE 1400, MADISON, WISCONSIN 53705-0900 PLEASE ADDRESS REPLY TO P.O. BOX 5900, MADISON, WI 53705-0900 PHONE (608) 231-4450 • FAX (608) 231-2029 POWER OF ATTORNEY No: 560598 Know all men by these• Presents, That the CAPITOL INDEMNITY. CORPORATION, a ' corporation of the State of Wisconsin, having its principal offices in the. City of Madison, Wisconsin, does make, constitute',' and appoint ,. . . ------ CHARLES M. ;ALLEN, G. ROBERT SMITH; SHERRI L.. MOSS, CARLA S HOLLIS ---- --- ` T -------------.--- ----- DALE E.`TEMPLE (North Little Rock, AR) --------- ------ Its true and lawful Attorney(s)in-fact, to.make, execute, seal and deliver_for and on its behalf, as surety, and as its act and' deed, any' and all bonds, undertakings and:contracts of suretyship''provided that no bond or undertaking or.'contract of:' suretyship•executedunder'this authority shall exceed In amount the'sum of . , -- NOT TO EXCEED, $3;000;000.00 - ---- This Power of Attorney is granted and is.signed;and sealed' by facsimile under and by the authority of:the, following Resolution adopted by the Board of Directors;of CAPITOL: INDEMNITY CORPORATION at a meeting duly called and held..'.. on the 5tti day:of,May 1960: - . - RESOLVED that the President and Vice -President; the Secretary oiTreaswer actinbyg individually or o herwise; be and the • y hereare granted the power and.authonzetionao appoint by a Power Of Attorney for the purposes only efexecutfng and attesting bonds and,undertakmgs .and other wrtings'obligatdr mthe'' ••;anature thereof; one:or more'residentvice-presidents; assistantsecretatiesand attorneys) -in -fact, each appointee to.have the 4powers'.and duties usual to such.+: "-offices to the business of•this company; the signature of such officers -and seal of the•Company may be affixed to any such power of attomeyor te'enypertificate- , relating thereto by facsimile, and any such power of attorney or' certificate, bearing'such facsimile signatures o facsimile: seal shall be valid' and binding upon the -, Company; and any such, power so executed and certified by facsimile signatures and: facsimile seal shall bevalla and binding upon the Company in the future with i •'respect toiany bond er undertaking or other writing obligatory in the nature thereof to which•it is attached: Any such appointment may be revoked; for -cause,. or: •' without cause, by any ofsaid off cars, at any time.' • - .'f 1 IN WITNESS WHEREOF, the CAPITOL INDEMNITY CORPORATION has caused these presents tobe;signed by'. its -officer undersigned and its corporate seal to be hereto affixed duly. attested by its Secretary, this 1st day'of'June0999w^ CAPITOL INDEMNITY CORPORATION . sAttest: ' • : , A . :,.... // r; Virgiline.M. Schulte,. Secretary • STATE OF WISCONSIN On' the 1st day of June,A:D., 1999, before me personally, came: George A Fait, to me known, who being by me duly Sworn, d d depose and say. that 'he resides in the County -of :Dane,'State of Wisconsin; that he is the• Presftle'ntL'of!;, ,CAPITOL INDEMNITY CORPORATION, the corporation described:•n and which executed: the above instrument \ttiat he knows the seal of the said corporation; that the seai affixed to'said instrument is such corporate seal; that it was so;atfixed ,by order of. the Board of Directors of.sad corporationand,that he signed his name thereto by like order. • ,�'• STATE:OF WISCONSIN ) `�c��anluilfau4/oa� COUNTY OF DANE • • .JANE F -ENDRES AAv Ne' .�4mmm CERTIFICATE ' • Jane F. Endres • Notary Public; Dane Co.,Wl• My Commission Expires March.23, 2003; I, the undersigned, duly elected to the .office ,stated below, now the incumbent in CAPITOL;•INDEMNITY ':CORPORATION, a Wisconsin Corporation,, authorizedto:make this certificate, DO HEREBY CERTIFY that_the foregoing ,attached Power of Attorney remains in full fore and.has not,been revoked; and furthermore that the Resolution of the 'Board of Directors, set forth in the Power of Attorney Is;now in force..' ISth' Signed and sealed at the City of Madison: Dated the day of January 2001 • , 4JMn rr ro Vt. �/O/�/��"�r�WV✓ kp` o . RE CORPORATE F - 3; SEAL zi 1 /, This power is valid only if the power of attorney number printed ina the upper right hand corner apears in red. Photocopies, carbon copies or other reproductions are not binding on the company. Inquiries concerning this power of attorney may be directed to the Bond Manager at the Home Office of the Capitol Indemnity Corporation. Treasurer AOOItik® CERTIFICATE TYPE OF INSURANCE POLICY NUMBER POUCY EFFECTIVE DATE (MMIDDnYI !F LIABILITY LIMITS A GENERAL LABILITY CER739422 INSURANC& 03/01/01 EACHOCCURRENCE f 500,000 DATE (MAUDDIW) 01/15/01 PRODUCER Allen -Smith Insurance, Inc. 92 E.56th Place,P.O.Box 94009 North Little Rock, AR 72190 (501) 753-9092 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURED Hanson Davis Cont Co.Inc 1931-A Deane Street Fayetteville AR 72703 I INSURER A: C G U INSURER B: INSURER C: INSURER 0: INSURER E: COVERAGES THE POUCIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NSR TR TYPE OF INSURANCE POLICY NUMBER POUCY EFFECTIVE DATE (MMIDDnYI MATIVJI Q b POLICY EXPIRATION DATE IMMNDM1 LIMITS A GENERAL LABILITY CER739422 03/01/00 03/01/01 EACHOCCURRENCE f 500,000 X COMMERCAL GENERAL LIABILITY FIRE DAMAGE (Any one fire) $ 100,000 CLAIMS MADE X OCCUR MED EXP (Any one person) $ 5,000 PERSONAL 8 ADV INJURY $ 500,000 GENERAL AGGREGATE $ 1,000,000 GENt AGGREGATE LIMIT APPLIES PER. PRODUCTS - COMPgP AGG $ 1,000,000 POLICY 1 JEC 1 ILOC A AUTOMOBILE LIABR.ITY CEAT79099 3 03/01/00 03/01/01$ COMBINED SINGLE LIMIT (Ea acddont) 1,000,000 X ANY AUTO ALL OWNED AUTOS BODILY INJURY (Per person) $ X SCHEDULED AUTOS X HIRED AUTOS BODILY INJURY (Per arndent) $ X NONOWNED AUTOS PROPERTY DAMAGE (Peraccident) $ GARAGE LABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ A LABILITY CEpy41772 03/01/00 03/01/01 EACH OCCURRENCE $ 1,000,000 �EXCESS X OCCUR CLAIMS MADE AGGREGATE $ 1,000,000 f DEDUCTIBLE $ RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LABILITY CEH1889484 03/01/00 03/01/01 TORYSIIIMRS Tq CM- E.L EACH ACCIDENT $ 500,000 E.L DISEASE - EA EMPLOYEE $ 500,000 E.L DISEASE - POLICY LIMIT $ 500,000 A OTHER Builders Risk - Reporting Form - Special Form $1,000 deductible CER739391 03/01/00 03/01/01 Any One Job 1,900,000 Temporary Storage 100,000 Transit 100,000 DESCRIPTION Fayetteville Fayetteville, OF OPERATIONS20CATI0NSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Senior Center at WAXHAWS, South College Avenue, Ar ADDITIONAL INSURED INSURER Liu LER: City of Fayetteville (3) Fayetteville AR 72701 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. i REP AUG. Robe G. Robe MATIVJI Q b f ACORD 25-S (7)97) I 0 ACORD CORPORATION 1988 FAYETTEVILELE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE \in�k��� `aV1I R OF7LME» Rutio04 MEMORANDUM TO: Dan Coody, Mayor FROM: Coy Hurd, Project Manager RE• Senior Center structure DATE- April 8, 2003 Please accept this background information regarding the new Senior Center and questions of the structural integrity of the building To the best of my recollection, Daryl Rantis was on the job and inspecting the work dunng all structural work in this building. He hired Butch Green (a licensed engineer) to further inspect the building and to give his opinion regarding the reliability of the structure. Mr. Green spent many days looking at the structure and work activity during the time that the roof was to receive the load of the deck and shingles. During this time, Mr. Rantis never expressed any reservations about the structural integrity of the Center. Because cylinders of concrete were not taken by the contractor (nor the mix company) during some of the work, it was determined that further testing should be done so that there would be no question about the state of the slabs and the bond beams in the walls. Windsor Probe Tests were accomplished to this end, and the results were that the concrete met or exceeded the specifications and that there was no apparent threat to integrity of the building. I attended several meetings where Mr. Green was present. On four separate occasions, people asked very pointed questions to Mr. Green regarding his opinion of the building's structure. On each of these four occasions, Mr. Green replied that the building was structurally sound, and that (judging from his many hours of inspection and observation) there were no problems of that nature. The structure of the building was finished and approved before Mr. Rantis resigned from the project. His last communication of which I am aware is a document labeled "Remedial Action." This document is a list of items found to "need additional work, replacement and repair." Nowhere in this eleven item list do any structural issues appear. The items relate to soffit, fascia, and window frames. One item relates to cracks on the external deck. There has been no deviation from Mr. Rantis' structural plans or specifications. FAYETTEVIoLE THE CITY OF FAYE TEVIL LE, ARKANSAS 2e4 -0Q --a7 /I ;wD - Noyyinber 21, 2002 Harrison Davis Construction 1931-A Deane St. Fayetteville, AR 72703 Mr. Harrison Davis This letter will serve as a reminder to you of our conversation at 8:15 a.m. on the morning of November 21, 2002. Present in the room were Coy Hurd, project manager for the City; Kit Williams, City Attorney; Dan Coody, Mayor. From your company were J.W. Grubb, Ben Smith, and yourself, Harrison Davis. I believe I was perfectly clear about the situation. After too many conversations about the slow pace, poor quality of the construction, missed deadlines, unacceptable and dangerous jobsite conditions, we have reached the last straw. You told the City Council in June 2002 that the job would be completed in October or November of this year when you were already far behind schedule. This morning you told us that you would be finished in 10 to 12 weeks from today. Based on your assurances, that would put your latest date of completion between 2/06/2003 and 2/20/2003, which is over a year from the original date of completion. The City of Fayetteville has given you this ultimatum: If the job is not finished, with the quality workmanship we expect, by 5:00 p.m. on 3/31/2003, YOUR COMPANY WILL BE FIRED FROM THE JOB AND YOUR BOND WITH CAPITOL INDEMNITY CORPORATION WILL BE CALLED. This letter does not void or diminish any contractual remedies that already exist for the City concerning the completion of this protect. This letter will serve as the only notice you will receive concerning this last and final warning I am having Mr. Hurd hand deliver a copy for you to keep and one for you to initial to be returned to us. Very Sincerely, Dan Coody Mayor ozz. arrison Davis Date cc. Janet Unebaugh, Director, Council on Aging Kit Williams, City Attorney David F. Pauly, President, Capitol Indemnity Corp. 113 WEST MOUNTAIN 72701 479421-7700 FAX 4794768757 ACORDn CERTIFICATOOF LIABILITY INSURAIIIIIE 0f/17/200 I1 TR PRODUCER (501)664-7728 Mark V. Williamson 1910 N. Grant, Little Rock, FAX (501)664-6285 Co Inc. Suite 200 AR 72207 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED Roberts -McNutt, Inc. P.O. Box 17756 N. Little Rock, AR 72117 INSURER A: - Security National Insurance Company CPA7093671 INSURER B: Trinity Universal Insurance Company X INSURER C: -- - _ _- INSURER D: INSURER E: CLAIMS MADE THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDIN - ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I1 TR NSADD C TYPE OF INSURANCE POLICY NUMBER DATE (MM/DDT/YY% E PDATE MOLICY PDONYIIN LIMITS A GENERAL LIABILITY CPA7093671 10/23/2002 10/23/2003 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED RNTmmt $ 100, 000 CLAIMS MADE X OCCUR MED EXP (My one person) 5 5,000 $ 1,000,000 X Contractual PERSONAL 8ADV INJURY X Blanket GENERAL AGGREGATE $ 2,000,000 GEN_ AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 A O - n POLICY JE T LOC A AUTOMOBILE LIABILITY CA7093672 10/23/2002 - - 10/23/2003 - . COMBINED SINGLE LIMIT (Eaacddent) $ 1,000,000 X ANY AUTO ALL OWNED AUTOS-� BODILY INJURY (Per person) $ - _ _ SCHEDULED AUTOS X HIRED AUTOS BODILY INJURY (Per acWent) .. $- X NON -OWNED AUTOS PROPERTY DAMAGE (Per accident) $ GARAGELIABILTTY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ B EXCESS/UMBRELLALIABILITY U07093673 10/23/2002 10/23/2003 EACH OCCURRENCE $ 4,000,000 X OCCUR CLAIMS MADE AGGREGATE $ $ 4,000,000 DEDUCTIBLE $ X RETENTION $ 10,000 $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? PEdescribe under SPECIAL IAL PROVISIOIO NS below WC STAN- TORN IMIT� OTH- FR E.L. EACH ACCIDENT $ E L DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ A OTHER Leased/Rented Equipment Inland Marine Coverage CPA7093671 10/23/2002 10/23/2003 $250,000 $250 Limit Deductible DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Job Reference: NWR47 SANG Senior Center CERTIFICATE HOLDER CANCELLATION City of Fayetteville RM 306 113 West Mountain Fayetteville, AR 72701 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE M.S. Williamson/SOW ikrich ACORD 25 (2001/08) @ACORD CORPORATION 1988 ACORct CERTIFICATE OF LIABILITY INStS CE DATE M 3DIYY) "bnoouDER -'''" Rebsamen Insurance/LRK 1500 Riverf rent Drive THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P. 0. Box 3198 COMPANIES AFFORDING COVERAGE Little Rock, AR 72203-3198 (501) 661-4800 COMPANY A Comp Trust AGC of Arkansas INSURED Roberts -McNutt, Inc. COMPANY B P.O. Box 17756 North Little Rock, AR 72117-7756 COMPANY C 1 COMPANY D ' COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELO W HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLIC V PERIOD INDICATED NOTWITHSTANDING ANYREOUIREMENT,TERMORCONDITIONOFANYCONTRACT OR OTHER DOCUMENTWITHRESPECT TOWHICHTHIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMIDDIYY) POLICY EXPIRATION DATE (MMIDDITY) LIMITS GENERAL LIABLITY GENERAL AGGREGATE $ COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGO $ CLAIMS MADE OCCUR PERSONAL & ADV INJURY $ OWNER'S & CONTRACTORS PROT EACH OCCURRENCE $ FIRE DAMAGE (Any one lire) $ MED EXP (Any one person) $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY S NON.OWNED AUTOS (Per accident) PROPERTY DAMAGE S GARAGE LIABLITY AUTO ONLY • EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT S AGGREGATE 4 EXCESS LIABLITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM $ A WORKERS COMPENSATION AND CT010103F 1/01/03 1/01/04 X WC STATU. TORY LIMITS OTH EA EMPLOYERS' LIABLITY EL EACH ACCIDENT 3 1,000,000 iME PROPRIETOR/ PARTNERS/EXECUTIVE INCL EL DISEASE -POLICY LIMIT $ 1,000,000 OFFICERS ARE: EXCL EL DISEASE -EA EMPLOYEE 3 1,000,000 OTHER DESCRIPTION OF OPERATIONSILOCATIONBIVEHICLESISPECIAL ITEMS Project: NWR47 - Sang Senior Center CERTIFICATE HOLDER Clty of Fayetteville 113 W Mount• l n, Room 306 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Fayettev 111 e, AR 72701 BUT FAILURE TO MAL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF AN 1' • UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. ACORD 25S (1/98) . AUTHOR D REP ES NT ; E •/ohn Gerety - CORD CORPORATION1985 CERTIFICATE: 015/001/ 01250 • • • PERFORMANCE BOND — C000772310 Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): HARRISON DAVIS CONSTRUCTION CO., INC. 1931-A DEANE STREET FAYETTEVILLE, AR 72703 SURETY (Name and Principal Place of Business): CAPITOL INDEMNITY CORPORATION P.O. BOX 5900 MADISON, WISCONSIN 53705-0900 OWNER (Name and Address): CITY OF FAYETTEVILLE 113 WEST MOUNTAIN FAYETTEVILLE, AR 72701 CONSTRUCTION CONTRACT Date. JANUARY 4, 2001 Amount. $1,982,600.00 Description (Name and Location): FAYETTEVILLE SENIOR CENTER AT WAXHAWS SOUTH COLLEGE AVENUE FAYETTEVILLE, AR F—• r rn 0 ,1 0 m 0 0 BOND Date (Not earlier than Construction Contract Dater JANUARY 15, 2001 Amount: $1,982, 600.00 Modifications to this Bond: ® None ❑ See other side CONTRACT AS PRINCIPAL Company: (Corporate Seal) HARRISON DAVIS CONSTRUCTION CO., INC. Signature: adelowcrif Name and Title: %r<iQieRr'S vte-/ 4-47=5 SURETY Company: (Corporate Seal) CAPITOL IIAEMNITEIN CORPORATION Signature: '� a �--1 0 Name and Title:CARLA S . HOLLIS ATTORNEY—IN—FACT (FOR INFORMATION ONLY - Name, Address and Telephone) AGENT or BROKER: ALLEN -SMITH INSURANCE, INC. P.O. BOX 251510 LITTLE ROCK, AR 72225 OWNER'S REPRESENTATIVE (Architect, Engineer or other party): DARYL S. RANTIS, ARCHITECT, P.A. 380 WEST ROCK STREET FAYETTEVILLE, AR 72701 Printed in cooperation with the American Institute of Architects (AIA) by the CNA Insurance Companies. The language in this document conforms exactly to the language used in AIA Document A312 - Performance Bond - December 1984 edition. 1 The Contractor and the Surety, jointly and se y, bind themselves, their heirs, executors, adminis•s, successors and assigns to the Owner for the performance of the Construction Contract, w is incorporated herein by reference. 2 0 the Contractor performs the Construction Contract, theSurety 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 an 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 Contractors 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 theConstruction 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 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 Contractors 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: .1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is determined, tender payment therefor 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 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 and remedy available to the Owner. 6 After the Owner has terminated the Contractors 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 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 of the Construction Contract, the Surety is obligated without dulication 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 Contractors 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 part 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 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. 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 perforated, any provision in this Bond conflicting with said statutory or legal requirement 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 or 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 C"""" 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 nor waived, to pay the Contractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) • PAYMENT BOND i C000772310 Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): HARRISON DAVIS CONSTRUCTION CO., INC. 1931-A DEANE STREET FAYETTEVILLE, AR 72703 SURETY (Name and Principal Place of Business): CAPITOL INDEMNITY CORPORATION P.O. BOX 5900 MADISON, WISCONSIN 53705-0900 OWNER (Name and Address): CITY OF FAYETTEVILLE 113 WEST MOUNTAIN FAYETTEVILLE, AR 72701 CONSTRUCTION CONTRACT Date: JANUARY 4, 2001 Amount:$1, 982, 600.00 Description (Name and Location): FAYETTEVILLE SENIOR CENTER AT WAXHAWS SOUTH COLLEGE AVENUE FAYETTEVILLE, AR O V) no r CO 2 Z r'1 CO n - d 1 -v - rn r; m . c. 1---, c 0 O BOND Date (Not earlier than Construction Contract Date): JANUARY 15, 2001 Amount: $1,982,600.00 Modifications to this Bond: P None See other side CONTRACTOR AS PRINCIPAL Company: (Corporate Seal) HARRISON DAVIS CONSTRUCTION CO., INC. SignaturrichP7/�Bv..— 4 4c Name and Title: thele C -L So.✓ b' hs SURETY Company: (Corporate Seal) CAPITOL INDEMNITY CORPORATION C RAO 2, 14 c)(1 -1..n Signature• Name and Title: CARLA S HOLLIS ATTORNEY-IN-FACT (FOR INFORMATION ONLY - Name, Address and Telephone) AGENT or BROKER: ALLEN -SMITH INSURANCE, INC. P.O. BOX 251510 LITTLE ROCK, AR 72225 OWNER'S REPRESENTATIVE (Architect, Engineer or other party): DARYL S. RANTIS, ARCHITECT, P.A. 380 WEST ROCK STREET FAYETTEVILLE, AR 72701 Printed in cooperation with the American Institute of Architects (AIA) by the CNA Insurance Companies. The language in this document conforms exactly to the language used in AIA Document A312 - Payment Bond - December 1984 Edition. • • • 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 fumished 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 harmless the Owner from claims, demands, liens or suits by any person or entity whose claim, demand, lien or suit is for the payment for labor, materials or equipment furnished 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 it 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 the 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: .1 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 fumished 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 fumishing 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 Pargraph 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 fumished 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 -.fter 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, it any, under any Construction Performance Bond, By the Contractor fumishing and the Owner accepting this Bond, they agree that all funds eamed 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, and shall have under this Bond no obligations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants 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) first occurs. 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 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 requirement 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 equ pment" 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 the Contractor's subcontractors, 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 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. MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: • INDEMNITY CORPORATION 4610 UNIVERSITY AVENUE, SUITE 1400 MADISON, WISCONSIN 53705-0900 PLEASE ADDRESS REPLY TO P.O. BOX 5900. MADISON, WI 53705-0900 PHONE (608) 231-4450 FAX (608) 231-2029 . POWER OF ATTORNEY No: 5 ✓ 059 8 Know all men by these Presents Thar the CAPITOL INDEMNITY. CORPORATION a corporation of the State of.Wiscbnsin; having its principal offices in the City •of Madison, Wisconsin; does•make, constitute ----- CHARLES M. 'ALLEN; G. ROBERT SMITH;, SHERRI L. MOSS, CARLA S HOLLIS ------ ------ DALE E. TEMPLE:(Nor-th•Little Rock, AR) --= .its.true and lawful Attorney(s)-in-fact; to make, execute; seal:and deliver.for and on its behalf; as surety, and as its act and • deed; any and all bonds, undertakings and' contracts'•of?suretyship, pr• ovided that no bond or undertaking.orr'contract of suretyship executed. under. this authority, shall exceed in amountthe°sum of , NOT TO EXCEED $3 000,000.00 _ • This Power of Attorney is: granted and is signed and sealed by facsimile under and by the authority of:the following Resolution adopted by the Board of Directors of CAPITOL INDEMNITY CORPORATION at a meeting duly called and held on the 5th dayof. May 1960: • • • -RESOLVED; that the President, and Vice -President,. the Secretary orTreasurereating-individually or o herwise, be and they hereby, are granted the power -: antlauthonzation.toappoint by a Power of Attorney:for. the purposes only ofexecuting and. attesting. bonds and undertakings,. and other wnbngs,obligatonj in•the' `:'nature. thereof; one.ormote -resident.vice-presidents;-assistant secretariesnd attoey(s) in -fact, each appo ntee to.have the pawers.and dutiesusual:to' such .t.,.: 'offices to' the. business' of this company; the signature of such officers and•seal ofthe'Company. may be affixed to any such power of attorneyor lo• any! certificate relating thereto by facsimile, and'any such power. of attorney orcertificate•beadng: such facsimile signatures o facsimile seal shall be valid.and,binding,upon the Company; and any such power so executed and certified by facsimile signatures and: facsimile seal shall be val d and binding upon the Company in the. future with 'respect to; any' bond or undertaking orother writing obligatory in the•nature thereof to which'it is attached. Any such appointment may be'revoked, for:• cause, or without cause,. by any,• of. said officers, at any time.' : - - IN WITN• ESS WHEREOF, the CAPITOL INDEMNITY CORPORATION• has caused these presents to be signed by • ' its officer undersigned and its corporate seal to be hereto;affixed duly attested by its Secretary, this 1st day•ofUune,• 1999: • - • CAPITOL INDEMNITY CORPORATION r Attest. /.. . ..�ay.go 9 6 .... / Virgiline-M. Schulte, Secretary • :3a CORPORATES '—u' SEAL i2 a STATE OF WISCONSIN' l • w oMs/ \a° COUNTY OF DANE.. J} 4�n°ti!tft*tP•• • Fait; President On the 1st -day of June, A.D.., 1999, before me personally came George A Fait, to me known, who being by me; duly `sworn, d d depose and say: that he resides in the.' County'• of Dane,''State of Wisconsin; that he is the President of 'CAPITOL INDEMNITY CORPORATION, the,corporationdescribed: h and which executed the above instrument; that he ".;•.knows the seal of the said corporation;•that the 'seal:affixed.to said instrument is such corporate seal;'thatit'was so affixed •,by order of the Board of Directors of said corporation and. that he signed hisname thereto by like order. STATE OF WISCONSIN3�u• p°ttFhtlf�r,r�"x COUNTY OF DANE -$ "JANE R Jane F. Endres \\ ENDRES ' Notary Public, Dane Co WI': %..o o My Commission Expires March 23; 2003ire Ry pue‘ -' odmimmiito CERTIFICATE I, the undersigned, duly elected to the .office .stated: below, now the incumbent in CAPITOL INDEMNITY .CORPORATION, a Wisconsin Corporation, authorizedao:make this certificate, DO HEREBY CERTIFY'that the. foregoing -attached Power of Attorney remains in full force and: has not been revoked; and furthermore that the Resolution. of the Board of Directors, set forth in the Power of Attorney is: now in force.' • lSth`' January 2001 Signed and sealed at the City of Madison. Dated the • day of . ptUunnn/11 3JOtworyro''\„G ▪ �D - _. CORPORATE 0-. SEAL k '"CON -."1 rimiIlllllO� This power is valid only if the power of attorney number printed in the upper right hand corner apears in red Photocopies, carbon copies or other reproductions are not binding cn the company. Inquiries concerning this power of attorney may be directed to the Bond Manager at the Horne Office of the Capitol Indemnify Cornoratinn. Paul J. Breliheadr, Treasurer COV THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. An4Mlik CERTIFICATE TYPE OF INSUMNCE POLICYNUMBER POUCY EFFECTIVE DATE IMWD0/NI OF LIABILITY LIMBS A INSURANCE COMMERCIAL DATE IMMIDOA'Y) 01/15/01 PRODUCER Men -Smith Insurance, Inc. t2 E.56th Place,P.O.Box 94009 North Little Rock, AR 72190 (501) 753-9092 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CON ERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURED Harrison Davis Const Caine 1931-A Deane Street Fayetteville AR 72703 I INSURER A: C G U INSURER 8: INSURER C: INSURER 0: INSURER E: COV THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NSA LTR TYPE OF INSUMNCE POLICYNUMBER POUCY EFFECTIVE DATE IMWD0/NI POUCY DATE/MA/DIM EXPIRATION LIMBS A GENERAL COMMERCIAL UABIUTY GENERAL CLAIMS MADE UABILJTY OCCUR CER739422 03/01/00 03/01!01 EACH OCCURRENCE $ 500,000 X FIRE DAMAGE (Any one fire) $ 100,000 X MED EXP (Any me person) 5 5,000 PERSONAL 8 ADV INJURY $ 500,000 . GENERAL AGGREGATE $ 1,000,000 GENL AGGREGATE MIT APPLIES PER: POUCY �I JEGT 11 LOC PRODUCTS - COMPIOP AGG S 1,000,000 A AUTOMOBILE LIABILIN ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NONOWNED AUTOS CEAT79099 3 03/01/00 • 03/01/01COMB INED SINGLE UMR (Ea aeddent $ 1,000,000. X BODILY INJURY (Per person) 5 X X BODILY INJURY (Per accident) $ X PROPERTY DAMAGE (Per acddenp $ GARAGE UABIUTY ANY AUTO AUTO ONLY - EA ACCIDENT S OTHER THAN AUTO ONLY: EA ACC $ pGG $ A LIABILITY EACH OCCURRENCE 5 1,000,000 �EXCESS X OCCUR CLAIMS MADE CEDN41772 03/01/00 03/01/01 AGGREGATE $ 1,000,000 S -- DEDUCTIBLE RETENTION 5 5 $ A WORKERS COMPENSATION AND EMPLOYERS LIABILITY CEH1889484 03/01/00 03/01/01 TAT4 WC STATU- TORY TORY UMNS DTH. ER E.L EACH ACCIDENT s 500,000 E.L DISEASE - EA EMPLOYEE S 500, 000 E.L DISEASE - POUCY DMR s 500 , 000 A OTHER Builders Risk - Reporting Form - Special Form 51,000 deductible CER739391 03/01/00 03/01/01 Any One Job 1,900,000 Temporary Storage 100,000 Transit 100,000 DESCRIPTION Fayetteville Fayetteville, OF OPERATIONS&OCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Senior Center at WAXHIAWS, South College Avenue, Ar . CERTIFICATE HOLDER ADDITIONAL INSURED; INSURER LETTER: CANCELLATION City of Fayetteville (3) Fayetteville ACORD 25S (7/97) AR 72701 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO 711E CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBUGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. i AUTHORIZED REP G. Robe b-cet .at, © ACORD CORPORATION 1988 1 ACORD CERTIFICATE OF LIABILITY low INSURANCE DATE IMM/DD/YYI 3/01/02 POUCV EFFECTIVE DATEIMM/DO/YY) PRODUCER 501-664-7705 RAMSEY,KRUG,FARRELL & LENSING 8315 CANTRELL, SUITE 300 P. O. BOX 251 510 . LITTLE ROCK, AR 72225 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURED Harrison Davis Construction Co., Inc. 1931-A Deane Street Fayetteville AR 72703 1 INSURER A: Hanover Insurance INSURER B: INSURER C: INSURER 0: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED -OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 15 SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE POLICYNUMBER POUCV EFFECTIVE DATEIMM/DO/YY) POUCY EXPIRATION DATE IMM/OD/YY) LIMITS A a GENERAL COMMERCIAL LIABILITY GENERAL CLAIMS MADE LiABiLti Y OCCUR RHT624424701 3/01/02 3/01/03 EACH OCCURRENCE 9 1000000 X 1 FIRE DAMAGE (Any one Tirol $ 100000 X MED EXP (Any one person) $ 5000 PERSONAL& ADV INJURY 9 1000000 GENERAL AGGREGATE 9 2000000 GEN'L AGGREGAT POLICY LIMIT APPLIES PRO JFCT PER: LOC PRODUCTS - COMP/OP AGG 9 2000000 A AUTOMOBILE UABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS AHT630526601 3/01/02 3/01/03 COMBINED SINGLE LIMIT (Ea accident) 9 1000000 X BODILY INJURY (Per person) BODILYINJURY (Per er accident) 9 PROPERTY DAMAGE (Per accident) 9 GARAGE UABIUTY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN AUTO ONLY: EA ACC 9 AGG 9 A EXCESS OCCUR DEDUCTIBLE UABIUTY CLAIMS MADE 10000 UHT631268701 3/01/02 3/01/03 EACH OCCURRENCE 9 1000000 AGGREGATE $ 1000000 $ 9 9 X RETENTION 9 A WORKERS COMPENSATION AND E!!PLOy'cPS' LIABIUTY WHT630527601 - 3/01/02 3/01/03 X WC STATU- TORY LIMITS OTH- ER E.L. EACH ACCIDENT $ 500000 E.L. DISEASE - EA EMPLOYEE 9 500000 E.L. DISEASE - POLICY LIMIT $ 500000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS RE: FAYETTEVILLE SENIOR CENTER AT WAXHAWS SOUTH COLLEGE AVENUE FAYETTEVILLE, AR CERTIFICATE HOLDER ADDITIONAL INSURED: INSURER LETTER: CANCELLATION CITY OF FAYETTEVILLE 113 WEST MOUNTAIN FAYETTEVILLE, AR 72701 ACORD 25-S (7/97) 1- 14 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION 011 LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED RE 9 ACORD CORPORATION 1988 ACORD 25-S (7!97) CAPITOL INDEMNITY CORPORATION 4610 University Avenue, PO Box 5900, Madison, WI 53705-0900 Phone (608) 231- 4450 Bond Department Fax (608) 231-2029 CONTRACTOR'S STATUS REPORT April 10, 2002 Bond Number: C000772310 CITY OF FAYETTEVILLE DONINCOCICHUUSIINO FAYETTEVILLE AR 72701 Contractor: Harrison Davis Construction Contract Number: 789 Description: Fayetteville Senior Center @ Waxhaws South College Ave. Bond Amount: $1,982,600. Effective Date: 01/15/01 /'flinar li/u/%<C_ //,7 1v 5 CoM5TP. K.w4KE2-- Project: 96092 Our company is Surety on the bond covering the above contract. In order to render proper service and complete our records in connection with this contract, it is necessary that we have the information hereinafter requested. Without prejudicing your right or affecting our liability under our bond described above, we would appreciate as much of the following information as is available. A self-addressed envelope is enclosed for your convenience. Fidelity and Surety Department 1. Percentage of work completed to date S as of 3 - 2 7 - a 2 2. If fully completed, date of completion Date accepted 3. If not complete, what is the probable date of completion? '7/t /OZ 4. Amount of money paid to contractor to date ` 2 I j3 (o o 5. Amount of retained percentage withheld to date 7 3 j 46 2., Go 6. Amount of increase or extras allowed to date too , t �/t 2: O d 7. What is the final contract price? 8. Have any liens or claims for unpaid labor or material bills been filed? 9. Is the work progressing satisfactorily? E2`r S L o w L Y Remarks: !V O Signed: ______________________Printed Name &Title pu1Lou&J4 GJN Tizod ! l4NA4 ff2 Date: Vz Address: (I 3 W. Phone: 4`7cI- 57 5- 0jZZ`J ®®� HARRISON DAVIS CONSTRUCTION CO. INC. Licensed General Contractor May 13, 2002 Minor Wallace, Construction Manager/Inspector CITY OF FAYETTEVILLE 113 West Mountain Fayetteville, Arkansas 72701 SUBJECT: CONSTRUCTION PROGRESS Minor, We are anticipating a virtual halt of vertical wall work (FASWALL SYSTEM), due to the fact changes in the field, directed by the Architect/his representatives, being made. The FASWALL SYSTEM manufacturer and the designer of such has provided an abundance or a plentiful amount of materials according to his original estimates of quantities and all as per Contract Documents. The "un-documented" directives given has depleted the manufacturers stock of the LCWF (large core wall form). As 'of this writing, K -X Faswall is to ship the required quantities of the LCFW to the job site in 2 - 3 weeks. The General Contractor has been instructed to make changes in the Structural work, through numerous amended and revised drawings provided. These changes are to be time consuming and with added costs of materials, labor and equipment - all yet to be completed. The General Contractor's intent is to calculate these costs upon completion and receipt of 'approvals on the balance of the structural materials and/or systems. The previous projected completion time (of 8-15-02, stated so 11-16-01) will need to be extended 60 to 90 days due to the numerous delays beyond the General Contractor's control. The General Contractor would like to be compensated for time consumed during these delay occurrences. We respectfully request your considerations for the extensions and expenses that may be required. Sincerely, a0 SO4! HARRISON DAVIS, PRESIDENT CC: HDC PROJECT MGR. 1931-A Deane Street, Fayetteville, AR 72703• (501) 443-0996, FAX: 443-0136 S HARRISON DAVIS CONSTRUCTION CO. INC. Licensed General Contractor June 10, 2002 DARYL S. RANTIS, ARCHITECTS, P.A. 380 West Rock Street FAyetteville, Arkansas 72701 RE: FAYETTEVILLE SENIOR CENTER @ WAXHAWS CITY OF FAYETTEVILLE SUBJECT: REQUEST FOR EXTENSION OF TIME (R.F.E.T.) Daryl; For documentation, the attached R.F.E.T. are representative of the total amount requested. Extension of Contract Time previously approved/negotiated/ accepted/approved by Change orders are yet to be considered/within their respective Change Order. Sincerely, BEN E. SMITH, ROJECT MGR. CC: R.F.E.T. FILE BES/dlr 1931-A Deane Street, Fayetteville, AR 72703 • (3FFij 443-0996, (SHi?j)i9@4X R FAX: 443-0136 (4,9) NANMmON DAMS CONSTAUCTON CO.. INC. aL • HARRISON DAVIS CONSTRUCTION COMPANY INC LICENSED GENERAL CONTRACTOR 1931-A DEANE STREET FAYETTEVILLE ARKANSAS 72703 PHONE A/C 501/443-0996 DATE: June 10, 20 02 REQUEST FOR EXTENSION TIME APPLICATION NO. SIX (6) TO OWNER: City of Favetteville 113 West Mountain Fayetteville, AR 72701 TO ARCHITECT: DARYL S. RANTIS. ARCHITECTS P.A. 380 West Rock Street Favetteville, AR 72701 FOR PERIOD beginning on and including March 28, 20 02 ,, th=ough and including May 29, 2002 We are recuestinc 10** calendar days extension time,, in accordance to the existing contract,, Article No. 3,� A1O1,1 Standard Form of Agreement Between Owner and Contractor,) for FAYETTEVILLE SENIOR CENTER AT WAXHAWS ,1 HDC JOB NO. 1035 due to inclement weather conditions or conditions beyond our control. Upon approval of this Application, the Substantial Completion shall be achieved not later than 530* Calendar Days from date of commence- ment,) including all previous Applications for this Project. APPROVAL AND ACCEPTANCE (Architect) (Owner) ontractor Harrison Davis June 10, 2002 date date date ** NOTE: Attached current R.F.E.T. #6 * These are inclusive of approved change 'orders (104 calendar days) and accumulated to date. (June 10, 2002 Attachment) REQUEST FOR EXTENSION TIME NO. SIX (6): March 28, 2002 through May 29, 2002 *PREVIOUS: R.F.E.T. #1 thru R.F.E.T. #5 CURRENT APPLICATION SUNDAY April 07, 2002 Tuesday April 23, 2002 Friday April 26, 2002 Thursday May 02, 2002 Thursday May 09, 2002 Sunday May 12, 2002 Wednesday May 15, 2002 Friday May 17, 2002 Friday May 24, 2002 Sunday May 26, 2002 Monday May 27, 2002 Tuesday May 28, 2002 Wednesday May 29, 200 THIS PERIOD CURRENT TOTAL: (R.F.E.T. #1 THRU R.F.E.T. #6) 3.29" 1.64" .49" .27" .62" .98" .04" 1.62" .73" .06" .26" .21" .08" days requested 51 calendar days RAIN RAIN RAIN RAIN RAIN RAIN RAIN RAIN RAIN RAIN RAIN RAIN RAIN NO WORK NO WORK NO WORK (AM) WORK NO WORK NO WORK } DAY WORK NO WORK NO WORK NO WORK NO WORK (PM) } DAY (AM) WORK 1 1 1 0 1 1 } 1 1 1 1 } 0 10 Calendar Days 61 Calendar nays Lii NAME OF FILE: Resolution No. 4-01 CROSS REFERENCE: Item # Date Document 1 02/02/01 Fayetteville Senior Center at Waxhaws - Harrison Davis Construction Company, Inc. - Performance Bond, Payment Bond and Certificate of Insurance NOTES: ( a a ! E E { | $ Q 33 0 & \ d \ } } - § k rn ))# - §§§§ §@)k -a -Ca 0000 kkkkkt)$$$ ) eq 0 kk§2\020CJ / 0 . - n § tO §7\k))\aaiaaa! i\k j\kk§2a!*mI&!k k ) ' ' |k NE:Ph ■f. �Cm \{ a. m en E!F M k C.35• 0 0 J � � D 0 199ODITION IBIT A AIA DOCUMENT I A101-1997 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a STIPULATED SUM This document has impor- tant legal consequences. AGREEMENT made as of the Fourth day of January consultation with an (January 4, 2001) in the year Two Thousand One (In words, indicate day, month and year) attorney is encouraged with respect to its BETWEEN the Owner: City of Fayetteville completion or modification. (Name, address and other information) 113 West Mountain Fayetteville, AR 72701 AIA Document A201-1997, General Conditions of the Contract for Construction, is adopted in this document by reference. Do not use with other general conditions and the Contractor: Harrison Davis Construction Co. , Inc. unless this document is (Name, address and other information) 1931—A West Deane Street modified. Fayetteville, AR 72703 This document has been approved and endorsed by The Associated General Contractors of America. The Project is: FAYETTEVILLE SENIOR CENTER AT WAXHAWS (Name and location) South College Avenue Fayetteville, AR 72701 m x The Architect is: Daryl S. Rantis, Architect, P.A. (Name, address and other information) 380 West Rock Street Fayetteville, AR 72701 3� • 01997 AIA® AIA DOCUMENT A101-1997 OWNER -CONTRACTOR AGREEMENT The Owner and Contractor agree as follows. The American Institute of Architects 1735 New York Avenue, N.W. Copyright 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 0 1997 by The American Institute of Washington, D.C. 20006-5292 Architects. Reproduction of the material herein or substantial quotation of its provisions without written permission of the AIA violates the copyright laws of the United States and will subject the violator to legal prosecution. WARNING: Unlicensed photocopying violates U.S. copyright laws and will subject the violator to legal prosecution. i .• ARTICLE 1 THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement, Conditions of the Contract (General, Supplementary and other Conditions), Drawings, Specifications, Addenda issued prior to execution of this Agreement, other documents listed in this Agreement and Modifications issued after execution of this Agreement; these form the Contract, and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representa- tions or agreements, either written or oral. An enumeration of the Contract Documents, other than Modifications, appears in Article 8. ARTICLE 2 THE WORK OF THIS CONTRACT The Contractor shall fully execute the Work described in the Contract Documents, except to the extent specifically indicated in the Contract Documents to be the responsibility of others. ARTICLE 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION 3.1 The date of commencement of the Work shall be the date of this Agreement unless a different date is stated below or provision is made for the date to be fixed in a notice to proceed issued by the Owner. (Insert the date of commencement if it differs from the date of this Agreement or, if applicable, state that the date will be fixed in a notice to proceed.) The date of commencement will be fixed in a notice to proceed issued by the Architect. If, prior to the commencement of the Work, the Owner requires time to file mortgages, mechan- ic's liens and other security interests, the Owner's time requirement shall be as follows: 3.2 The Contract Time shall be measured from the date of commencement. 3.3 The Contractor shall achieve Substantial Completion of the entire Work not later than Three Hundred Sixty Five (365) days from the date of commencement, or as follows: (Insert number of calendar days. Alternatively, a calendar date may be used when coordinated with the date of commencement. Unless stated elsewhere in the Contract Documents, insert any requirements for earlier Substantial Completion of certain portions of the Work.) , subject to adjustments of this Contract Time as provided in the Contract Documents. (Insert provisions, if any, for liquidated damages relating to failure to complete on time or for bonus payments for early completion of the Work.) Contractor will pay as liquidated damage the sum of One Hundred �Ijl Fifty Dollars ($150.00) for each consecutive calendar day beyond the date of substantial completion. o, o o. o 01997 AIA® AIA DOCUMENT A101-1997 OWNER -CONTRACTOR AGREEMENT The American Institute of Architects 1735 New York Avenue, N.W. Washington, D.C. 20006-5292 WARNING: Unlicensed photocopying violates U.S. copyright laws and will subject the violator to legal prosecution. 0 ARTICLE 4 CONTRACT SUM 4.1 The Owner shall pay the Contractor the Contract Sum in current funds for the Contractor's performance of the Contract. The Contract Sum shall be One Million Nine Hundred Eighty Two Thousand and Six Hundred Dollars(s1,982,600.0R). subject to additions and deductions as provided in the Contract Documents. 4.2 The Contract Sum is based upon the following alternates, if any, which are described in the Contract Documents and are hereby accepted by the Owner: (State the numbers or other identification of accepted alternates. If decisions on other alternates are to be made by the Owner subsequent to the execution of thisAgreement, attach a schedule of such other alternates showing the amount for each and the dale when that amount expires.) No Alternates 4.3 Unit prices, if any, are as follows: Where rock in size of one-half cubic yard or larger is encountered that requires use of air hammers for excavation add Three Hundred Dollars ($300.00) per cubic yard excavated. ARTICLE 5 PAYMENTS 5.1 PROGRESS PAYMENTS 5.1.1 Based upon Applications for Payment submitted to the Architect by the Contractor and Certificates for Payment issued by the Architect, the Owner shall make progress payments on account of the Contract Sum to the Contractor as provided below and elsewhere in the Contract Documents. 5.1.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month, or as follows: Pay periods will end on the 25th of each month. 5.13 Provided that an Application for Payment is received by the Architect not later than the Twenty—fifth (25th) day of a month, the Owner shall make payment to the Contractor not later than the Thirtieth (30th) day of the following month. If an Application for Payment is received by the Architect after the application date fixed above, pay- ment shall be made by the Owner not later than Thirty—five (35) days after the Architect receives the Application for Payment. 5.1.4 Each Application for Payment shall be based on the most recent schedule of values submit- ted by the Contractor in accordance with the Contract Documents. The schedule of values shall allocate the entire Contract Sum among the various portions of the Work. The schedule of values shall be prepared in such form and supported by such data to substantiate its accuracy as the Architect may require. This schedule, unless objected to by the Architect, shall be used as a basis for reviewing the Contractor's Applications for Payment. 01997 AIA® AIA DOCUMENT A101-1997 OWNER -CONTRACTOR AGREEMENT The American Institute of Architects 1735 New York Avenue, N.W. Washington, D.C. 20006-5292 WARNING: Unlicensed photocopying violates US. copyright laws and will subject the violator to legal prosecution. 5.1.5 Applications for Payment shall indicate the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.1.6 Subject to other provisions of the Contract Documents, the amount of each progress pay- ment shall be computed as follows: .I Take that portion of the Contract Sum properly allocable to completed Work as deter- mined by multiplying the percentage completion of each portion of the Work by the share of the Contract Sum allocated to that portion of the Work in the schedule of val- ues, less retainage of Ten percent ( 10 %). Pending final determi- nation of cost to the Owner of changes in the Work, amounts not in dispute shall be included as provided in Subparagraph 7.3.8 of AIA Document A2o1-1997; .2 Add that portion of the Contract Sum properly allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the completed construction (or, if approved in advance by the Owner, suitably stored off the site at a location agreed upon in writing), less retainage of Ten percent (10 %); .3 Subtract the aggregate of previous payments made by the Owner; and .4 Subtract amounts, if any, for which the Architect has withheld or nullified a Certificate for Payment as provided in Paragraph 9.5 of AIA Document A2o1-1997. 5.1.7 The progress payment amount determined in accordance with Subparagraph 5.1.6 shall be further modified under the following circumstances: .1 Add, upon Substantial Completion of the Work, a sum sufficient to increase the total pay- ments to the full amount of the Contract Sum, less such amounts as the Architect shall determine for incomplete Work, retainage applicable to such work and unsettled claims; and (Subparagraph 9.8.5 of AIA Document A2ol-1997 requires release of applicable retainage upon Substantial Completion of Work with consent of surety, if any.) .2 Add, if final completion of the Work is thereafter materially delayed through no fault of the Contractor, any additional amounts payable in accordance with Subparagraph 9.10.3 of AIA Document Alm -t997. 5.1.8 Reduction or limitation of retainage, if any, shall be as follows: (If it is intended, prior to Substantial Completion of the entire Work, to reduce or limit the retainage resulting from the percentages inserted in Clauses 5.1.6.1 and 5.1.6.2 above, and this is not explained elsewhere in the Contract Documents, insert here provisions for such reduction or limitation.) Retainage is reduced at time project is 50% complete to 5% of total project cost. 5.1.9 Except with the Owner's prior approval, the Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. 5.2 FINAL PAYMENT 5.2.1 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor when: .i the Contractor has fully performed the Contract except for the Contractor's responsibil- ity to correct Work as provided in Subparagraph 12.2.2 of AIA Document A2o1-1997, and to satisfy other requirements, if any, which extend beyond final payment; and .2 a final Certificate for Payment has been issued by the Architect. ®1997 AIA® AIA DOCUMENT A101-1997 OWNER -CONTRACTOR AGREEMENT The American Institute of Architects 1735 New York Avenue, N.W. Washington, D.C. 20006-5292 WARNING: Unlicensed photocopying violates U.S. copyright laws and will subject the violator to legal prosecution. 0 • 5.2.2 The Owner's final payment to the Contractor shall be made no later than 3o days after the issuance of the Architect's final Certificate for Payment, or as follows: ARTICLE 6 TERMINATION OR SUSPENSION 6.1 The Contract may be terminated by the Owner or the Contractor as provided in Article 14 of AIA Document A2o1-1997. 6.2 The Work may be suspended by the Owner as provided in Article 14 of AIA Document A2ot-1997. ARTICLE 7 MISCELLANEOUS PROVISIONS 7.1 Where reference is made in this Agreement to a provision of AIA Document A2o1-1997 or another Contract Document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. 7.2 Payments due and unpaid under the Contract shall bear interest from the date payment is due at the rate stated below, or in the absence thereof, at the legal rate prevailing from time to time at the place where the Project is located. /4 7y (Insert rate of interest agreed upon, if any) NONE (Usury laws and requirements under the Federal Truth in Lending Act, similar state and local consumer credit laws and other regulations at the Owner's and Contractor's principal places of business, the location of the Project and elsewhere may affect the validity of this provision. Legal advice should be obtained with respect to deletions or modifications, and also regarding requirements such as written disclosures or waivers.) 7.3 The Owner's representative is: (Name, address and other information) Minor Wallace City of Fayetteville 113 West Mountain Fayetteville, AR 72701 7.4 The Contractor's representative is: Ben E. Smith (Name, address and other information) Harrison Davis Construction Co. , Inc. 1931-A West Deane Street Fayetteville, AR 72703 7.5 Neither the Owner's nor the Contractor's representative shall be changed without ten days' written notice to the other party. 7.6 Other provisions: 7 �l�l ni Io p•Ltp• I O O1997 AIA® AIA DOCUMENT A101-1997 OWNER -CONTRACTOR AGREEMENT The American Institute of Architects 1735 New York Avenue, N.W. Washington, D.C. 20006-5292 WARNING: Unlicensed photocopying violates US. copyright laws and will subject the violator to legal prosecution. ARTICLE 8 ENUMERATION OF CONTRACT DOCUMENTS 8.1 The Contract Documents, except for Modifications issued after execution of this Agreement, are enumerated as follows: 8.1.1 The Agreement is this executed 1997 edition of the Standard Form of Agreement Between Owner and Contractor, AIA Document A1o1-1997. 8.1.2 The General Conditions are the 1997 edition of the General Conditions of the Contract for Construction, AIA Document A2o1-1997. 8.1.3 The Supplementary and other Conditions of the Contract are those contained in the Project Manual dated November 5, 2000 ,and are as follows: Document Title Pages Project Specifications Supplemental General Conditions 0080-1 to 0080-8 8.1.4 The Specifications are those contained in the Project Manual dated as in Subparagraph 8.1.3, and are as follows: (Either list the Specifications here or refer to an exhibit attached to this Agreement.) Section Title Pages Specifications for Construction, Fayetteville Senior Center at Waxhaws, Fayetteville, Arkansas Prepared by Daryl S. Rantis, Architect, P.A. and dated November 5, 2000. 8.1.5 The Drawings are as follows, and are dated unless a different date is shown below: (Either list the Drawings here or refer to an exhibit attached to this Agreement.) Number Title Date Drawings are as listed in the project Specification in Section 0002 — Schedule of Drawings pages 1 & 2. pill C C 0. .o O 01997 AIA® AIA DOCUMENT A101-1997 OWNER -CONTRACTOR AGREEMENT The American Institute of Architects 1735 New York Avenue, N.W. Washington, D.C. 20006-5292 WARNING: Unlicensed photocopying violates U.S. copyright laws and will subject the violator to legal prosecution. 0 8.1.6 The Addenda, if any, are as follows Number Date Pages One 11/28/00 2 Two 11/30/00 3 Three 12/11/00 4 Four 12/13/00 1 Portions of Addenda relating to bidding requirements are not part of the Contract Documents unless the bidding requirements are also enumerated in this Article 8. 8.1.7 Other documents, if any, forming part of the Contract Documents are as follows: (List here any additional documents that are intended to form part of the Contract Documents. AlA Document Alm -1997 provides that bidding requirements such as advertisement or invitation to bid, Instructions to Bidders, sample forms and the Contractors bid are not part of the Contract Documents unless enumerated in this Agreement. They should be listed here only if intended to be part of the Contract Documents.) Exhibit "A" detailing items not in the Contract. This Agreement is entered into as of the day and year first written above and is executed in at least three original copies, of which one is to be delivered to the Contractor, one to the Architect for use in the administration of the Contract, and the remainder to the Owner. th 24 &S OWNER (Signature) CONTRACTOR (Signature) t2.(A C M•0.n.n✓ Harrison Davis, President (Printed name and title) (Printed name and title) CAUTION: You should sign an original AlA document or a licensed reproduction. Originals contain the ALA logo printed in red; licensed' reproductions are those produced in accordance with the Instructions to this document. 01997 AIA® AIA DOCUMENT A101-1997 OWNER -CONTRACTOR AGREEMENT The American Institute of Architects 1735 New York Avenue, N.W. Washington, D.C. 20006-5292 WARNING: Unlicensed photocopying violates U.S. copyright laws and will subject the violator to legal prosecution. 0 Exhibit "A" Contract for Construction of Fayetteville Senior Center The following is a clarification of the items that are not part of this contract. These items are noted throughout the plans as N.I.C. (Not In Contract). I. The main entrance structure that is also noted as the entry canopy on page 8. The extent of the items not in contract are shown circled by a dashed line on page 8.This includes the main canopy structure and the connecting trellis. This also includes all related piers, foundations, grade beams and concrete columns. Eliminate the patterned concrete walkway the goes across the parking lot. Replace this concrete with asphalt paving to match the rest of the parking lot. Construct a 5' wide concrete sidewalk that connects the front entry with the parking lot. Include handicapped ramps where needed. 2. The entrance structures at the sidewalks shown north and south of the main parking lot entry from College Avenue. These are noted as N.I.C. on sheet SO of the project plans. Do not cut the fence at these locations. On the south structure eliminate the sidewalk between the parking lot and the College Avenue. However the sidewalk that runs along the south edge of the upper parking lot is still in the contract. Also the crosswalk pavement striping will be included in this contract. 3. The pavilion and connecting trellis on the terrace at the southwest comer of the building. This includes the lower pool, pool liner, waterfall, dry stack stone, the recirculating pool and cistern. This will include all piers, foundation walls and associated concrete work for this area. The north and east walls of the cistern will be built. The CMU and cast stone cap wall will continue from a point near grid intersection Q/19. From there the wall will continue east to approximately grid intersection Q/21. From there the wall will go south until it intersects with the planter wall on the south side of the terrace. Provision must be made to reroute the drainage that went into the cistern to a point where it will discharge at the ground at a concrete splash. 4. All cabinet work shown on sheet Cl and noted as N.I.C. This includes details 1- 3/C1 and details 7-12/C1. The remaining details remain in the contract. On sheet C2 the cabinets for the copy room shown on details 2 through 5, the planting shelves shown on detail 10 and 11 and the shelves in the library shown on details 14 through 17 all are not in the contract. On sheet C3 the trophy cabinet on 6/C3, the bookshelves on 7/C3 and the planting table on I 0/C3 are not in the contract. The portable cabinets shown in the Main Hall and the Art Room are not in the contract. The following items ARE IN THE CONTRACT. The reception desk shown on details 6-9/C2 and the hospitality counter in the kitchen shown on detail 1/C2 are in the contract. The sections through the base and upper cabinets remain to show how those cabinets in the contract are constructed. The storage cabinet on 5/C3 and the garbage cabinet on 9/C3 are included in the contract. Detail 12/C3 is through the library cabinets and does not show a N.I.C. note. This is an error and these cabinets are not in the contract. Exhibit "A" Page 2 5. As a clarification details 4 -6/Cl show a not in contract (N.I.C.) note. The items that are not in the contract include the vanity tops, plumbing fixtures, and toilet accessories including grab bars, mirrors and paper holders. The rest of the bathroom is in the contract including the wall finishes, ceilings and floor finishes. 6. On sheet 0 the door schedule, the third column from the right has several N.I.C.'s noted. Delete this column entirely. It originally gave a quantity of doors for phase IA. Since we are doing all the building at once these quantity do not apply. The second column from the right shows the correct quantities. 0 INSTT I 0 N S AIA DOCUMENT A101-1997 Standard Form 1of Agreement Between Owner and Contractor payment is a STIPULATED SUM GE.NERAL-INFORMATION PURPOSE t Ara -1997 is intended or use on construction projects where the basis of payment is a stipulated sum (fixed price). It is suitable for any arrangement between the Owner and Contractor where the cost has been set in advance, either by bidding or by negotiation. I RELATED DOCUMENTS. This document ha≤ been prepared for use in conjunction with AIA Document A2or-1997, General Conditions of the'Contract for Construction,which is adopted into Aro1-1997 by a specific reference. This inte- grated set of documents is suitable for mosttprojects however, for projects of limited scope, use of AIA Document A1o71r may i e nsided./ // The AIDr-1997 document is used as one part of the Contract Documents that memorialize the Contract for Construction between.the One and the,Contractor. The other Contract Documents are: Modifications / L.'�,�'�X201'1997: lthough the AIA /does not producestandard documents for Supplementary Conditions, Drawings or Specifications, variety of model and guide documents are, available, including AIA's MASTERSPEC and AIA Document A5n, Guide or SuppltmWtar Conditions. \C // /^ �IA Document A1o1-1997 is published ircconjunction with the following related documents: General Conditions ofthe'Contract for Construction Agot,1997, Standard Form'of/greement Between Contractor and Subcontractor A5n, Guide for Supplementary Conditions A71i1-1996, Instructions lo'Bidders./' B141-1997, Standard Form-ofAgreemen-Between Owner and Architect B151L, 1997, Abbreviated Standard Form of Agreement Between Owner and Architect C141-19 7, Standard -Form of AgreementBetween-Architect and Consultant Cl p -1997, b reviate`d.Stand�or of Agrel5ment Between Architect and Consultant LDocument RESOLUTION—M�ON—AND_ARBITRATION.'Through its adoption by reference of AIA Azol-rte c provisions _� 997, this docent contains provrsrons for mediation and arbitration of claims and disputes. n is a non -binding process, but is mandatory -under the terms of this agreement. Arbitration is mandatory tetrm/ofahis agreement•andbindingm moststa and under the Federal Arbitration Act. In a minority of it ation prov ions relating to•future disputes are not enforceable but the parties may agree to arbitrate after te arises. Even in those states, under certain circumstances(for example, in a transaction involving interstate e), arbitration provisions -maybe ns-may bee enforceable under thefederal Arbitration Act. /� n /� The AIA-does'no administer-disputeresolution processe To submit disputes to mediation or arbitration or to obtain V1Vj 1Vl copies f) the applicable mediation,or arbitration rules, write to the American Arbitration Association or call (Roo) 778-7g79.The erica Arbitration iationnmmay� .bve contacted at hitp✓/www.adcorg. WHY USEIAIIA CONTRACT DOCUM ENTS7\AIA contract documents are the product of a consensus -building process aimed at balanc ng the in?�rests o?'all parties on the construction project. The documents reflect actual industry practices, not theory. They are statethe-art legal' documents, regularly revised to keep up with changes in law and the industry —yet they are written, as far as possible, in everyday'language..Finally, AIA contract documents are flexible: they are intended to be mod- ified'to fit individual projects, but in such a way that modifications are easily distinguished from the original, printed language. Copyright O 1997 by the American Institute of Architects. Reproduction of the material herein or substantial quota- tion of its provisions without permission of the AIA violates the copyright laws of the United States and will subject the violator to legal prosecution. WARNING: Unlicensed photocopying violates US. copyright laws and will subject the violator to legal prosecution. O1997 AIA® AIA DOCUMENT A101-1997 INSTRUCTIONS The American Institute of Architects 1735 New York Avenue, N.W. Washington, D.C. 20006-5292 0 For further information on AIA's approach to drafting contract documents, see AIA Document M12o, Document Drafting Principles. USE OF NON-AIA FORMS. If a combination of AIA documents and non-AIA documents is to be used, particular care must be taken to achieve consistency of language and intent among documents. LETTER FORMS OF AGREEMENT. Letter forms of agreement are generally discouraged by the AIA, as is the performance of a part or the whole of the Work on the basis of oral agreements or understandings. The standard AIA agreement forms have been developed through more than too years of experience and have been tested repeatedly in the courts. In addition, the standard forms have been carefully coordinated with other AIA documents. STANDARD FORMS. Most AIA documents published since 1906 have contained in their titles the words "Standard Form.' The term "standard" is not meant to imply that a uniform set of contractual requirements is mandatory for AIA members or others in the construction industry. Rather, the AIA standard documents are intended to be used as fair and balanced baselines from which the parties can negotiate their bargains. As such, the documents have won general acceptance within the construction industry and have been uniformly interpreted by the courts. Within an industry spanning 50 states —each free to adopt different, and perhaps contradictory, laws affecting -that indus // sttry— AIA documents form the basis for a generally consistent body of construction law. USE OF CURRENT DOCUMENTS. Prior to using any AIA document, the user should consult an AIA component chapter or a current AIA Documents Price List to determine the current edition of each document. REPRODUCTIONS. Aioi-1997 is a copyrighted work and may not be reproduced or`excerpted from in substantial part without the express written permission of the AIA. This document is untended to beusedas a consumable —that is, the original document purchased by the user is intended to be consumed'm the course of being used. There is no implied permission to reproduce Aios-1997, nor does membership inthe American Institute of Architects confer any further rights to reproduce AIot-1997 in whole or in part. \\\ \ Alm -1997 may not be reproduced for Project Manuals. Rather, if a user wishes to include it as an example in a Project Manual, the normal practice is to purchase a quantity of the original forms and bind one in each'oof'he Project Manuals. Modifications may be accomplished through the use of separate SupplementaryConditions. A limited license is hereby granted to retail purchasers to reproduce a maximum of'TEN'copies of acompleted Aros-1997, with or without signatures, but only for use in connection with a particular project. Further reproductions are prohibited without application by a specific user to and after receipt of written permission from the AIA'Upon reaching agreement concerning the Contract Sum and other conditions, the form maybe removed from the manual and the necessary information may be added to the blank spaces of the form. The user may then reproduce up to.ten copies to facilitate the execution (signing) of multiple original copies of the form, or for oiheradininistrative proposes in connection with a particular Project. Please note that at least three original copies of Aro1-1997 should be signed by the parties as required by the last provision of this document. The AIA logo is printed in red on the original version of this document. This logo distinguishes an original'AIA document from copies and counterfeits. To ensure accuracy and uniformity of language, purchasers should use�only an original AIA document or one that has been reproduced from an original under special limited-license.from.AlA. Documents generated by the software AIA Contract Documents: Electronic Format -for WindowsTM do not contain a 'red logo. Documents reproduced in this program may be accompanied by AIA Document Dom, Certification of. Document's Authenticity. In addition, all documents in the program contain the l�numberunder-which`the document was reproduced and the date of expiration of the license. CHANGES FROM THE PREVIOUS EDITION Astir -1997 revises the 1987 edition of Aim to reflect changes made in AIA<Documment A i-1 97. It incorporates III alterations proposed by architects, contractors, owners and professional consultants. The following are some of the significant changes made to the contents from the 1987 edition of Aim: U THROUGHOUT: References in Aim -i997 to the General Conditions refer specifically to Aama997. o. o ARTICLE 2: The blank for exceptions to the Contractor's scope of Work has been eliminated. - 0. . ..,.,.o i. �- oARTICLE 3: New emphasis is placed on the need to coordinate the date of commencement with the date ofSubstantial Completion. Space is also provided for bonus payments for early completion. \1 ® 19 9 7 A I A® ARTICLE 5: Both progress payments and final payment are now covered in this article, ntitled Payments. Payment of AIA DOCUMENT A101-1997 amounts not in dispute under Construction Change Directives is mandatory, as is release ofretainaage oncompleted-Work INSTRUCTIONS at Substantial Completion. Advance payment to suppliers for materials and equipment not yet stored at the site is only permitted with the Owner's approval. ARTICLE 6: Space is provided for identification of the Owner's and Contractor's representatives. Ten days' notice is The American Institute required before a representative is changed. of Architects 1735 New York Avenue, N.W. Washington, D.C. 20006-5292 WARNING: Unlicensed photocopying violates U.S. copyright laws and will subject the violator to legal 0 a USING THE A101-1997 FORM Prospective bidders should be informed of any additional provisions which may be included in Aim -1997, such as for liquidated damages or for stored materials, by an appropriate notice in the Bidding Documents and the provisions for Supplementary Conditions. MODIFICATIONS. Users are encouraged to consult their legal and insurance advisers before completing an AIA document. Particularly with respect to contractor's licensing laws, duties imposed by building codes, interest charges, arbitration and indemnification, this document may require modification with the assistance of legal counsel to fully comply_with state_or-local laws regulating these matters. Generally, necessary modifications may be accomplished by writing or typing the appropriate terms in the blank spaces provided on the form or by Supplementary Conditions, or by amendments included in the Project Manual and referenced -in -this -document. The form may also be modified by striking out language directly on the original form. •Care must.betaken.in-makingthese kinds of deletions, however. Under NO circumstances should printed language be struck out in such a way as/to render it illegible (as, for example, with blocking tape, correction fluid or X's that completely obscure the text). This may raise suspicions of concealment or suggest that the completed and signed document has been tampered with. Handwritten.changes should be initialed by both parties to the contract. It is definitely not recommended practice to retype the standard document. Besides being outside the limited license for reproduction grantedlunder these Instructions, retyping can introduce typographical errors and cloud the legal interpretation given to a standard clause wheniblended with modifications, thereby eliminating one of the principal advantages oflstandard form documents. By/merely reviewing the modifications to be made to a standard form doctiment, parties familiar with that doccument can quickly understand the essence of the proposed relationship. Commercial ekchanges are greatly simplified and expedited, good -faith dealing is encouraged, and otherwise latent clauses are exposed for scrutiny. In this ,way,, contracting parties can more confidently and fairly measure their risks. Date: The date(rePresents the date the Agreement becomes effective. It may be the date an original oral agreement was reached; the date the Agreement was originally submitted to the Owner, the date authorizing action was taken or the Zad le of actual iexecution. It will be the d�� m which the Contract Time is measured unless a different date is set\ \ derlPaiagraph 3.1. // rties:�Parties to /!he Agreement should/be idenlified using the full address and legal name under which this Agreementsslto fbe execuled('induding a design tion of the legal status of both parties (sole proprietorship, rtnership, joint venture, unincorporated association, limited partnership or corporation [general, limited liability, osed 'Jr professionall, etci.-Where approp ate a copy of the resolution authorizing the individual to act on behalf the firm or�entity should be attached..Other information may be added, such as telephone numbers and electronic dresses'oject helproposedProject should/ be described in sufficient detail to identify: (i) the official name or title of the facility; the lo\V/ the site; t3� the proposed building usage; and (q) the size, capacity or scope of the Project. Architect: As n\th e other Contract.Docr� Architect's full legal or corporate title should be used. ARTICLE 2—jTHE WORK OF THISHIS CO If portions of thel Work arere locbe performed by persons or entities her than the Contractor, these should be indicated in the Stipplementdry Conditions. ARTICLE 3'DA OF C MMENCE�'ND SUBSTANTIAL COMPLETION i v The following items•should be included as appropriate: — PARAGRAPH 3:1 The date of commei ci ement of the Work should be. inserted if it is different from the date of the Agreemeent/lt should not be earlier than.the date of execution (signing)6f the Agreement. After the first sentence, enter RIC, either the sped& date ofcommencemelit of Ilie Work, or if a notice'to pr«eed is to be used, enter the sentence, "The date ofcommencemenl'shall be stipulated bythe'notice ioproceed." When time of performance is to be strictly enforced, o[hestatement of starting time should be carefullyweighed. l\ PARAGRAPH 3.3 The lime within which Substantial Completion of the Work is to be achieved may be expressed as a.riumber of days'(preferably calendar\days) or as a specified date. If a specified date is used and the date of @1997 AIA® commencement is tote given in a notice to proceed, these dates must be carefully coordinated to allow sufficient time fo cr ompletion of the \fork. �� AIA DOCUMENT A101-1997 � INSTRUCTIONS Any requirements for\earlier Substantial Completion of portions of the Work should be entered here if not specified elsewhere the ContractD«uments. The American Institute of Architects 1735 New York Avenue, N.W. Washington, D.C. 20006-5292 WARNING: Unlicensed photocopying violates U.S, copyright laws and will subject the violator to legal prosecution. F 0 i Optionally, insert any provisions for liquidated damages relating to failure to complete on time, or for bonus payments for early completion. Liquidated damages are not a penalty to be inflicted on the Contractor, but must bear an actual and reasonably estimable relationship to the Owner's loss if construction is not completed on time. There is little or no legal precedent to support the proposition of linking a bonus with a penalty. If liquidated damages are to be assessed because delayed construction will result in actual loss to the Owner, the amount of damages due for each day lost should be entered in the Supplementary Conditions or the Agreement. Factors such as confidentiality or the need to inform subcontractors about the amount of liquidated damages will help determine the placement of such language. If provision for liquidated damages is included, it should be carefully drafted by the Owner's attorney. Such a provision may be based on the following sample language: 'The Contractor and the Contractor's surety, if any, shall be liable for and shall pay the Owner the sums hereinafter stipulated as liquidated damages for each calendar day of delay until the Work is substantially complete: Dollars (s ):' For further information on liquidated damages, penalties and bonus provisions, see AIA Document A511, Guide for Supplementary Conditions. ARTICLE 4 —CONTRACT SUM PARAGRAPH 4.1 Enter the Contract Sum payable to the Contractor. PARAGRAPH 4.2 Identify any alternates described in the Contract Documents and accepted by the Owner. If decisions on alternates are to be made subsequent to execution of Arm -1 g97, attach a schedule showing the amount/of ea h alternate and the date it expires. PARAGRAPH 4.3 Enter any unit prices, cash allowances or cash contingency allowances. If unit prices are not covered in greater detail elsewhere in the Contract Documents, the following provision for unit prices is suggested: \ "The unit prices listed below shall determine the value of extra Work or changes in the Work, as a\I\cable. Theyshall be considered complete and shall include all material and equipment, labor, installation costs, overhead and proftUnit . prices shall be used uniformly for additions or deductions." Specific allowances for overhead and profit on Change Orders may be included under this paragraph to forestall disputes over future Change Order costs. \\\\ ARTICLE 5 -PAYMENTS SUBPARAGRAPH 5.1.2 Insert the time period covered by each Application for Paymentifit differs. from the onegiven. SUBPARAGRAPH 5.1.3 Insert the time schedule for presenting Applications for Paym \t, and ind at due da t\for making progress payments. The last day upon which Work may be included in an Application should normally be no less than 14 d\; prior to the payment date, in consideration of the 7 days required for the Architect's evaluation of an Application and issuance of a Certificate for Payment and the time subsequently accorded the Owner to make Payment in Article9 of AJoi. The Contractor may prefer a few additional days to prepare the Application. Due dates for payment should be acceptable to both the Owner and Contractor. They should allowsufficie\ a for the Contractor to prepare an Application for Payment, for the Architect to certify payment, a d'for the -Owner to make payment. They should also be in accordance with time limits established bby this Article and,Article 9 of A2oi-19971 CLAUSE 5.1.6.1 Indicate the percent retainage, if any, to be withheld when computing the am�eazh� progress payment. \\ \1 The Owner frequently pays the Contractor the bulk of the earned suns when -payment` fall due, retaining a percentage to ensure faithful performance. These percentages may vary with circumstances and'localities. The AIA endorses the practice of reducing retainage as rapidly as possible, consistent with'the.continued protection of all affected parties. See AIA Document A5ii, Guide for Supplementary Conditions, for a complete discussion lj I CLAUSE 5.1.6.2 Insert any additional retainage to be withheld from that portio n of the CtraContract Sum allocable to materials and equipment stored at the site. a �— ei Payment for materials stored off the site should be provided for in a specific agreement and"enumerated in o " Paragraph 7.6. Provisions regarding transportation to the site and insurance protecting the Owners interests should be included. !`/ C) O1997 AIA® AIA DOCUMENT A1O1-1997 SUBPARAGRAPH 5.1.8 Describe any arrangements to reduce or limit retainages indicated in Clauses .r.ba-and INSTRUCTIONS 5.1.6.2, if not explained elsewhere in the Contract Documents. A provision for reducing retainage should provide that the reduction will be made only if the Architect judges that The American Institute the Work is progressing satisfactorily. If the Contractor has furnished a bond, demonstration of the surety's consent of Architects to reduction in or partial release of retainage must be provided before such reduction is effected. Use oGAlA 1735 New York Avenue, N.W. Document G7o7A is recommended. Washington, D.C. 20006-5292 WARNING: Unlicensed photocopying violates U.S. copyright laws and will subject the violator to legal prosecution. P PY B i 0 SUBPARAGRAPH 5.2.2 Insert the date by which Owner shall make final payment, if it differs from the one stated. When final payment is requested, the Architect should ascertain that all claims have been settled or should define those which remain unsettled. The Architect should obtain the Contractor's certification required by Article 9 of A2o1-1997 and must determine that, to the best of the Architect's knowledge and belief and according to the Architect's final inspection, the requirements of the Contract have been fulfilled. ARTICLE 7 —MISCELLANEOUS PROVISIONS PARAGRAPH 7.2 Enter any agreed -upon interest rate for overdue payments. PARAGRAPH 7.3 Identify the owner's representative and indicate how that person may be contacted. PARAGRAPH 7.4 Identify the Contractor's representative and indicate how that person maybe contacted. provisions here. 8 —ENUMERATION OF CONTRACT DOCUMENTS •enumeration -of all Contract Documents must be made in this article. 'ION OF THE AGREEMENT.' :meet should be executed in not less than triplicate by the Owner and the Contractor. The persons I the Agreement should indicate the capacity in which they are acting (i.e., president, secretary, partner, etc.) uthority under) which(they are executing the Agreement. Where appropriate, a copy of the resolution ie thL individual to act on behalf of the firm or entity should be attached. O1997 AIA® AIA DOCUMENT A101-1997 INSTRUCTIONS The American Institute of Architects 1735 New York Avenue, N.W. Washington, D.C. 20006-5292 WARNING: Unlicensed photocopying violates U.S copyright laws and will subject the violator to legal prosecution. City of Fayetteville, Arkansas • Budget Adjustment Form Budget Year Department: Sales Capital Improvement Date Requested 2001 Division: Walker Park Senior Center 01/07/2001 Project or Item Requested: Additional funding is requested for the construction contract for the Walker Park Senior Center. The additional funding requested is $78,083. Justification of this Increase: The funding is requested to fully fund the construction contract. Project or Item Deleted: _copy_ Adjustment # EXHIBIT B None. The Council on Aging is providing the funds for the budget adjustment. Justification of this Decrease: The Council on Aging has been fund raising for construction cost of this project and is utilizing a portion of the funds raised with this adjustment. Increase Expense (Decrease Revenue) Account Name Amount Account Number Project Number Building Cost 78,083 4470 9470 5804 00 96092 1 Decrease Expense (Increase Revenue) Account Name Amount Account Number Project Number Payments by Property Owners 78,083 4470 0947 4420 00 Approval Signatures Requested By Date 1"7-01 Date >-F-d / Date -of Date /9-fz Date Blue Copy: Budget & Research / Yellow Copy: Requester Budget Office Use Only Type: A B C Date of Approval Posted to General Ledger Posted to Project Accounting D F. Entered in Category Log "'U' ,ci_ H:IBUDGE7IPROJECTSIBud AdjlBA_20011SENR_CTR.WK4 r= al 0 Q ° ` C :T DO a'- y N m °c3 vz 2 3 �£ N 7 f3 � . 2w"J ""3 a r `°V) 1 y a) O o W lu `y p u d z a+ O U u d C Q °• t 4 O C v • 8O ° O crn U a Q a ti L a N m N 1< a % — d . V Q tE 3 u > v cab �A N M fs. m O o! FTr r , j 2 90^ A az m m$ S I Sa 0 z o 0o O O n Ci m o 0 w ^ d N 8 o N r 0, C d E O •Ot) a 2 m ... C .CC c 0 " O C m O 2 ` a v v 2 S o 5 C Cu U ro C)>. a y O V C a w C c - 20 m.. _ 2 O LU Darylf. Rantis Architects, P.A. 380 West Rockjt. Fayetteville, Arkansas (501) 443-9112 (785) 565-0959 Dec. 19. 2000 Board of Directors Council on Aging and City Council Fayetteville, AR 72701 Dear Council Members: This letter is my recommendation to accept the low bid for the Fayetteville Senior Center submitted by Harrison Davis, contractor. The bid by Harrison Davis was substantially lower than the next lowest bid. After careful review of the bid by my associates with the contractor, I feel confident that Harrison Davis will perform the job to our satisfaction, within the allotted time frame and budget. Respectfully, Architect • STAFF REVIEW FORM X AGENDA REQUEST CONTRACT REVIEW GRANT REVIEW the Favetteville City Council meeting of January OM: 2001 CJ Public Works ACTION REQUIRED: Approval of a Resolution awarding a contract to Harrison Davis Construction Co. of Fayetteville for their low bid of $1,982,600 for the constructir^ pf the Fayetteville Senior Center. Approval of a budget adjustment in the amount of.79.o83.which is funded by the Council on Aging is also requested. - - COST TO CITY: $1,982,600. Cost of this Request 2180-4990-5722-00 2250-9250-5804-00 4470-9470-5804-00 Account Number 96092-1 Project Number $1,904,517 Category/Project Budget Funds Used To Date 1.904.517 Remaining Balance t /LEASE REVIEW: gate /Date nat•a STAFF Item :tj:ter a Walker Park Senior Complex Category/Project Name Program Name Community Development Parka Development .Sales Tax Capital Improvement Fund :t Adjustment Attached RPoQf ve Services Director ADA Coordinator Date Internal Auditor - Date 'ft/of Grant Officer Date tract & Budget Adjustment Date Cross Reference = -1— New Item: Yes No Date Date Prey Ord/Res M Orig Contract Date: • • Staff Review Form Description - Fayetteville Senior Center at Waxhaws Project - Meeting Date Project Name - Owner and Contractor Construction Agreement Comments: Budget Director Reference Comments: Accounting Manager 7. - 7initresf Opr>°fb( lipor6Aoulci r6kd ffoNe . City Attorney Purchasing Officer ADA Coordinator Internal Auditor nvu cwt ct,o - r 4, z (. a FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Don Bunn, Assistant Public Works Director From: Heather Woodruff, City Clerk Date: January23, 2001 Attached is a copy of the resolution awarding Bid No. 00-79 to Harrison Davis Co. I am returning one original to you. The original will be microfilmed and filed with the City Clerk. Your purchase requisition has been forwarded to the Internal Auditor. cc: Nancy Smith, Internal Audit 1 a RES • MICROFILMED SPECIFICATIONS FOR • CONSTRUCTION • Fayetteville Senior Center at Waxhaws Fayetteville, Arkansas. I. I :--- • Daryl S. Rantis, Architects, P.A. ' 380 West Rock Street Fayetteville, Arkansas 72701 ' (501) 443-9112 ' AjZ ' = CT• _ tl•Z• • 1 . • Daryl S. Rantis, Architects, P.A. 38o West Rock Street Fayetteville, Arkansas 72701 November 28, 2000 Addendum No.! Fayetteville Senior Center at Waxhaws Specifications: 1. Section 00010 — Advertisement for Bid — The date of the bid opening has been changed to Tuesday, December 12, 2000 at 2:00pm in Room 326 of the City of Fayetteville Administration Building, 113 W. Mountain, Fayetteville, Arkansas. 2. Section 00030 — Bid From — The bid form has been provided as part of this addendum. 3. Section 00092 — Wage Decision — For clarification, the wage rates shown in the specifications are correct and are up to date. Since there is federal money involved with this project the federal prevailing wage applies. These federal rates may vary from other state or county wage rate for other projects. 4. Section 09919 — Painting — Paragraph 3.2 and 3.3 —The interior finish schedule is shown on the floor plan on plan sheet 8. The room finishes are shown in boxes under the room names. Refer to page 0 of the plans for an explanation of these boxes. The exterior painting will consist of stain for the wood as specified in Section 09931 — Exterior Wood Stains. All exterior metals will be painted with a rust inhibitive primer and two coats of exterior enamel. All interior and exterior painting will consist of a primer and two costs of paint. 5. Clarification — There is no reflective ceiling plan. Refer to the various building sections to determine ceiling heights. The finish schedule will note the type of ceiling being used. 6. See the enclosed supplemental drawing SD1 for a vicinity map showing the project location. Drawings: Sheet E1 1. Lighting circuits serving type "B" lighting fixtures indicated to be controlled by dimmer switches shall be controlled with standard 120 volt, 20 amp, single pole toggle light switches. Sheet E3 Reference "Lighting Fixture Schedule: 1. Lighting fixture type "B" shall be provided with GE FLE24TBX/SPX27electronic self ballasted compact fluorescent lamps in lieu of halogen lamps. Equivalent lamps by Westinghouse, GE Philips, and OzramSylvania. 2. Lighting fixture type "G" shall be Alera model "IT9-3U3D-T8-PM-CLA- WCB-EB8120-MW 20FT. Equivalent by Columbia, Precision, or Linear. 3. Lighting fixture type "H" shall be Alera model "IT9-3U3D-T8-PM-CLA-WCB-EB8120-MW 12FT. Equivalent by Columbia, Precision, or Linear. 4. Lighting fixture type "J" is not used. 5. Lighting fixture type "L" shall be Alera model "IT9-2U-T8-PM-CLA-EB8120-MW-8FT. Equivalent by Columbia, Precision, or Linear. 6. Lighting fixture type "R" shall be Progress model P5769-33. 7. Lighting fixture type "S" shall be Progress model P5769-33. 8. Lighting fixture type "Y" shall be Lithonia KADI75M-TB-LPI-SPD04 with SSS-20-5C-DM19FGL-3'poles. Match quantity of poles with fixtures as indicated on sheet ME2. Fixture and pole color shall be as selected by architect. Equivalent by Hubbell, Kim, or McGraw Edison. L Daryl S. Rantis, Architects, P.A. 380 West Rock Street Fayetteville, AR 72701 November 30, 2000 Addendum No. 2 Fayetteville Senior Center Section 00030 — Bid Form — See the attached bid form for use with this project. End Addendum No. 2 Fayetteville Senior Center ' 12/00 BID FORM Proposal of (hereinafter called "Bidder")(a corporation / a partnership / an (State) (Strike out inapplicable terms) individual doing business as Arkansas Contractors License No. To the City of Fayetteville (hereinafter called "Owner") The Bidder, in compliance with your invitation for bids for the construction of the Senior Community Center, having examined the plans and specifications with related documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all labor, materials, and supplies; and to construct the project in accordance with the Contract Documents, within the time set forth therein, and at the prices stated below. These prices are to cover all expenses incurred in performing the work required under the Contract Documents, of which this proposal is a part. Bidder hereby agrees to commence work under this contract on or before a date to be specified in written "Notice to Proceed" of the Owner and to fully complete the project within 365 consecutive calendar days thereinafter as stipulated in the Specifications. Bidder further agrees to pay as liquidated damages, the sum of $ 150.00 for each consecutive calendar day thereafter as hereinafter provided in Paragraph 19 of the General Conditions. Bidder acknowledges receipt of the following addendum: BASE PROPOSAL: Bidder agrees to perform all of the work described in the specifications and shown on the drawings for the sum of: (Amount to be shown in both words and figures In case of discrepancy, the amount shown in words will govern) Where rock in size of one-half cubic yard or larger is encountered that requires use of airhammers for excavation, add Dollars ($ ) per cubic yard excavated I Fayetteville Senior Center LIST OF SUBCONTRACTORS 12/00 I, the undersigned General Contractor, certify that proposals from the following subcontractors were used in the preparation of my proposal. I agree that if I am the successful bidder, and if the following subcontractors are approved, I will not enter into contracts with others for these divisions of the Work without written approval from Architect and Owner. NAME LICENSE # MECHANICAL PLUMBING: ELECTRICAL: ROOFING & SHEETMETAL: Amount included in Base Bid for Trenching Safety Provisions under Arkansas Act 291 of 1993 (if trenching 5' or over is required.) ($ The Bidder understands that the Owner reserves the right to reject any or all bids and to waive any informalities in the bidding. The Bidder agrees that this bid shall be good and may not be withdrawn for a period of 90 calendar days after the scheduled closing time for receiving bids. Upon receipt of written notice of the acceptance of this bid, Bidder will execute the formal contract attached within 10 days and deliver a Surety Bond or Bonds as required by Paragraph 29 of the General Conditions. The Bid Security attached in the sum of ($ ) is to be become the property of the Owner in the event the contract and bond are not executed within the time above set forth, as liquidated damages for the delay and additional expense to the Owner caused thereby. Respectfully submitted: By: (Signature) SEAL ( if bid is by a corporation) (Title) (Business Address and Zip Code) Daryl S. Rantis, Architects, P.A. 380 West Rock Street Fayetteville, AR 72701 December 11, 2000 Addendum No. 3 Fayetteville Senior Center 1. The bid date has changed to December 14`h at 4:00pm at room 326 of the City of Fayetteville Administration Building. 2. Plan Sheet I — The following top of pier elevations have been established to provide the same information to each bidder. All top of pier elevations will have to be verified and any adjustments needed will be done by change order. a) All piers along the N/S grid line 40/41 - T.O.P. is 94'4-3/4" b) The exterior stairs at the southeast comer of the building - T.O.P. is 88' 0" c) All piers under the grade beam around the perimeter of the kitchen - T.O.P. is 97' 5-3/4". All interior piers T.O.P. is 99 4" d) All piers along the N/S grid 39 between P & W - T.O.P. 94' 5-3/4" e) Piers along N/S grid 36 at intersecting grid W/X - T.O.P. is 97' 5-3/4". Piers at intersecting grids UN, S/T and Q/R - T.O.P. is 94' 5-3/4". f) Interior piers not under grade beams in the Crawl Space bounded by grids 36 and 24 and W/X and N/P - T.O.P. is 94' 4" g) Piers under the grade beam around the basement - T.O.P. is 88' 0". h) Piers south of the building along grid H and FIG - T.O.P. is 88' 0". i) All piers along the E/W grid G - T.O.P. is 97' 4-3/4" except the pier at 8 which is 94' 0". j) Piers along the E/W grid D/E between 17 & 29 and outside the building - T.O.P. is 97' 4" k) Piers along the north wall of the Art Room on grid C/D and between 17 & 25 - T.O.P. is 97' 5-3/4". At grid 16 and 15 the top of the 24" piers is 97' 4" 1) Piers along the west wall of the Art Room at grid 15 the top of the two 24" piers is 97'4" m) Along the south wall of the Art Room - T.O.P. is 94 5". n) Piers along the E/W grid UN between 14 & 24 - T.O.P. is 94' 0" o) Following the outside wall of the terrace starting at 23/M - T.O.P. is 88' 5" to grid 19. Then it changes to 89' 5" through the pier at 16/Q. Then the piers along R/S are 88' 0". Pier at 10/f is 90' 0" through the pier at 8/W. Pier 8/C is 94' 0" along with the next 2 piers north. p) Back at the Cistern the piers under the wall surrounding it are at 88' 5". Pier at 17/P is 89' 0". Pier at 17/R is 89' 5". q) Piers on the interior of the terrace not under a grade beam — at grid S between 19 & 24 T.O.P. is 89' 0". Piers at 12N and 121W are 90' 0" the rest are 92' 0" 0 • Fayetteville Senior Center Addendum No.3 Page 2 This is a clarification of the scope of the paving and earthwork for Phase I of this project. The following items ARE NOT in this bid. a) The 4' wide crushed stone walking path that circles the north, west, and south side of the project. This also includes the 5' wide concrete walking path on the south side that leads to the building, the parking lot and the gazebo. b) The gazebo and the walk and wood fence that ties into the walk on College Ave. c) The entrance off of College that leads to the future garden plots. d) The grass paver parking spaces on the north side of the project. 13 spaces total. e) The asphalt paving of the drive to the existing building (Administration Building). Also delete the "Do Not Enter" Sign at this drive. f) Renovation of the stone walk that leads to the existing house. g) The six asphalt parking spaces for the Adult Day Care Center on the west side of the drive. Also the three asphalt parking spaces on the east side of the drive along with the associated stone walk that leads to the existing house. Continue the curb and gutter and stone retaining wall here as though there were no parking spaces. h) The drive through for the Adult Day Care Center. On the south edge of this drive there is a short section (15') of the retaining wall that will be required that follows the main road. The rest of the stone wall that forms an island at the southeast corner of the Adult Day Care Center will be installed in the next phase. i) The stone retaining wall and the 5'concrete walk that leads to the existing building and the garden plots on the north side of the drive that starts approximately 50' northeast of the northeast corner of the Senior Center. Continue the stone wall and curb and gutter here as though this walk was not there. To summarize, the entry road on the north side of the project will be built 16' wide without any side parking spaces or drives. The only stone retaining wall will be the one on the east and north side of this drive that is needed due to the grade change. You will need to remove the existing fence as noted on the site plan. All the main parking lot and the entrance to College on the east side of the Senior Center will remain as part of this contract. 4. Specification Section 08211 — Flush Wood Doors — Paragraph 2.1.A.1 Faces. Delete the reference to Douglas Fir and insert Oak. 5. Specification Section 08212 - Stile and Rail Wood Doors — Paragraph 2.1.A Exterior Aluminum Clad Doors. Delete reference to color. Color will be selected by the Architect from standard finishes. Fayetteville Senior Center Addendum No.3 Page 3 6. Specification Section 08550 — Wood Windows — Add the following information. The manufacturer of the clad windows and the clad doors must be the same. The color for the clad windows will match the clad doors and will be selected from standard colors. The divided lites will be snap in removable muntins. The trapezoid windows show on the elevations at the gable ends are site built windows and are not clad. 7. Specification Section 10155— Toilet Compartments — Clarification. Compartments will be floor mounted and overhead braced. This takes precedence over the drawings. 8. Specification Section 10801 — Toilet and Bath Accessories — Add the following. Furnish and install one 36" and one 42" grab bars at each handicapped toilet and at the toilet on the west side of the Art Room for a total of six grab bars. Standard fmish.1 9. Specification Section 12690 — Floor Mats and Frames — Paragraph 2.1. KDCM Aluminum Rollout Mat by Kadee Industries, Cleveland, Ohio, (800) 321-3827, is approved for use on this project. Tread inserts will be carpet. Color to be selected from manufacturers standard colors. 10. Specification Section 15A-42 — Ductwork Insulation: Duct insulation type 5 - DEW shall be as follows: External fireproofing for rectangular or round kitchen exhaust duct system shall be Great Lakes Textiles, Inc. 1.5" thick on both sides. Provide kitchen exhaust duct system with two layers of the 1,5" thick Firestop Blanket. Installation and materials shall be in complete accordance with the manufacturer's requirements for grease duct applications. 11. Specification Section 15B-41 — Piping and equipment Insulation — Type 2 -PC insulation is not required to be finished with lacquer finish. 12. Specification Section 15B-3 — Piping System Insulation — All piping shall be insulated with type 2 -PC insulation. Domestic cold water pipe insulation shall be %2" thick. Domestic hot water supply pipe insulation for pipes up to 1.25" in size shall be 1/2 thick. Insulation for pipes 1.5" and larger shall be 1" thick. Domestic hot water return pipe insulation shall be %2" thick. Refrigeration piping insulation shall be 3/a" thick. Hot water heating piping insulation for pipes up to 1" shall be 1" thick. Insulation fro pipes 1.25" and larger shall be 1.5" thick. Air conditioning condensate drain piping insulation shall be 'A" thick. 13. Specification Section 15B-4 — Ductwork Insulation — All ductwork with external duct wrap insulation type 4 -DEW shall be provided with 2" thick 1.5 lb density insulation. Ductwork installed in unconditioned attic and crawl spaces shall be provided with double thickness insulation. 14. Specification Section 15C — Fire Sprinkler Systems a) Sub -Section 15C -13a refers to design and installation of a sprinkler system for the entire building (existing and addition). There is no existing construction or additions to existing construction. All construction is new. Fayetteville Senior Center Addendum No.3 Page 2 b) Sub -Section 15C -13b indicates fire hydrant flow test information taken by the utility company at the nearest fire hydrant at the time of the original project design. The fire sprinkler contractor shall be responsible for having a new flow test taken for the purposes of the sprinkler system design. 15. Specification Section 15C-15 — Miscellaneous Execution a) Where the sprinkler heads are installed in lay -in ceilings, the head shall be centered in the ceiling tile. Sprinkler heads are not restricted to only be centered between rows of lights. The intent is for the heads, and piping (where exposed) to be installed in a neat, orderly and aesthetically pleasing manner. b) The fire sprinkler piping shall not be restricted to being installed within 6" of structure c) The fire sprinkler system will require a dry pipe system in some unconditioned attic spaces above gyp. Ceilings, roof overhangs over 4'-0" in width, and the kiln room. d) The crawl space is not required to be protected. e) An entirely dry sprinkler system is acceptable in lieu of a dry and a wet sprinkler system. Drawings I. Plan Sheet 1— Along grid line 24. Remove any reference to pour to here or phase 1 B. This plan was changed at one time to divide the construction of this building into two parts. We failed to remove all references to this phasing when we revised the plans for construction of the entire building. 2. Plan Sheet 5 — Detail 3/5. Remove the Not In Contract note at the bottom of this detail. 3. Plan Sheet 8— On the north side of the game room two windows type 21 are shown. Delete these windows. Also on the southeast side of the exercise room there are six windows that do not have a designation (four on the south side and two on the east side). All six of these windows are type 8. 4. Plan Sheet Ml — Detail 1/MI Underground Plumbing Plan — The 4" fire department connection line shall be routed in the crawl space. 5. Plan Sheet M6 — Detail 1/M6 — Grease Interceptor Detail — The grease interceptor capacity shall be 1000 gallons. Premanufactured units by Piles Concrete in Lowell are acceptable. 0 Daryl S. Rantis, Architects, P.A. 380 West Rock Street Fayetteville, AR 72701 December 13, 2000 Addendum No. 4 Fayetteville Senior Center 1. Due the bad road conditions the Bid Date has been changed to Friday December 15, 2000 at 4:00pm in Room 326 of the City of Fayetteville Administration Building. 1 I I 1 Daryl S. Rantis, Architects, P.A. 380 West Rock Street Fayetteville, AR 72701 December 15, 2000 Clarification Fayetteville Senior Center 1. Because of several questions concerning the utilities for this phase, we are issuing the following clarification: The will be no utilities installed that serve future phases. Only those lines required to service the Senior Center Building itself will be installed at this time. This includes the water, fire line and sewer lines (even those under the north entry road). Where the plans show a utility line branching off to serve a future phase install a tee and cap that will later serve the designated line. It will not be necessary to acknowledge this clarification on your Bid Form. •L ' Y S 1 9 9 0 D I T 1 O N Ii T WIBl4i1_1LILf I ,mil .1 d I t)A Standard Form of Agreement Between Owner and Contractor where the basis of payment is a STIPULATED SUM AGREEMENT made as of the Fourth day of January intheyear Two Thousand One (January 4, 2001) (In words, indicate day, month and year) BETWEEN the Owner: (Name, address and other information) and the Contractor: (Name, address and other information) __The Project is: (Name and location) The Architect is: (Name, address and other information) City of Fayetteville 113 West Mountain Fayetteville, AR 72701 Harrison Davis Construction Co., 1931-A West Deane Street - -Fayetteville, AR 72703 Inc FAYETTEVILLE SENIOR CENTER AT WAXHAWS South College Avenue Fayetteville, AR 72701 Daryl S. Rantis, Architect, P.A. 380 West Rock Street Fayetteville, AR 72701 The Owner and Contractor agree as follows. Copyright 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, O 1997 by The American Institute of Architects. Reproduction of the material herein or substantial quotation of its provisions without written permission of the AIA violates the copyright laws of the United States and will subject the violator to legal prosecution. WARNING: Unlicensed photocopying violates U.S. copyright laws and will subject the violator to legal prosecution. This document has impor- tant legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. AIA Document A201-1997, General Conditions of the Contract for Construction, is adopted in this document by reference. Do not use with other general conditions unless this document is modified. This document has been approved and endorsed by The Associated General Contractors of America. Naa 01997 AIA® AIA DOCUMENT A101-1997 OWNER -CONTRACTOR AGREEMENT The American Institute of Architects 1735 New York Avenue, N.W. Washington, D.C. 20006-5292 I ARTICLE 1 THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement, Conditions of the Contract (General, Supplementary and other Conditions), Drawings, Specifications, Addenda issued prior to execution of this Agreement, other documents listed in this Agreement and Modifications issued after execution of this Agreement; these form the Contract, and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representa- tions or agreements, either written or oral. An enumeration of the Contract Documents, other than Modifications, appears in Article 8. ARTICLE 2 THE WORK OF THIS CONTRACT The Contractor shall fully execute the Work described in the Contract Documents, except to the extent specifically indicated in the Contract Documents to be the responsibility of others. ARTICLE 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION 3.1 The date of commencement of the Work shall be the date of this Agreement unless a different date is stated below or provision is made for the date to be fixed in a notice to proceed issued by the Owner. (Insert the date of commencement if it differs from the date of this Agreement or, if applicable, state that the date will be fixed in a notice to proceed.) The date of commencement will be fixed in notice to proceed issued by the Architect. If, prior to the commencement of the Work, the Owner requires time to file mortgages, mechan- ic's liens and other security interests, the Owner's time requirement shall be as follows: 3.2 The Contract Time shall be measured from the date of commencement. 3.3 The Contractor shall achieve Substantial Completion of the entire Work not later than Three Hundred Sixty Five (365) days from the date of commencement, or as follows: (Insert number of calendar days. Alternatively, a calendar date may be used when coordinated with the date of commencement. Unless stated elsewhere in the Contract Documents, insert any requirements for earlier Substantial Completion of certain portions of the Work.) -- - , subject to adjustments of this Contract Time as provided in the Contract Documents. (Insert provisions, if any, for liquidated damages relating to failure to complete on time or for bonus payments for early completion of the Work.) Contractor will pay as liquidated damage the sum of One Hundred ]l�l Fifty Dollars ($150.00) for each consecutive calendar day beyond the date of substantial completion. c. o 01991 AIA® AIA DOCUMENT A101-1997 OWNER -CONTRACTOR AGREEMENT. The American Institute _ of Architects 1735 New York Avenue, N.W. Washington, D.C. 20006-5292 WARNING: Unlicensed photocopying violates U.S. copyright laws and will subject the violator to legal prosecution. ARTICLE 4 CONTRACT SUM 4.1 The Owner shall pay the Contractor the Contract Sum in current funds for the Contractor's performance of the Contract. The-Contract-Sum-shall-be—0ne Million Nine Hundred Eighty Two Thousand and Six Hundred Dollars($ 1, 982, 600.00). subject to additions and deductions as provided in the Contract Documents. 4.2 The Contract Sum is based upon the following alternates, if any, which are described in the Contract Documents and are hereby accepted by the Owner: (State the numbers or other identification of accepted alternates. If decisions on other alternates are to be made _ _ by the Owner subsequent to the execution of this Agreement, attach a schedule of such other alternates showing the amount for each and the date when that amount expires.) No Alternates 43 Unit prices, if any, are as follows: Where rock in size of one-half cubic yard or larger is encountered that requires use of air hammers for excavation add Three Hundred Dollars ($300.00) per cubic yard excavated. ARTICLE 5 PAYMENTS 5.1 PROGRESS PAYMENTS 5.1.1 Based upon Applications for Payment submitted to the Architect by the Contractor and Certificates for Payment issued by the Architect, the Owner shall make progress payments on account of the Contract Sum to the Contractor as provided below and elsewhere in the Contract Documents. 5.1.2 The period covered by each Application- for Payment shall be one calendar month ending on the last day of the month, or as follows: Pay periods will end on the 25th of each month. 5.13 Provided that an Application for Payment is received by the Architect not later than the Twenty—fifth (25th) day of a month, the Owner shall make payment to the Contractor not later thanthe Thirtieth (30th) day of the following month. If an Application for Payment is received by the Architect after the application date fixed above, pay- ment shall be made by the Owner not later than Thirty—five (35) days after the Architect receives the Application for Payment. 5.1.4 Each Application for Payment shall be based on the most recent schedule of values submit- ted by the Contractor in accordance with the Contract Documents. The schedule of values shall allocate the entire Contract Sum among the various portions of the Work. The schedule of values shall be prepared in such form and supported by such data to substantiate its accuracy as the Architect may require. This schedule, unless objected to by the Architect, shall be used as a basis for reviewing the Contractor's Applications for Payment. 01997 AI A® AIA DOCUMENT A101-1997 OWNER -CONTRACTOR AGREEMENT The American Institute of Architects 1735 New York Avenue, N.W. Washington, D.C. 20006-5292 WARNING: Unlicensed photocopying violates US. copyright laws and will subject the violator to legal prosecution. 5.1.5 Applications for Payment shall indicate the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.1.6 Subject to other provisions of the Contract Documents, the amount of each progress pay- ment shall be computed as follows: .1 Take that portion of the Contract Sum properly allocable to completed Work as deter- mined by multiplying the percentage completion of each portion of the Work by the share of the Contract Sum allocated to that portion of the Work in the schedule of val- ues, less retainage of Ten percent ( 10 %). Pending final determi- nation of cost to the Owner of changes in the Work, amounts not in dispute shall be included as provided in Subparagraph 7.3.8 of AIA Document A2o1-1997; .2 Add that portion of the Contract Sum properly allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the completed construction (or, if approved in advance by the Owner, suitably stored off the site at a location agreed upon in writing), less retainage of Ten percent (10 %); .3 Subtract the aggregate of previous payments made by the Owner; and .4 Subtract amounts, if any, for which the Architect has withheld or nullified a Certificate for Payment as provided in Paragraph 9.5 of AIA Document A2o1-1997. 5.1.7 The progress payment amount determined in accordance with Subparagraph 5.1.6 shall be further modified under the following circumstances: .1 Add, upon Substantial Completion of the Work, a sum sufficient to increase the total pay- ments to the full amount of the Contract Sum, less such amounts as the Architect shall determine for incomplete Work, retainage applicable to such work and unsettled claims; and (Subparagraph 9.8.5 of AIA Document A2o1-1997 requires release of applicable retainage upon -- - Substantial Completion of Work with consent of surety, if any.) - - — — - .2 Add, if final completion of the Work is thereafter materially delayed through no fault of the Contractor, any additional amounts payable in accordance with Subparagraph 9.10.3 of AIA Document A2oi-i997. 5.1.8 Reduction or limitation of retainage, if any, shall be as follows: (If it is intended, prior to Substantial Completion of the entire Work, to reduce or limit the retainage resulting from the percentages inserted in Clauses 5.1.6.1 and 5.1.6.2 above, and this is not explained elsewhere in the Contract Documents, insert here provisions for such reduction or limitation.) Retainage is reduced at time project is 50% complete to 5% of total project cost. 5.1.9 Except with the Owner's prior approval, the Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. 5.2 FINAL PAYMENT 5.2.1 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor when: .1 the Contractor has fully performed the Contract except for the Contractor's responsibil- ity to correct Work as provided in Subparagraph 12.2.2 of AIA Document A2o1-1997, and to satisfy other requirements, if any, which extend beyond final payment; and .2 a final Certificate for Payment has been issued by the Architect. 1*I O1997 AIA® AIA DOCUMENT A101-1997 OWNER -CONTRACTOR AGREEMENT The American Institute of Architects 1735 New York Avenue, N.W. Washington, D.C. 20006-5292 WARNING: Unlicensed photocopying violates US. copyright laws and will subject the violator to legal prosecution. 5.2.2 The Owner's final payment to the Contractor shall be made no later than 3o days after the issuance of the Architect's final Certificate for Payment, or as follows: ARTICLE 6 TERMINATION OR SUSPENSION 6.1 The Contract may be terminated by the Owner or the Contractor as provided in Article 14 of AIA Document A2o1-1997. 6.2 The Work may. be suspended by the Owner as provided in Article 14 of AIA Document A2o1-1997. — ARTICLE 7 MISCELLANEOUS PROVISIONS 7.1 Where reference is made in this Agreement to a provision of AIA Document A2oI-1997 or another Contract Document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. 7.2 Payments due and unpaid under the Contract shall bear interest from the date payment is due at the rate stated below, or in the absence thereof, at the legal rate prevailing from time to time at the place where the Project is located. (Insert rate of interest agreed upon, if any.) (Usury lawsand requirements under the Federal Truth in Lending Act, similar state and local consumer credit laws and other regulations at the Owner's and Contractor's principal places of business, the location of the Project and elsewhere may affect the validity of this provision. Legal advice should be obtained with respect to deletions or modifications, and also regarding requirements such as written disclosures or waivers.) 73 The Owner's representative is: (Name, address and other information) 7.4 The Contractor's representative is: (Name, address and other information) Minor Wallace City of Fayetteville 113 West Mountain Fayetteville, AR 72701 Ben E. Smith Harrison Davis Construction Co., Inc. 1931-A West Deane Street Fayetteville, AR 72703 7.5 Neither the Owner's nor the Contractor's representative shall be changed without ten days' written notice to the other party. 7.6 Other provisions: 01997 AIA® AIA DOCUMENT A101.1997 OWNER -CONTRACTOR AGREEMENT The American Institute of Architects 1735 New York Avenue, N.W. Washington, D.C. 20006-5292 WARNING: Unlicensed photocopying vlolatesUS. copyright laws and will subject the violator to legal prosecution. ARTICLE 8 ENUMERATION OF CONTRACT DOCUMENTS 8.1 The Contract Documents, except for Modifications issued after execution of this Agreement, are enumerated as follows: 8.1.1 The Agreement is this executed 1997 edition of the Standard Form of Agreement Between Owner and Contractor, AIA Document A1o1-1997. 8.1.2 The General Conditions are the 1997 edition of the General Conditions of the Contract for Construction, AIA Document A2o1-1997. 8.1.3 The Supplementary and other Conditions of the Contract are those contained in the Project Manual dated November 5, 2000 ,and are as follows: Document Title Pages Project Specifications Supplemental General Conditions 0080-1 to 0080-8 8.1.4 The Specifications are those contained in the Project Manual dated as in Subparagraph 8.1.3, and are as follows: (Either list the Specifications here or refer to an exhibit attached to this Agreement.) Section Title Pages Specifications for Construction, Fayetteville Senior Center at Waxhaws, Fayetteville, Arkansas Prepared by Daryl S. Rantis, Architect, P.A. and dated November 5, 2000. 8.1.5 The Drawings are as follows, and are dated unless a different date is shown below: (Either list the Drawings here or refer to an exhibit attached to this Agreement.) Number Title Date Drawings are as listed in the project Specification in Section lljl 0002 - Schedule of Drawings pages 1 & 2. o o, o 01997 AIA® AIA DOCUMENT A101-1997 OWNER -CONTRACTOR AGREEMENT The American Institute of Architects 1735 New York Avenue, N.W. Washington, D.C. 20006.5292 WARNING: Unlicensed photocopying violates U.S. copyright laws and will subject the violator to legal prosecution. • • • 1 8.1.6 The Addenda, if any, are as follows Number Date Pages One 11/28/00 2 Two 11/30/00 3 Three _ —" 12/11/00 4 Four 12/13/00 1 Portions of Addenda relating to bidding requirements are not part of the Contract Documents unless the bidding requirements are also enumerated in this Article 8. 8.1.7 Other documents, if any, forming part of the Contract Documents are as follows: (List here any additional documents that are intended to form part of the Contract Documents. AIA Document Ala -1997 provides that bidding requirements such as advertisement or invitation to bid, Instructions to Bidders, sample forms and the Contractor's bid are not part of the Contract Documents unless enumerated in this Agreement. They should be listed here only if intended to be part of the Contract Documents.) Exhibit "A" detailing items not in the Contract. 6 This Agreement is entered into as of the day and year first written above and is executed in at least three original copies, of which one is to be delivered to the Contractor, one to the Architect for use in the administration of the Contract, and the remainder to the Owner. OW N E R (Signature) (Printed name and title) CONTRACTOR(Signature) Harrison Davis, President (Printed name and title) CAUTION: You should sign an original ALA document or a licensed reproduction. Originals contain the ALA logo printed in red; licensed reproductions are those produced in accordance with the Instructions to this document. Al. 01997 AIAO AIA DOCUMENT A1O1-1997 OWNER -CONTRACTOR AGREEMENT. The American Institute of Architects 1735 New York Avenue, N.W. Washington, D.C. 20006-5292 WARNING: Unlicensed photocopying violates US. copyright laws and will subject the violator to legal prosecution. S Exhibit "A" Contract for Construction of Fayetteville Senior Center The following is a clarification of the items that are not part of this contract. These items are noted throughout the plans as N.I.C. (Not In Contract). 1. The main entrance structure that is also noted as the entry canopy on page 8. The extent of the items not in contract are shown circled by a dashed line on page 8.This includes the main canopy structure and the connecting trellis. This also includes all related piers, foundations, grade beams and concrete columns. Eliminate the patterned concrete walkway the goes across the parking lot. Replace this concrete with asphalt paving to match the rest of the parking lot. Construct a 5' wide concrete sidewalk that connects the front entry with the parking lot. Include handicapped ramps where needed. 2. The entrance structures at the sidewalks shown north and south of the main parking lot entry from College Avenue. These are noted as N.I.C. on sheet SO of — ----the project plans. Do -not cut the fence at these locations. On the south structure eliminate the sidewalk between the parking lot and the College Avenue. However the sidewalk that runs along the south edge of the upper parking lot is still in the contract. Also the crosswalk pavement striping will be included in this contract. 3. The pavilion and connecting trellis on the terrace at the southwest corner of the building. This includes the lower pool, pool liner, waterfall, dry stack stone, the recirculating pool and cistern. This will include all piers, foundation walls and associated concrete work for this area. The north and east walls of the cistern will be built. The CMU and cast stone cap wall will continue from a point near grid intersection Q/1 9. From there the wall will continue east to approximately grid intersection Q/21 -From there the wall will go south until it intersects with the planter wall on the south side of the terrace. Provision must be made to reroute the drainage -that -went -into -the -cistern to a point where it will discharge at the ground at a concrete splash. 4. All cabinet work shown on sheet Cl and noted as N.I.C. This includes details 1- 3/Cl and details 7-12/C1. The remaining details remain in the contract. On sheet C2 the cabinets for the copy room shown on details 2 through 5, the planting shelves shown on detail 10 and 11 and the shelves in the library shown on details 14 through 17 all are not in the contract. On sheet C3 the trophy cabinet on 6/C3, the bookshelves on 7/C3 and the planting table on 10/C3 are not in the contract. The portable cabinets shown in the Main Hall and the Art Room are not in the contract. The following items ARE IN THE CONTRACT. The reception desk shown on details 6-9/C2 and the hospitality counter in the kitchen shown on detail 1/C2 are in the contract. The sections through the base and upper cabinets remain to show how those cabinets in the contract are constructed. The storage cabinet on 5/C3 and the garbage cabinet on 9/C3 are included in the contract. Detail 12/C3 is through the library cabinets and does not show a N.I.C. note. This is an. error and these cabinets are not in the contract. S Exhibit "A" Page 2 5. As a clarification details 4 —6/Cl show a not in contract (N.I.C.) note. The items that are not in the contract include the vanity tops, plumbing fixtures, and toilet accessories including grab bars, mirrors and paper holders. The rest of the bathroom is in the contract including the wall finishes, ceilings and floor finishes. 6. On sheet 0 the door schedule, the third column from the right has several N.I.C.'s noted. Delete this column entirely. It originally gave a quantity of doors for phase IA. Since we are doing all the building at once these quantity do not apply. The second column from the right shows the correct quantities. a Parylf. Rantis Architects, P.A. 580 West Rockft. rayetteville, Arkansas (501) 443-9112 (785) 565-O939 Dec. 19, 2000 Board of Directors Council on Aging and City Council - Fayetteville, AR 72701 Dear Council Members: This letter is my recommendation to accept the low bid for the Fayetteville Senior Center submitted by Harrison Davis, contractor - The bid by Harrison Davis was substantially lower than the next lowest bid. After careful review of the bid by my associates with the contractor, I feel confident that Harrison Davis will perform the job to our satisfaction, within the allotted time frame and budget. Respectfully, , Architect . . S _ 'I)in a° O 2 7 \ _ | 2 n \/ 0 ---- 2 )� 0 �4- - m 2--•— - - — -2— — h ® on - C t t___ t!§ \ « [f R J / -o--- N___ � - *n -�- a «to |}§/7 ?\ii�-- / }-2 C }• •- � -- _ ----t/ � fl k k 2 { ` � \ f { $E I• » •1' r \ i Jii � [ §� j / Vi } k \ \ / V� , - 0000 C' » I SPECIFICATIONS FOR CONSTRUCTION Fayetteville Senior Center at Waxhaws Fayetteville, Arkansas Daryl S. Rantis, Architects, P.A. 380 West Rock Street Fayetteville, Arkansas 72701 (501) 443-9112 `5551111)��� .S...RqIdp, IIiIAR€tIIICT' _ — 11.7• Ii/11111555\ I f • I Table Of Contents DIVISION SECTION TITLE PAGES DIVISION 0 CONTRACT DOCUMENTS 00001 TABLE OF CONTENTS 00002 SCHEDULE OF DRAWINGS 00003 SCOPE OF WORK 00004 ADDENDA 00010 ADVERTISEMENT FOR BIDS 00020 INSTRUCTIONS TO BIDDERS 00030 BID FORM 00032 BID BOND 00070 GENERAL CONDITIONS 00080 SUPPLEMENTAL GENERAL CONDITIONS 00090 FEDERAL LABOR STANDARDS PROVISIONS 00092 WAGE DECISION DIVISION 1 GENERAL REQUIREMENTS 01050 FIELD ENGINEERING 01060 REGULATORY REQUIREMENTS ' 01090 REFERENCE STANDARDS 01100 SPECIAL PROJECT REQUIREMENTS 01110 SUMMARY 01300 ADMINISTRATIVE REQUIREMENTS ' 01400 QUALITY CONTROL 01500 TEMPORARY FACILITIES AND CONTROLS 01530 BARRIERS AND ENCLOSURES 01600 PRODUCT REQUIREMENTS 01700 EXECUTION REQUIREMENTS DIVISION 2 SITE WORK ' 02100 SITE PREPARATION 02200 EARTHWORK 02220 EXCAVATING, BACK FILLING AND COMPACTING ' 02230 CRUSHED STONE BASE COURSE 02250 SITE RESTORATION 02270 SLOPE PROTECTION AND EROSION CONTROL 02361 TERMITE CONTROL 02370 DRILLED PIERS 02510 ASPHALTIC CONCRETE PAVING 02512 WATER SERVICE ' 02520 CONCRETE CURBS, GUTTERS AND SIDEWALKS 02621 FOUNDATION DRAINAGE PIPING AND ACCESSORIES 02710 TERRACE CATCH BASINS ' 02720 STORM SEWER SYSTEMS 02730 SANITARY SEWAGE SYSTEMS 02810 DRIP IRRIGATION 02920 LAWNS AND GRASSES I I TOC-1 • • 1 DIVISION 3 CONCRETE ' 03100 . SPECIAL.CONCRETE FORM WORK 03300 CAST -IN -PLACE CONCRETE 03310 CAST -IN -PLACE STRUCTURAL CONCRETE 03450 PLANT -PRECAST ARCHITECTURAL CONCRETE DIVISION 4 MASONRY ' 04810 UNIT MASONRY ASSEMBLIES 04820 "FASWALL" WALL FORM SYSTEM DIVISION 5 METALS 05120 STRUCTURAL STEEL 05310 STEEL DECK 05520 HANDRAILS AND RAILINGS 05540 CASTINGS DIVISION 6 WOOD AND PLASTICS 06100 ROUGH CARPENTRY 06105 MISCELLANEOUS CARPENTRY 06176 METAL -PLATE -CONNECTED WOOD TRUSSES 06185 STRUCTURAL. GLUED -LAMINATED TIMBER 06200 FINISH CARPENTRY 06401 EXTERIOR ARCHITECTURAL WOODWORK 06402 INTERIOR ARCHITECTURAL WOODWORK 06600 PLASTIC FABRICATIONS DIVISION 7 THERMAL AND MOISTURE PROTECTION 07110 FOUNDATION WATERPROOFING 07210 BUILDING INSULATION 07220 STRUCTURAL PANELS 07311 ASPHALT ROOF SHINGLES 07531 EPDM ELASTOMERIC MEMBRANE ROOFING 07552 MODIFIED BITUMINOUS MEMBRANE ROOFING 07620 SHEET METAL FLASHING AND TRIM 07811 SPRAYED FIRE -RESISTIVE MATERIALS 07920 JOINT SEALANTS DIVISION 8 DOORS AND WINDOWS 08110 STEEL DOORS AND. FRAMES 08212 STILE AND RAIL WOOD DOORS 08310 ACCESS DOORS AND PANELS 08550 WOOD WINDOWS 08710 DOOR HARDWARE 08716 POWER DOOR OPERATORS 08800 GLAZING I I TOC-2 1 1 I DIVISION 9 FINISHES 1 09260 GYPSUM BOARD ASSEMBLIES 09310 CERAMIC TILE 09545 SPECIAL CEILING SURFACES 09651 RESILIENT FLOORING TILE 09800 BASE MORTAR FINISH SYSTEM 09910 PAINTING 09931 EXTERIOR WOOD STAINS 09986 SPECIALTY WALL PANELS DIVISION 10 SPECIALTIES 1 10155 TOILET COMPARTMENTS 10200 LOUVERS AND VENTS 10300 PRE -MANUFACTURED FIREPLACE SYSTEM 10431 SIGNS 1 10522 FIRE EXTINGUISHERS, CABINETS, AND ACCESSORIES 10750 TELEPHONE SPECIALTIES 10801 TOILET AND BATH ACCESSORIES I I I I I 1 I I n I DIVISION 11 EQUIPMENT NO WORK IN THIS DIVISION DIVISION 12 FURNISHINGS 12496 WINDOW TREATMENT HARDWARE 12690 FLOOR MATS AND FRAMES DIVISION 13 SPECIAL CONSTRUCTION 13100 NO WORK THIS DIVISION DIVISION 14 CONVEYING SYSTEMS NO WORK IN THIS DIVISION DIVISION 15 MECHANICAL SEE MECHANICAL TABLE OF CONTENTS DIVISION 16 .ELECTRICAL SEE ELECTRICAL TABLE OF CONTENTS APPENDICES A SOIL AND FOUNDATION INVESTIGATION B SUPPLEMENTAL RECOMMENDATIONS RETAINING WALLS AND PAVING C. ADDENDUM'S FROM PRIOR BID IN JUNE 1997 END OF TABLE OF CONTENTS I TOC-3 FAYETTEVILLE SENIOR CENTER I I Li I I Ti I I I I C I I LII ILJ I I TABLE OF CONTENTS DIVISION 15 - MECHANICAL SECTION 15A - GENERAL REQUIREMENTS 15A -I CONTRACT DOCUMENTS ........................... 15A-2 SPECIFICATION FORM AND DEFINITIONS 15A-3 GENERAL EXTENT OF WORK .................... 15A-4 LOCAL CONDITIONS .................................... 15A-5 CODES, ORDINANCES, RULES AND REGULATIONS............................................................2 15A-6 CONTRACT CHANGE................................................................................................................2 I5A-7 LOCATIONS AND INTERFERENCES........................................................................................3 I5A-8 SYSTEM PERFORMANCE.........................................................................................................4 I5A-9 WARRANTY................................................................................................................................4 15A-10 MATERIALS, EQUIPMENT AND SUBSTITUTIONS.................................................................4 15A -II SHOP DRAWINGS, OPERATION AND MAINTENANCE INSTRUCTION...............................5 15A-12 CUTTING AND PATCHING........................................................................................................6 15A-13 MUTILATION................................:............................................................................:................7 15A-14 EXCAVATION AND BACKFILL.................................................................................................7 15A-15 SETTING, ADJUSTMENT AND EQUIPMENT SUPPORTS.......................................................7 15A-16 START-UP, CHANGE -OVER, TRAINING AND OPERATIONAL CHECK................................7 15A-17 PRE -FINAL AND FINAL CONSTRUCTION REVIEW..............................................................7 I5A-18 PAINTING OF MATERIALS AND EQUIPMENT.......................................................................8 15A-19 MAINTENANCE OF SYSTEMS..................................................................................................8 15A-20 FILTERS.......................................................................................................................................8 15A-21 CLEANING OF SYSTEM AND EQUIPMENT............................................................................8 15A-22 STERILIZATION OF DOMESTIC WATER SYSTEM.................................................................9 15A-23 PIPE SLEEVES............................................................................................................................9 15A-24 WELDING....................................................................................................................................9 15A-25 PIPING MATERIALS AND FITTINGS........................................................................................10 I5A-26 PIPING FITTINGS....................................................................................................................... I I 15A-27 INSULATING UNIONS AND FLANGES....................................................................................12 I5A-28 STRAINERS.................................................................................................................................13 15 A-29 UNIONS.......................................................................................................................................13 15A-30 PIPING INSTALLATION.............................................................................................................13 15A-31 VALVES AND INSTALLATION..................................................................................................IS 15A-32 VALVES.......................................................................................................................................15 15A-33 PIPE HANGERS AND SUPPORTS..............................................................................................16 15A-34 EQUIPMENT ANCHORS............................................................................................................18 15A-35 CONCRETE INSERTS AND ANCHORS.....................................................................................18 15A-36 PRESSURE GAUGES..................................................................................................................18 15A-37 PRESSURE GAGE AND THERMOMETER CONNECTOR PLUGS...........................................19 15A-38 DIAL THERMOMETERS............................................................................................................19 5A-39 TESTING PROCEDURES............................................................................................................19 15A-40 PIPING PROTECTIVE COATING...............................................................................................20 15A-41 PIPING AND EQUIPMENT INSULATION..................................................................................21 15A-42 DUCTWORK INSULATION........................................................................................................22 15A-43 ELECTRICAL REQUIREMENTS................................................................................................23 15A-44 RECORD DOCUMENTS.............................................................................................................24 SECTION 15B - PLUMBING, HEATING, VENTILATING AND AIR CONDITIONING 15B-1 PIPING SYSTEMS MATERIALS.................................................................................................I I5B-2 PIPING SYSTEMS VALVES........................................................................................................I 158-3 PIPING SYSTEMS INSULATION................................................................................................I 158-4 DUCTWORK INSULATION........................................................................................................ I FAYETTE VILLE SE•R CENTER • ' 15B-5 EQUIPMENT INSULATION........................................................................................................2 15B-6 SCHEDULE OF FIXTURE BRANCHES.....................................................................................2 158-7 ADJUSTMENT AND BALANCING........................................................................................:...2 158-8 DRAINS, FLOOR SINKS, DOWNSPOUT NOZZLES, ETC........................................................2 15B-9 CLEANOUTS...............................................................................................................................3 15B-10 HYDRANTS AND HOSE BIBBS.................................................................................................3 15B-1 I SHOCK ABSORBERS..................................................................................................................3 15B-12 PLUMBING FIXTURES...............................................................................................................3 15B-13 WATER HEATER.........................................................................................................................4 15B-14 OPENINGS...................................................................................................................................4 15B-15 ACCESS PANELS........................................................................................................................4 15B-16 ISOLATION JOINTS....................................................................................................................4 158-17 EQUIPMENT ISOLATION...........................................................................................................5 15B-18 MANUAL AIR VENTS................................................................................................................5 158-19 CLEANING AND FLUSHING HEATING HOT WATER SYSTEMS...........................................5 15B-20 SHEET METAL WORK...............................................................................................................6 15B-21 SHEET METAL SPECIALTIES...................................................................................................7 15B-22 GRILLES, REGISTERS AND DIFFUSERS.................................................................................8 158-23 AIR AND WATER SYSTEMS TESTING AND BALANCING....................................................9 15B-24 REFRIGERANT LINES.............................................................................................:.................9 15B-25 EXHAUST FANS.........................................................................................................................9 15B-26 GAS VENT PIPING......................................................................................................................9 15B-27 NATURAL GAS SERVICE...........................................................................................................10 158-28 SUMP PUMP,"SPI".....................................................................................................................10 15B-29 PUMPS........................................................................................................................................10 15B-30 BOILERS.........................................................................................................Z.......................... 10 15B-31 PACKAGED AIR HANDLING UNIT - 7.5 AND 20 TONS.........................................................12 158-32 PACKAGED AIR HANDLING UNIT -2 THRU 5 TONS...........................................................12 15B-33 AIR COOLED CONDENSING UNITS........................................................................................13 15B-34 HOT WATER RE -HEAT COIL....................................................................................................13 158-35 HOT WATER UNIT HEATER.....................................................................................................14 15B-36 RADIANT FLOOR HEATING SYSTEM....................................................................................14 158-37 EXHAUST FAN "EF5" CONTROL.............................................................................................14 158-38 WATER SPECIALTIES...............................................................................................................15 SECTION 15C - FIRE SPRINKLE SYSTEM I Li I I ri I C I I I 1SC- I GENERAL....................................................................................................................................I 15C-2 SCOPE..........................................................................................................................................1 15C-3 FEES AND PERMITS.................................................................................................................. 15C-4 PROTECTION OF WORK...........................................................................................................I I5C-5 SUBMITTALS AND APPROVALS..............................................................................................I 15C-6 CODES AND ORDINANCES......................................................................................................1 15C-7 QUALIFICATION OF SPRINKLER CONTRACTOR..................................................................2 15C-8 WATER SERVICE........................................................................................................................2 15C-9 TESTING AND FLUSHING OF SYSTEM...................................................................................2 15C-10 EQUIPMENT AND MATERIALS................................................................................................2 15C -I I SPRINKLER HEADS...................................................................................................................2 15C-12 SPARE HEADS............................................................................................................................2 15C-13 DESIGN AND CALCULATION...................................................................................................3 15C-14 SIAMESE CONNECTIONS.........................................................................................................3 15C-15 MISCELLANEOUS EXECUTION...............................................................................................3 15C-16 ELECTRICAL REQUIREMENTS...............................................................................................3 I FAYETTEVILLE SENIOR CENTER I r 1 I I I 1] I I I I L I TABLE OF CONTENTS DIVISION 16 - ELECTRICAL SECTION 16A - GENERAL REQUIREMENTS 16A -I CONTRACT DOCUMENTS ........................... 16A-2 SPECIFICATION FORM AND DEFINITIONS 16A-3 GENERAL EXTENT OF WORK .................... 16A-4 LOCAL CONDITIONS.................................................................................................................2 16A-5 CODES, ORDINANCES, RULES AND REGULATIONS............................................................2 I6A-6 CONTRACT CHANGES..............................................................................................................3 16A-7 LOCATIONS AND INTERFERENCES........................................................................................3 I6A-8 SYSTEMS PERFORMANCE.......................................................................................................4 16A-9 WARRANTY................................................................................................................................4 16A-IO MATERIALS, EQUIPMENT AND SUBSTITUTIONS.................................................................4 16A -I I SHOP DRAWINGS, OPERATING AND MAINTENANCE INSTRUCTIONS .............................5 I6A-12 CUTTING AND PATCHING........................................................................................................6 16A -I3 MUTILATION..............................................................................................................................7 I6A-14 EXCAVATION AND BACKFILL.................................................................................................7 I6A-15 SETTING, ADJUSTMENT AND EQUIPMENT SUPPORTS.......................................................7 16A-16 START-UP, CHANGE -OVER, TRAINING AND OPERATING CHECK.....................................7 16A -17 PRE -FINAL AND FINAL CONSTRUCTION REVIEW..............................................................8 16A -I8 MAINTENANCE OF SYSTEMS..................................................................................................8 I6A-19 PROTECTION AND CLEANING OF SYSTEMS AND EQUIPMENT.......................................8 I6A-20 PAINTING OF MATERIALS AND EQUIPMENT.......................................................................9 16A-21 RECORDING AND REPORTING TESTS AND DATA...............................................................9 16A-22 IDENTIFICATION OF WIRING AND EQUIPMENT..................................................................9 16A-23 SLEEVES.....................................................................................................................................10 16A-24 RECORD DOCUMENTS.............................................................................................................I I SECTION 16B - GENERAL POWER AND LIGHTING 168-1 CIRCUITING ............ 1613-2 STEEL CONDUIT.... 168-3 PLASTIC CONDUIT ' 168-4 CONDUIT INSTALLATION........................................................................................................2 168-5 INSERTS, HANGERS..................................................................................................................3 1613-6 BUSHINGS AND LOCKNUTS....................................................................................................4 ' 1613-7 OUTLET BOXES.........................................................................................................................4 168-8 LOCATION OF OUTLET BOXES...............................................................................................4 168-9 PULL BOXES, WIRE WAYS AND GUTTERS.............................................................................4 1613-10 CONDUCTORS............................................................................................................................5 I6B- I I CONDUCTOR INSTALLATION..................................................................................................5 1613-12 CONDUCTOR COLOR CODING................................................................................................6 168-13 FUSES..........................................................................................................................................6 I6B-14 SAFETY SWITCHES...................................................................................................................7 168-15 MAGNETIC MOTOR STARTER.................................................................................................7 1613-I6 LIGHTING CONTACTORS.........................................................................................................8 ' 168-17 WALL SWITCHES.......................................................................................................................8 I6B-18 DIMMER SWITCHES..................................................................................................................8 1613-19 RECEPTACLES...........................................................................................................................9 ' 166-20 FLUSH WALL PLATES...............................................................................................................9 168-21 LIGHTING FIXTURES................................................................................................................JO 1613-22 CIRCUIT BREAKER PANELBOARDS.......................................................................................10 168-23 GROUNDING...............................................................................................................................II 168-24 TIME SWITCHES........................................................................................................................12 FAYETTEVILLE SEN• CENTER • 1 168-25 ELECTRIC WALL HEATERS.....................................................................................................13 16B-26 ELECTRIC SERVICE...................................................................................................................13 16B-27 DUCT SMOKE DETECTORS......................................................................................................13 SECTION 16C - SIMPLEX 4002 FIRE ALARM SYSTEM SPECIFICATION 16C -I SCOPE AND RELATED DOCUMENTS......................................................................................I 16C-2 QUALITY ASSURANCE............................................................................................................. I 16C-3 GENERAL.................................................................................................................................... I 16C-4 OPERATION................................................................................................................................2 I6C-5 SUPERVISION.............................................................................................................................3 16C-6 POWER REQUIREMENTS..........................................................................................................3 16C-7 FIRE ALARM CONTROL PANEL...............................................................................................4 I 6 C - 8 REMOTE ANNUNCIATOR.........................................................................................................4 16C-9 PERIPHERAL DEVICES.............................................................................................................4 16C-10 INSTALLATION..........................................................................................................................5 16C-lI TESTING......................................................................................................................................5 16C-12 WARRANTY................................................................................................................................5 I H I L I I L II� J I L Fayetteville Senior Center 2/00 1 SECTION 00002 - SCHEDULE OF DRAWINGS ' SHEET NO. I- Cover Sheet SO Phasing Plan SI Site Plan I S2 Site Plan S3 Grading Plan / Utility Plan S4 Grading Plan / Utility Plan '• 55 Misc. Site Details $6 Misc. Site Details S7 Misc. Site Details ' 0 Symbols, Legends, Window & Door Schedule 1 Foundation Plan 2 Foundation Details 3 Floor Framing Plan 4 Floor Framing Details 5 Roof Framing Plan 6 Engineered Wood Roof Truss Details 6A Misc. Framing Details 7 ---- 8 Floor Plan ' 9 Control Joint Plan 10 Exterior Elevations II Exterior Elevations '• 12 Section 13 Section 14 Section ' 15 Section 16 Interior Elevation 17 Interior Elevation and Misc. Details ' 19 Head, Jamb, Sill Details 20 Head, Jamb, Sill Details 22 Exterior Stair Details ' Cl Cabinet Elevations C2 Cabinet Elevations C3 Cabinet Details C4 Cabinet Details • SCHEDULE OF DRAWINGS 00002-1 Fayetteville Senior Center MEl Mech. Symbols ME2 Site Utilities Plan Ml Underground Plumbing M2 Plumbing Plan M3 Basement HVAC Plan M4 HVAC Plan M5 Plumbing Details M6 Mech. Details M7 Mech. Details El Lighting Plan E2 Power Plan E3 Misc. Elec. Plans & Details E4 Panelboard Schedule ES Custom Light Fixture END OF SECTION 00002 SCHEDULE OF DRAWINGS 1 2/00 1 I 00002 - 2 Fayetteville Senior Center 11/00 SECTION 00003 - SCOPE OF WORK PART I - GENERAL 1.1 BIDS: A. Bids shall be based upon the conditions at the Site, this Specification, the Drawings, and all Addenda issued prior to the time for receiving bids. See also Section 01110, Summary. B. See also Section 00020, Instructions to Bidders and Section 00030, Bid Form. 1.2 BASE PROPOSAL: A. The Bid shall include all of the Work called for by the General Conditions, Supplementary Conditions, the Architectural, Structural, Civil, Landscape, Mechanical and Electrical Drawings as scheduled in Section 00002, the Specification Divisions 0 through 16, and any Addenda. 1.3 ALTERNATE BIDS: A. Deductive Alternates. (Not used this project.) 1.4 UNIT PRICES: A. NOT USED THIS PROJECT 1.5 ALLOWANCES: A. NOT USED TI -US PROJECT 1.6 CONTRACT TIME: A. The total contract time for completion of all the work for the total project will be 365 calendar days. 1.7 LIQUIDATED DAMAGES: A. If the work is not completed on or before the date set forth in the Contract of acceptance of the project by the Owner, the Contractor shall pay liquidated damages to the sum of one hundred fifty dollars ($150.00) per day until such time that the Contract is complete and the Owner receives the project. 1.8 WAGE RATE: A. See Section 00092, Wage Decision. 1.9 WORK BY OTBERS: A. Certain items of work will be done by the Owner or Vendors. The Contractor shall coordinate this work and cooperate in achieving a completion date as stated above. This work shall be discussed and scheduled at the Pre -construction Conference. II SCOPE OF WORK 00003-I Fayetteville Senior Center 02/00 B. The Owners or Vendors work includes, but may not be limited to, installation of kitchen equipment, moveable furniture, certain landscaping items to be defined, window treatment, and some toilet accessories. END OF SECTION 00003 SCOPE OF WORK 00003 - 2 H I I H r H H I I I I I H I H Fayetteville Senior Center SECTION 00010- ADVERTISEMENT FOR BIDS 11/00 Notice is given hereby that sealed bids for new construction will be received by the City of Fayetteville in Room 326, 113 W. Mountain, Fayetteville, AR 72701 until 2:00 PM on Thursday, November 30, 2000, for furnishing all tools, materials, and labor and performing the necessary work for the Fayetteville Senior Center at Waxhaws in Fayetteville, Arkansas. All bids received by this time will be publicly opened and read aloud at 2:00 PM on November 30, 2000. The work includes Site preparation and Improvements, Finish Site Grading, General Construction, Mechanical and Electrical Work, all to be let under one contract. Drawings and specifications are on file and may be examined at A&B Blueprint & Supply Plan Room, 3204 Moberly Lane, Bentonville, AR 72712, and The Dodge Plan Room, 1701 Center View Drive, Suite 110, Little Rock 72211. Copies of these documents may be obtained from A & B Blueprint & Supply (501-271- 7922). Prime Contractors may obtain documents upon deposit of a check in the amount of $100.00 per set up to 3 sets. Electrical and Mechanical subcontractors may obtain documents upon deposit of a check in the amount of $100.00 per set up to 2 sets made payable to Daryl S. Rantis, Architects, P.A. The deposit will serve as a guarantee of the return of the documents in useable condition, within seven (7) days after the bidding. Additional sets of bid documents (more than 3) may be obtained for the actual cost of printing, which is not refundable. The bidders shall make such inspection and studies of the site of the work as to familiarize themselves with all conditions to be encountered. Bid security, as defined in the Instructions to Bidders, in the amount of 5 percent of the Base Bid must accompany the Bid The successful Bidder will be required to furnish a Performance Bond and a Payment Bond as security for the faithful performance and the payment of all bills and obligations arising from the performance of the work No Bids may be withdrawn within a period of 90 days after the fixed date for opening Bids. Bidders must be licensed under the terms of Act 150. Arkansas Acts of 1965, as amended. Special attention should be given to Federal Labor Standards & Wage IADVERTISEMENT FOR BID 00010-I 1 Fayetteville Senior Center 11/00 SECTION 00020 - INSTRUCTIONS TO BIDDERS 1. BID FORMS ' A. Bids must be submitted on forms provided by the Architect. Bid Forms will be issued by Addendum. Submit one copy of the Bid Form. B. Bid Documents shall be sealed in an envelope; and clearly labeled with words "Bid Documents". Show job name, name of bidder, date and time of opening. IC. In case of discrepancy between written amounts shown by bidder and amounts in figures on bid form, the amount written out rather than amount in figures shall govern. ' 2. INTERPRETATIONS A. No interpretations of plans, specifications or other bid documents will be made to any bidder orally. Requests for such interpretation should be in writing addressed to Daryl S. Rantis Architects P.A Attn.: Karl L. Thiel, 172 E. Willoughby Rd., Fayetteville, AR 72701. Requests may be faxed to (501) 575-0071. To be given consideration, all questions must be received at least four (4) working days prior to date fixed for opening of bids. ' B. Interpretation and supplemental information is issued in form of written addenda faxed and/or mailed to prospective prime contract bidders. Failure of bidder to receive any addendum or interpretation shall not relieve bidder from obligation under his bid as submitted. All addenda so t issued shall become part of the contract documents. 3. BID GUARANTY A Bid must be accompanied by a bid guaranty of not less than five percent (5%) of the amount of bid, and at the option of bidder may be a certified check, bank draft or bid bond secured by surety company. Certified check or bank draft must be made payable to order of Owner. Bid guaranty shall insure execution of contract and furnishing of performance and payment bond or bonds by successful bidder. 4. OPENING OF BIDS A. At time and place fixed for opening of bids, every bid received within time fixed for receiving bids will be opened and publicly read aloud, unless the bid contains irregularities in statutory ' requirements. Failure of bidder to respond to statutory requirements listed on the bid form may result in the bid being declared nonresponsive and the bid will not be read nor will the bid be considered for the purposes of awarding a Contract. 5. WITHDRAWAL OF BIDS PRIOR TO BID OPENING A. Bids may be withdrawn on written or telegraphic request dispatched by bidder in time for delivery ' in normal course of business prior to time fixed for opening; provided, that written confirmation of any telegraphic withdrawal over signature of bidder is placed in the mail and postmarked prior to time set for bid opening. Negligence on the part of the bidder preparing his bid confers no right of ' withdrawal or modification of his bid after such bid has been opened 6. QUALIFICATIONS OF BIDDER IA. Owner may make such investigations as he deems necessary to determine ability of bidder to perform Work, and bidder shall furnish to Owner all such information and data for this purpose IINSTRUCTIONS TO BIDDERS 00020-1 0I 1 Fayetteville Senior Center 7. 8. 2a 10. 12. 11/00 1 Owner may request. Owner reserves the right to reject the bid of any bidder who has previously failed to perform properly, or to complete on time, contracts of similar nature; who is not in position to perform contract, or who has habitually and without just cause neglected payment of bills or otherwise disregarded obligations to subcontractors, materials providers, or employees. H H POWER OF ATTORNEY A Attorneys -in -fact who sign bid bonds or contract bonds must file with each bond a certified and , effectively dated copy of their power of attorney. LAWS AND REGULATIONS A. Bidder's attention is directed to the fact that all applicable State laws, municipal ordinances, and rules and regulations of authorities having jurisdiction over construction of project shall apply to contract throughout, and they will be deemed to be included in contract the same as though written out in full. Specific attention of bidder is called to requirements of Arkansas State Licensing Law for Contractors (Act 150 of 1965). CONDITIONS OF THE WORK A. Bidder must inform himself fully of conditions relating to construction of project and employment of labor. Failure to do so does not relieve successful bidder of his obligation to furnish material and labor necessary to carry out provisions of his contract. Insofar as possible Contractor, in carrying out his Work, must employ such methods or means not cause any interruption of or interference with Work of any other Contract. BID INFORMALITIES AND REJECTION OF BIDS A. Owner reserves the right to waive any informalities in a bid or to reject any or all bids. CONDITIONAL BIDS A. Conditional bids will not be considered. "CALL BEFORE YOU DIG" STATE LAW A An Arkansas State Law passed by the 1991 Legislative Session requires that at least two (2) days advance notice be given by calling 1-800-482-8998 before digging on a construction project using mechanized equipment. This is a free service. Failure to do so can result in a penalty ranging up to the amount of $10,000. II L L L L L L I L I I I1 INSTRUCTIONS TO BIDDERS 000202. ' 1 I I 11 Fayetteville Senior Center SECTION 00032 - BID BOND KNOW ALL MEN BY THESE PRESENTS, that as Principal, hereinafter called the Principal, and 02/00 ' as Surety, are hereby held and bound unto Washington County Council on Aging, as Owner in the penal sum of I H I !I I I I I for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. Signed, this day of ,2000 The condition of the above obligation is such that whereas the Principal has submitted to Washington County Council on Aging a certain Bid, attached hereto and hereby made part hereof to enter into a contract in writing, for the Senior Community Center in the sum of NOW , THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void, otherwise die same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety Does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper otficers, the day and year first set forth above. 1 1 SEAL BID BOND s=t 00032 - 1 ' Fayetteville Senior Center 02/00 i] I I SECTION 00070 - GENERAL CONDITIONS I. • •••••Pl�i�- A "GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION" AIA Document A201 Fourteenth Edition dated 1987, Articles 1-14 inclusive, consisting of twenty-four printed pages, is hereby referenced and incorporated into these specifications and is to be used as the General Conditions for this contract. These conditions are on file at the Architect's office and are available for inspection if necessary. ' 2. AMENDED PROVISIONS I I I I I I I I I H I I A. Where any article or articles of above AIA General Conditions are supplemented by Supplementary Conditions, provisions of such articles shall remain in effect and supplementary provisions shall be considered as added thereto. Where any such article or part of such article is amended, voided or changed by Supplementary Conditions, provisions not specifically so amended, voided or changed shall remain in full effect. Where provisions of Supplementary Conditions are at variance or conflict with provisions of the AIA General Conditions, Supplementary Conditions shall govern. AIA General Conditions and Supplementary Conditions apply to all Work in every Division or Section of these Specifications. ' GENERAL CONDITIONS 00070 - 1 Fayetteville Senior Center 04/97 SECTION 00080 - SUPPLEMENTAL GENERAL CONDITIONS ' 1. REFERENCE DOCUMENT IA. These Supplementary Conditions are included as a part of the contract documents for this project to amend the standard provisions of the "General Conditions of the Contract for Construction", Document No. A201 of the A[A, Fourteenth Edition, dated 1987, as required for this project. Reference herein to articles of the General Conditions refer to said Document A201. See Section 00070, GENERAL CONDITIONS, preceding this section. 2. GENERAL PROVISIONS (EXECUTION, CORRELATION AND INTENT) ' A. Delete subparagraph 1.2.1 in Article I of the General Conditions and substitute the following: "1.2.1 The Architect shall identify those contract documents which are a part of the Agreement". ' 3. CONTRACTOR (SUPERVISION AND CONSTRUCTION PROCEDURES) IA. Add subparagraph 3.3.5 under Paragraph 3.3 of Article 3 of the General Conditions as follows: "3.3.5 Contractor (1) shall review any specified construction or installation procedure (including those recommended by manufacturers) ; (2) shall advise the Architect (a) if the specified ' procedure deviates from good construction practice, (b) if following the procedure will affect any warranties, including the Contractor's general warranty, or (c) of any objections the contractor may have to the procedure; and (3) to propose any alternative procedure which the Contractor will warrant." 4. CONTRACTOR (LABOR AND MATERIALS) IA. Add Subparagraphs 3.4.3 and 3.4.4 under Paragraph 3.4 of Article 3 of the General Conditions as follows: ' "3.4.3 All contractors and subcontractors engaged in the Owner/Contractor Agreement shall conform to the labor laws of the State of Arkansas and the various acts amendatory and supplementary thereto; and to all other laws, ordinances and legal requirements applicable thereto ' " "3.4 4 All work shall be performed in the best and most workman -like manner by the mechanics skilled in their respective trades." ' 5. CONTRACTOR (WARRANTY) A. Refer to subparagraph 3.5.1 in Article 3 of the General Conditions and add the following: "The Contractor shall guarantee and warrant his and his subcontractor's work and materials (including the materials and work of suppliers of the Contract and his subcontractors) for a period ' of one year from the date of acceptance of the project by the Owner. This Warranty shall be for a longer period on certain items if so designated in the Specifications. The foregoing one-year guaranty and warranty shall not in any way limit, restrict or affect the liability of the Contractor, or ' his subcontractors, for indemnity as provided for in this Contract, nor shall it in any way shorten the period of limitation fixed by law for the filing of any action against the Contractor for enforcement of the or breach of any provision of the contract documents. Should the Contractor elect to use any of the equipment in the building during the construction period, he shall make arrangements with the subcontractor or supplier of the equipment for any extension of warranty of that SUPPLEMENTAL GENERAL CONDITIONS 00080 - 1 J Fayetteville Senior Center 04/97 equipment made necessary by such use. The Warranty period for such equipment to the Owner shall not be reduced by the use of equipment by the Contractor." 6. CONTRACTOR (SHOP DRAWINGS, PRODUCT DATA AND SAMPLES) , A. Add to subparagraph 3.12.5 under Paragraph 3.12 in Article 3 of the General Conditions after the second sentence the following: "Incomplete or poorly prepared shop drawings or other submittals shall be returned to the Contractor to be revised or redrawn prior to resubmittal. The Contractor will hold the Architect and Owner harmless against claims for losses or injury caused by errors or omissions in the shop drawings or other submittals for the Work made by the Contractor, a subcontractor, manufacturer, supplier or distributor." B. Delete Subparagraph 3.12.8 in Article 3 of the General Conditions and substitute the following: "The Contractor shall not be relieved of responsibility for deviations from requirements of the Contract Documents by the Architect's approval of Shop Drawings, Product Data, Samples or similar submittals unless the Contractor has specifically informed the Architect of such deviations in a separate writing or by submitting a separate written request for change at the time of submittal and the Architect has given written approval to the specific deviation. The Contractor shall not be ' relieved of responsibility for errors or omissions in Shop Drawings, Product Data, Samples or similar submittals by the Architect's approval thereof'. 7. ADMINISTRATION OF THE CONTRACT (ARCHITECT'S ADMINISTRATION OF THE I CONTRACT) i A. Add sub -subparagraph 4.2.4.1 under subparagraph 4.2.4 of Article 4 of the General Conditions as follows: "4.2.4.1 Any direct communications between Owner and Contractor that affect the performance or administration of the Contract shall be made or confirmed in writing, with copies to the Architect, and any such communications that represent a modification of the Contract requirements will be documented appropriately. Any communications among the Architect and Subcontractors shall be confirmed in writing to the Contractor." 8. 9. 10. ADMINISTRATION OF THE CONTRACT (ARBITRATION) A. In the 12th fine of subparagraph 4.5.1 in Article 4 of the General Conditions change "upon written I demand of either partyto read " if both parties agree to arbitrate". ADMINISTRATION OF THE CONTRACT (ARBITRATION) A In Subparagraph 4.5.2 of Article 4 of the General Conditions, after the words "Construction Industry Arbitration Rules of the American Arbitration Association currently in effect, unless the parties mutually agree otherwise," add the words, "subject to applicable laws of the State of Arkansas." SUBCONTRACTORS (AWARD OF SUBCONTRACTS AND OTHER CONTRACTS FOR PORTIONS OF THE WORK) A. Add subparagraph 5.2.5 in Article 5 of the General Conditions as follows: "5.2.5 Where any of the provisions of this Paragraph 5.2 of Article 5 conflict with Act 477 of 1961 of the State of Arkansas, as amended, the provisions of Act 477 and amendments thereto shall govern." SUPPLEMENTAL GENERAL CONDITIONS 00080-2 I [Ti Li I ' Fayetteville Senior Center I Li I I I I I C II. CHANGES IN THE WORK (AWARD OF SUBCONTRACTS AND OTHER CONTRACTS FOR PORTIONS OF THE WORK) 04/97 A. Refer to subparagraphs 7.2.2, 7.3.3 and 7.3.6 in article 7 of the General Conditions and make the following changes: 7.2.2 Change the last two words in this paragraph "Subparagraph 7.3.3" to Subparagraph 7.3.6. 7.3.3 Omit subparagraphs 7.3.3.1 through 7.3.3.3. Retain subparagraph 7.3.3.4. "7.3.6 The value of any such extra work for change order/construction change directive changes performed by the contractor using his own forces shall be determined in one or more of the following ways: a. By estimate and acceptance in a lump sum, computed as follows: (1) Net cost of materials, plus state sales tax. (2) Net delivery cost. (3) Net placing cost, plus W.C. Insurance premium and FICA tax. (4) Overhead and Profit charge not to exceed 12% on items 1,2, and 3. (5) Allowable bond premium on items 1,2,3, and 4. Credit for work omitted, which was included in the original contract, shall be computed on the same basis, except that the Contractor's share of overhead and profit percentage is 7%. The Contractor shall be required, if called upon, to furnish the original bills and payrolls and support the statement with proper affidavits. The burden of proof of the costs rests solely upon the Contractor. I b. By unit prices named in the contract or subsequently agreed upon. I I [1 I I I I c. By cost and percentage or by cost and a fixed fee, to be computed according to above formula. "7.3.6.1 The value of any such extra work for change order/construction change directive changes performed by a Subcontractor shall be determined by the Subcontractor computing his cost as outlined in Subparagraph 7.3.6 above an to which said cost the Contractor shall add an Overhead and Profit Charge not to exceed five percent (5%)" 12. PAYMENTS AND COMPLETION (APPLICATIONS FOR PAYMENT) A. Delete Paragraph 9.3 through 9.9.3 of Article 9 in the General Conditions and substitute the following Paragraphs 9.3 and 9.4 in lieu thereof: "9.3 APPLICATIONS FOR PAYMENT AND PAYMENT CERTIFICATES The Contractor shall present to the Architect an application for payment on or before the twenty- fifth day of each calendar month. These periodical estimates for partial payment shall be submitted on special forms, prepared at the Contractor's expense and conforming to AIA Document G702. estimates, the material delivered and suitably stored on the site and preparatory work done may be taken into consideration. The Architect shall review the Applications for Payment in accordance with general observations of the work and the percentage of completion of each category before submitting them to the Owner for payment. No later than the 10th day of each calendar month, the SUPPLEMENTAL GENERAL CONDITIONS 00080-3 • • 1 Fayetteville Senior Center 04/97 Owner will make partial payment to the Contractor, but the Owner will retain 10% of the amount of each such estimate. There shall be retained 10% on the estimated amounts until final completion and acceptance of all work covered by the contract; provided, however, that the Architect may at any time after 50% of the Contract Work has been completed, if he finds that satisfactory workmanship and progress has been attained and with written consent of surety, recommend that any of the remaining partial payments be paid in full. The retainage will be placed in escrow and will be paid to the Contractor within 30 days after substantial completion of the project. No retainage shall be held on materials properly stored at the site or in the Contractor's warehouse. Before issuance of the final certificate, the Contractor shall obtain in writing from the bonding company approval of such payment. No certificate issued nor payment made to the Contractor, nor partial or entire use or occupancy of the Contract Work by the Owner, shall be an acceptance of any work or materials not in accordance with this contract" "9.4 PAYMENTS WITHHELD ' In addition to other appropriate justification therefore as authorized by law, the Owner may withhold or, on account of subsequently discovered evidence, nullify the whole or a part of any certificate to such extent as may be necessary in his reasonable opinion to protect himself from loss on account of. a. Defective Contract Work not remedied. b. Claims filed or reasonable evidence indicating probable filing of claims. c. Failure of the Contractor to make payments properly to subcontractors or for material or labor or equipment. d. A reasonable doubt that the Contract Work can be completed for the balance then unpaid of the Contract sum. C. Damage to another Contractor or to the Owner. f. Reasonable evidence that the Contract Work will not be completed within the Contract Time, and that the unpaid balance would not be adequate to cover actual or liquidated damages for the anticipated delay; or e. Persistent failure to carry out the Contract Work in accordance with the Contract Documents." 13. INSURANCE AND BONDS A. Refer to subparagraph 11.1.2 and 11.1.3 and make the following additions: ' "11.1.2.1 The insurance required by subparagraph 11.1.1 shall be written for not less than the following, or ' greater if required by law: I. Workers' Compensation: (a) State Statutory (b) Applicable Federal Statutory (c) Employer's Liability $ 500,000 per accident $ 500,000 disease limit, policy $ 500,000 disease limit, individual 2. Comprehensive General Liability (including premises -operations) ; independent contractors protective; products and completed operations) as follows: (a) 1986 Insurance Service Office Occurrence Form. Coverage should apply at each work site. Limits required as follows: (1) General Aggregate $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 SUPPLEMENTAL GENERAL CONDITIONS 00080-4 I Fayetteville Senior Center L • Personal Injury & Advertising Injury $ 1,000,000 Each Occurrence $ 1,000,000 Fire Damage -Legal Liability (any one fire) $ 50,000 Medical Payments (any one person) $ 5,000 04/97 (2) Products and Completed Operations to be maintained for one year after final payment. (3) Property Damage Liability Insurance will provide X, C, or U coverage as ' applicable. (b) 1973 Insurance Service Office Form. Coverage provided will be on the Comprehensive General Liability form with the Broad Form General Liability Endorsement. Limits provided as follows: (1) Combined Single Limit $ 1,000,000 each occurrence and aggregate (2) Products and Completed Operations to be maintained for one year after final payment. (3) Property Damage Liability Insurance will provide X, C, or U coverage as applicable. (4) Contractual Liability: ' Bodily Injury Combined Single Limit Property Damage $ 1,000,000 Each Occurrence (5) Personal Injury, with Employment Exclusion deleted: Combined Single Limit $ 1,000,000 Each ' Occurrence (6) Comprehensive Automobile Liability (including Owned, Non -Owned and Hired Vehicles): Bodily Injury Combined Single Limit Property Damage $ 1,000,000 Each ' Occurrences t "11:13.1 The Contractor shall furnish one copy of each certificate of insurance herein required for each copy of the agreement which shall specifically set forth evidence of all coverage required by subparagraphs 11.1.1 and 11.1.2. The form of the certificate shall be AIA Document G705. Furnish to the Owner copies of any endorsements that are subsequently issued amending coverage of limits." ' "11.1.3.2 The Contractor shall not commence work under this contract until he has obtained all insurance with responsible insurance companies satisfactory to the Owner required under this article, and such insurance has been accepted by the Owner. Nothing in this article shall create any obligation on the part of 'the Architect to see that the specified insurance is maintained. "11.1.4 All Subcontractors shall be required to maintain contractors liability insurance the same as required to be maintained by the Prime Contractor as specified in 11.1.1 and the limits of liability shall be not less SUPPLEMENTAL GENERAL CONDITIONS 00080-5 J S • 1 Fayetteville Senior Center 04/97 than those required to be maintained by the Prime Contractor unless their operations are covered to the ' specified limits by the insurance maintained by the Prime Contractor." 11.2 OWNER'S LIABILITY INSURANCE "11.2.1 The Contractor shall procure and maintain during the term of this contract, Owner's Protective Liability Insurance with an endorsement to the policy to include as additional insured, the Architect, with limits not less than $1,000,000 each occurrence and $1,000,000 in the aggregate for property damage liability." 11.3.1 In the first line, substitute "the Contractor shall", for the Owner shall. Replace the last line as follows: "This insurance shall include interests of the Owner, the Contractor, the Architect, Subcontractors and Sub -Subcontractors in the Work." "11.3.1.2 If the Contractor does not intend to purchase such property insurance required by the contract and with all of the coverages in the amount described above, the Contractor shall so inform the Owner, in writing, prior to commencement of the work. The Owner may then effect insurance which will protect the interests of the Contractor, Architect, Subcontractors, and Sub -Subcontractors in the work, and by appropriate change order, the cost thereof shall be charged to the Contractor. If the Owner is damaged by the failure or neglect of the Contractor to purchase or maintain insurance as described above, without so notifying the Owner, then the Contractor shall bear all reasonable costs properly attributable thereto." 11.3.1.3 In the last line, substitute "the Contractor shall pay", for the owner shall pay. 11.3.8 Replace the first line with as follows: "A loss insured under Contractor's property insurance shall be adjusted by the Contractor as fiduciary and made payable to the Contractor as fiduciary for the insureds, as their interests may appear, subject to requirements of any applicable mortgage clause and of subparagraph 11.3.10." "11.3.9 If required in writing by a party in interest, the Contractor as fiduciary shall, upon occurrence of an insured loss, give bond for proper performance of the Contractor's duties. The cost of required bonds shall be charged against proceeds received as fiduciary. The Contractor shall deposit in a separate account proceeds so received, which the Contractor shall distribute in accordance with such agreement as the parties in interest may reach, or in accordance with an arbitration award in which case the procedure shall be as provided in paragraph 4.5. If after such loss no other special agreement is made, replacement of damaged property shall be covered by appropriate change order." "11.3.10 The Contractor as fiduciary shall have power to adjust and settle a loss with insurers unless one of the parties in interest shall object in writing within five days after occurrence of loss to the Contractor's exercise of power; if such objection be made, an arbitrator shall be chosen as provided in paragraph 4.5. The Contractor as fiduciary shall, in that case, make settlement with insurers in accordance with directions of such arbitration is required, the arbitrators will direct such distribution." 14. INSURANCE AND BONDS (PERFORMANCE BOND AND PAYMENT BOND) A. Add the following to Subparagraph 11.4.3 in Article II of the General Conditions: "The performance -payment bond shall be in compliance with the laws of the State of Arkansas and as stipulated in Section 01100, SPECIAL PROJECT REQUIREMENTS of these specifications." SUPPLEMENTAL GENERAL CONDITIONS 00080-6 I ' Fayetteville Senior Center 04/97 15. MISCELLANEOUS PROVISIONS (SUBSTITUTIONS) IA. Add Paragraph 13.8 "Substitutions" in Article 13 of the General Conditions as follows: "13.8.1 Where a definite material is specified, it is not the intent to discriminate against any equal ' product of another manufacturer. It is the intent to set a definite standard. Open competition is expected, but in all cases, complete data must be submitted on all proposed substitutes and samples shall be submitted for comparison and test when requested by the Architect. No substitution shall be made unless authorized in writing by the Architect. If the Contractor intends to substitute an equal product, he shall make this fact known, in writing, to the Architect as soon as possible after the award of the Contract." "13.8.2 Should a substitution be accepted and should the substitute material prove defective or otherwise unsatisfactory for the service intended and within the guaranty period, the Contractor shall replace this material or equipment with the material or equipment specified by name. ' "13.8.3 After execution of the contract agreement, proposed substitution will be considered only if there is no decrease in quality, and only when submitted by or through the General Contractor. Such request shall be submitted promptly in order to allow adequate time for checking and study by ' the Owner/Architect without delaying the project. Requests for time extensions will not be approved for delays due to rejected substitutions. No substitution will be allowed without the Architect's approval in writing." I 'J Li I I I I I I SUPPLEMENTAL GENERAL CONDITIONS 00080-7 Fayetteville Senior Center 04/97 SUPPLEMENT TO GENERAL CONDITIONS EQUAL EMPLOYMENT AND CONTRACTING OPPORTUNITIES Community Development Block Grant funds provided to the City of Fayetteville by the U.S. , Department of Housing and Urban Development constitute all or part of the funding for this project and the following Supplement to General Conditions will apply. ' In accordance with Executive Order 11246, as amended by Executive Order 12086, and the regulations issued pursuant thereto, no person shall be discriminated against on the basis of race, color, religion, sex, or national origin in all phases of employment during the performance of Federal or federally assisted construction contracts. As specified in Executive Order 11246 and the implementing regulations, contractors and subcontractors ' on Federal or federally assisted construction contracts shall take affirmative action to ensure fair treatment in employment, upgrading, demotion or transfer, recruitment or , recruitment advertising, layoff or termination, rates of pay, or other forms of compensation and selection for training and apprenticeship 2. In accordance with section 3 of the Housing and Urban Development Act of 1968 and the implementing regulations issued pursuant thereto, employment and other economic opportunities arising in connection with housing rehabilitation, housing construction, or other public construction projects shall, to the greatest extent feasible, and consistent with existing Federal, State, and local laws and regulations, be given to low and very low income persons. FEDERAL LABOR STANDARDS & WAGE DETERMINATION 3. Federal Labor Standards including the Davis -Bacon Act, Copeland Anti -Kickback Act, 1 and implementing regulations issued pursuant thereto will apply to this project. Specific provisions of the Federal Labor Standards are attached and made a part of this Contract. 4. In accordance with Federal Labor Standards, a copy of General Wage Decision AR970004 is attached and made a part of this Contract. I I I ' SUPPLEMENTAL GENERAL CONDITIONS 00080-8 I 1 1 1 I 1 1 1 1 1 I 1 1 1 1 1 1 1 1 C Federal Labor Standards Provisions Applicability The Project or Program to which the construction work covered by this contract pertains is being assisted by the United States of America and the following Federal Labor Standards Provisionsare included in this Contract pursuant to the provisions applicable to such Federal assistance. A. 1. (I) Minimum Wages. All laborers and mechanics employed or work- ing upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a week and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3). the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractural relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1(bX2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of 29 CFR 5.5(axl Xiv); also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(ax4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classifica- tion for the time actually worked therein: Provided. That the employer's pay- roll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under 29 CFR Part 5.5(axlXii) and the Davis -Bacon poster (WH-1321) shall be posted at all times by the con- tractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (ii) (a) Any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. HUD shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry: and (3) The proposed wage rate, including any bona fide fringe bene- fits, bears a reasonable relationship to the wage rates contained in the wage determination. (b) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and HUD or its designee agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by HUD or its designee to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classifi- cation action within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30 -day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215-0140.) (c) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and HUD or its designee do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), Previous Edition is Obsolete U.S. Department of Housing and Urban Development i r HUD or its designee shall refer the questions, including the views of all interested parties and the recommendation of HUD or its designee, to the Administrator for determination. The Administrator, or an authorized repre- sentative, will issue a determination within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30 -day period that additional time is necessary. (Approved by the Office of Man- agement and Budget under OMB Control Number 1215-0140.) (d) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(b) or (c) of this paragraph, shall be paid to all workers performing work in the classification under this con- tract from the first day on which work is performed in the classification. (HI) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressedts an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourty cash equivalent thereof. (w) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer Cr mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program. Provided. That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.) 2. Withholding. HUD or its designee -shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract In the event of failure to pay any laborer or mechanic, including any apprentice, trainee or helper, employed or working on the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract HUD or its desig- nee may, after written notice to the contractor, sponsor, applicant or owner. take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. HUD or its designee may, after written notice to the contractor, dis- burse such amounts withheld for and on account of the contractor or sub- contractor to the respective employees to whom they are due. The Comp- troller General shall make such disbursements in the case of direct Davis -Bacon Act contracts. 3. (I) Payrolls and basic records. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949. in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her cor- rect classification, hourly rates of wages paid (including rates of contribu- tions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in Section 1(b)(2xB) of the Davis-t>,con Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5 (axl)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or pro- gram described in Section 1(bx2XB) of the Davis -Bacon Act the contractor shall maintain records which show that the commitment to provide such HUD -4010 (284) (HR 1344.1) 00090-i benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs antici- pated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certifi- cation of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 1215-0017.) (U) (a) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to HUD or its designee if the agency is a party to the contract but if the agency is not such a party, the contractor will submit the payrolls to the applicant sponsor, or owner, as the case may be, for transmission to HUD or its designee. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR Part 5.5(a)(3)(i). This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Docu- ments (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, DC. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB Control Number 1215-0149.) (b) Each payroll submitted shall be accompanied by a Statement of Compliance.' signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be maintained under 29 CFR Part 5.5 (a)(3)(i) and that such information is correct and complete: (2) That each laborer or mechanic (including each helper. apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indi- rectly from the full wages earned, other than permissable deductions as set forth in 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the clas- sication of work performed, as specified in the applicable wage determina- tion incorporated into the contract (c) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph A.3.(ii)(b) of this section. (d) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Tide 18 and Section 231 of Tide 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph A.3.(i) of this section available for inspection, copying, or transcription by authorized representatives of HUD or its designee or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcon- tractor fails to submit the required records or to make them available, HUD or its designee may, after written notice to the contractor, sponsor, appli- cant, or owner, take such action as may be necessary to cause the sus- pension of any further payment advance, or guarantee of funds. Further- more, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR Pan 5.12. 4. (1) Apprentices and Trainees. Apprentices. Apprentices will be per- mitted to work at less than the predetermined rate for the work they per- formed when they are employed pursuant to and individually registered in a bona tide apprenticeship program registered with the U.S. Department of Labor. Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determi- nation for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the jour- neyman's hourly rate) specified in the contractor's or subcontractor's regis- tered program shall be observed. Every apprenctice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices dust be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In, the event the Bureau of Apprenticeship and Training, or a State Appren- ticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work per- formed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certifi- cation by the U.S. Department of Labor Employment and Training Admini- stration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee pro- gram does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Admin- istration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predeter- mined rate for the work performed until an acceptable program is approved. (Iii) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Pan 30. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR Part 3 which are incorporated by reference in this contract 6. Subcontracts. The contractor or subcontractor will insert in any sub- contracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as HUD or its designee may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower der subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcon- tractor with all the contract clauses in 29 CFR Part 5.5. 00090 - L HUD -4010 (2.84) [l CI C I I 11 I I H H I I H I I • 7. Contracte termination; debarment A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract and for debar- ment as a contractor and a subcontractor as provided in 29 CFR 5.12 & Compliance with Davis -Bacon and Related Act Requirements. All rul- ings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1. 3, and 5 are herein incorporated by reference in this contract 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract Such disputes shall be resolved in accor- dance with the procedures of the Department of Labor set forth in 29 CFR Parts 5.6. and 7. Disputes within the meaning of this clause include dis- putes between the contractor (or any of its subcontractors) and HUD or its designee, the U.S. Department of Labor, or the employees or their representatives. 10. (i) Certification of Eligibility. By entering into this contract the con- tractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis - Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or partici- pate in HUD programs pursuant to 24 CFR Part 24. (1i) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (lii) The penalty for making false statements is prescribed in the U.S. Criminal Code. 18 U.S.C. 1001. Additionally, U.S. Crimnal Code, Section 1010. Title 18 , U.S.C., "Federal Housing Administration transactions", pro- vides in part "Whoever, for the purpose of ... influencing in any way the action of such Administration... makes, utters or publishes any statement knowing the same to be false... shall be fined not more than $5,000 or imprisoned not more than two years, or both." 11. Complaints, Proceedings, or Testimony by Employees. No laborer or mechanic to whom the wage, salary, or other labor standards provisions of this Contract are applicable shall be discharged or in any other manner discriminated against by the Contractor or any subcontractor because such employee has filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards applicable under this Contract to his employer. B Contract Work Hours and Safety Standards Act. As used in this para- graph, the terms "laborers" and "mechanics" include watchmen and guards (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employ- ment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of eight hours in any calendar day or in excess of forty hours in such workweek unless such laborer or mechanic receives com- • pensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of eight hours in any calendar day or in excess of forty hours in such workweek whichever is greater. (2) violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in subparagraph (1) of this paragraph, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcon- tractor shall be liable to the United States pn the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be com- puted with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in sub- paragraph (1) of this paragraph, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of eight hours or in excess of the standard workweek of forty hours without pay- ment of the overtime wages required by the clause set forth in subpara- graph (1) of this paragraph. (3) Withholding for unpaid wages and liquidated damages- HUD or its designee shall upon its own action or upon written request of an autho- rized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contract or any other Federally -assisted con- tract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in subparagraph (2) of this paragraph. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in subparagraph (1) through (4) of this paragraph and also a clause requiring the subcontractors to include these Clauses in any lower tier subcontracts The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontrac- tor with the clauses set forth in subparagraphs (1) through (4) of this paragraph. C. Health and Safety (1) No laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous, or danger- ous to his health and safety as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation. (2) The Contractor shall comply with all regulations issued by the Secretary of Labor pursuant to Title 29 Part 1926 (formerly part 1518) and failure to comply may result in imposition of sanctions pursuant to the Con- tract Work Hours and Safety Standards Act (Public Law 91-54, 83 Stat 96). (3) The Contractor shall include the provisions of this Article in every subcontract so that such provisions will be binding on each subcontractor. The Contractor shall take such action with respect to any subcontract as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions. 0009D - 3 HUD -4010 (2-84) I • Fayetteville Senior Center ' SECTION 00092 - WAGE DECISION PARTI- GENERAL IA. Federal Labor Standards including the Davis -Bacon Act, Copeland Anti -Kickback Act, and implementing regulations issued pursuant thereto will apply to this project Specific provisions of the Federal Labor Standards are attached to the end of this ' section and made part of this Contract. B. In accordance with Federal Labor Standards, a copy of General Wage Decision is attached, and made part of this Contract. ' GENERAL DECISION NUMBER AR000004 Superceded General Decision No. AR990004 State: Arkansas ' Construction Type: Building County: Washington ' Building Construction Projects (does not include residential construction consisting of single family homes and apartments up to and including 4 stories.) Modification Number: 0 Publication Date: 02/11/2000 1 WAGE DECISION 00092-I 11/00 COUNTY(ies): ..,y WASHINGTON SUAR1020A 01/25/1990 Rates Fringes BRICKLAYERS 11.88 CARPENTERS 8.51 CEMENT MASONS 9.81 ELECTRICIANS 8.70 IRONWORKERS 8.14 LABORERS (GENERAL) 5.90 PAINTERS 8.00 PLUMBERS 1 PIPEFITTERS 11.10 $1.41 ROOFERS 11.91 .30 SHEET METAL WORKERS (INCLUDING DUCT WORK) 7.94 TRUCK DRIVERS 6.00 POWER EQUIPMENT OPERATORS: Bulldozer Operators 8.40 Backhoe operators 7.31 Tower Crane Operators 8.97 Loader Operators 8.19 Scrapers 0.46 WELDERS: Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR?5.5(a WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination • a Wage and Hour Division letter setting forth a position on a wage determination matter • a conformance (additional classification and rate) 14" 1 I 1 ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour ' Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial ' contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal ' process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations ' Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. ' Washington. D. C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request ' review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.e and 29 CFR Part 7). Write to: Wage and Hour Administrator ' U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 ' The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requester considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the wage Appeals Board). Write to: Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington. D. C. 20210 ' 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION 1 I )5 I SECTION 01050 FIELD ENGINEERING Part1-GENERAL 1.1 SUMMARY: A. This Section defines the Civil Engineer's and the Contractor's responsibilities with respect to staking. 1.2 RELATED SECTIONS: A. General Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications. 1.3 DEFINITIONS: A. "Control Staking" are the original stakes set by the Civil Engineer for reference to the project. B. "Construction Staking" is any staking required as the project progresses. 1.4 REQUIREMENTS A. Civil Engineer shall provide the following stakes: 1. Temporary Bench marks. 2. Offsets hubs for sanitary sewer manholes. 3. Offset hubs for back of curb. 4. Offset hubs for drainage structures. B. Preservation of Stakes 1. Contractor shall inform his employees and subcontractors of importance of control stakes and the necessity of their preservation. 2. Contractor shall pay for resetting any control stakes, hubs, marks, or pins lost due to Contractor's operations. 1.5 CONSTRUCTION STAKING: A. Owner to provide staking as indicated above 1.4 "A". Any additional staking will be the responsibility of the contractor. Any owner provided staking lost due to contractor's operations shall be paid for by the contractor. 1050-1 1.6 STAKING SCHEDULE: A. Contractor shall give the Civil Engineer 48 hours notice before anticipated need for staking. END OF SECTION 1050-2 SECTION 01060 REGULATORY REQUIREMENTS Part 1- GENERAL 1.1 SECTION INCLUDES: A. Listing of local, state, and federal regularity requirements that apply to the project. B. Discussion of specific implementation of certain regulatory requirements. 1.2 NOT INCLUDED: A. Applicable safety standards. 1.3 RELATED SECTIONS A. General Conditions B. Supplementary Conditions C. Local, state, and federal regulatory requirements not included in this document. 1.4 ADA - AMERICANS WITH DISABILITIES ACT A. Contractors shall comply with all applicable portions of this requirement. 1.5 LOCAL WATER UTILITIES STANDARD SPECIFICATION FOR THE CONSTRUCTION OF WATER AND SEWER EXTENSIONS. A. Contractor shall comply with all local Water Utility standard specification for the construction of water and sewer lines and services. 1.6 ARKANSAS DEPARTMENT OF HEALTH A. All requirements of this Department shall be followed. END OF SECTION Fayetteville Senior Center 01060-1 SECTION 01090 REFERENCE STANDARDS PART 1- GENERAL 1.1 SECTION INCLUDES: A. Quality assurance B. References 1.2 RELATED SECTIONS: A. None 1.3 QUALITY ASSURANCE: A. To ensure quality, conform to all reference standards by date of issue current on date for receiving bids. B. The Architect shall have the fmal word in cases of conflicts in specified reference standards listed in the Contract Documents. A. All workmanship and products must be complied with. 1.4 REFERENCES AASHTO American Association of State Highway and Transportation Officials 444 North Capitol Street, N.W. Washington, DC 20001 ACI American Concrete Institute Box 19150 Reford Station Detroit, MI 48219 AGC Associated General Contractors of America 1957 E Street, N.W. Washington, DC 20006 Al Asphalt Institute Asphalt Institute Building College Park, NO 20740 Fayetteville Senior Center 01090-1 I AISC American Institute of Steel Construction 400 North Michigan Avenue Eighth Floor Chicago, IL 60611 AISI American Iron and Steel Institute 1000 16th Street, N.W. Washington, DC 20036 ANSI American National Standards Institute 1430 Broadway New York, NY 10018 APA American Plywood Association Box 11700 Tacoma, WA 98411 ASPA American Sod Producers Association 4415 West Harrison Street Hillside, IL 60162 ASTM American Society for Testing and Materials 1916 Race Street Philadelphia, PA 19103 AWPA American Wood -Preservers' Association 7735 Old Georgetown Road Bethesda, MD 20014 AWWA American Water Works Association 6666 West Quincy Avenue Denver, CO 80235 CLFMI Chain Link Fence Manufacturers Institute 1101 Connecticut Avenue, N.W. Washington, DC 20036 CRSI Concrete Reinforcing Steel Institute 933 Plum Grove Road Schaumburg, IL 60195 EJCDC Engineers' Joint Contract Documents Committee American Consulting Engineers Council 1015 15th Street, N.W. Washington, DC 20005 Fayetteville Senior Center 01090-2 I 1 1 1 • EJMA Expansion Joint Manufacturers Association 25 North Broadway Tarrytown, NY 10591 FS Federal Specification General Services Administration Specifications and Consumer Information Distribution Section (WFSIS) Washington Navy Yard, Bldg. 197 Washington, DC 20407 IEEE Institute of Electrical and Electronics Engineers 345 East 47th Street New York, NY 10017 MIL Military Specification Naval Publications and Forms Center 5801 Tabor Avenue Philadelphia, PA 19120 NEMA National Environmental Manufacturers' Association 2101 'L' Street, N.W. Washington, DC 20037 PCA Portland Cement Association 5420 Old Orchard Road Skokie, IL 60077 PCI Prestressed Concrete Institute 201 North Wells Street Chicago, IL 60606 PS Product Standard U.S. Department of Commerce Washington, DC 20203 UL Underwriters' Laboratories, Inc. 333 Pfingston Road Northbrook, IL 60062 END OF SECTION Fayetteville Senior Center 01090-3 1 i • I Fayetteville Senior Center SECTION 01100 - SPECIAL PROJECT REQUIREMENTS [1 )71111] PART I - GENERAL 1.1 CONTRACTOR'S GUARANTY BOND A. Contractor shall furnish "Performance and Payment Bond" in amount equal to 100% of contract price, as security for faithful performance of this contract and for payment of all indebtedness for labor and materials furnished or performed in connection with this contract. Bond shall be ' written by surety company which has qualified and is authorized to do business in the State of Arkansas and must be executed by a resident local agent who is entitled to full commission paid local agents and who is licensed by the Insurance Commissioner to represent surety company executing said bond and ' filing with said bond, his power of attorney as his authority. Mere countersigning of a bond will not be sufficient. Bond shall be written in favor of Owner, and executed pursuant to terms of Act 351 of 1953 of the Arkansas State Legislature, as amended An original and two copies of bond must be furnished, with power of attorney attached to each. Bond must not be dated prior to date of contract. Contractor shall file ' (not record) the original with the Clerkin the Circuit Court of theCounty in which the Work to be performed is located Contractor to pay all expenses incident the filing of bond Remaining two copies should be certified by the Clerk to evidence filing of original, and these two copies submitted to Architect. END OF SECTION 01110 I I I I I L L I ' SPECIAL PROJECT REQUIREMENTS 01100-1 Fayetteville Senior Center 11/00 SECTION 01110 -SUMMARY PART 1 - GENERAL 1.1 SUMMARY OF WORK A. Project Identification: As follows: I. Location: Fayetteville Senior Center Project- Phase 1, 11, 111 - 901 South College Avenue, Fayetteville, AR 72701 2. Owner: City of Fayetteville, 113 W. Mountain, Fayetteville, AR 72701 B. Contract Documents, dated 02/97 were -prepared by Daryl S. Rantis, Architects P.A.; 380 West Rock Street, Fayetteville, AR 72701 (501) 443-9112. Contact Karl L. Thiel (501) 442-3095 C. The Work consists of Phase I- Construction of Senior Center. 1.2 WORK RESTRICTIONS A. Contractor's Use of Premises: During construction, Contractor shall have limited use of site & building as indicated. Contractor's use of premises is limited only by Owner's right to perform work or employ other contractors on portions of Project: PART 2 - PRODUCTS (Not Applicable) PART 3- EXECUTION (Not Applicable) END OF SECTION 01110 SUMMARY 01110-I Fayetteville Senior Center 02/00 1 SECTION 01200 - PRICE AND PAYMENT PROCEDURES PART 1 -GENERAL ' 1.1 CONTRACT MODIFICATION PROCEDURES A. Upon the Owner's approval of a proposal from the Contractor, submitted either in response to a ' Proposal Request issued by the Architect or as a request for change from the Contractor, the Architect will issue a Change Order on AIA Document G701, for all changes to the Contract Sum or Contract Time. B. When the Owner and Contractor disagree on the terms of a proposal, the Architect may issue a Construction Change Directive on AIA Document G714, instructing the Contractor to proceed with the change. The Construction Change Directive will contain a description of the change, and designate the method to be followed to determine changes to the Contract Sum or Contract Time. 1.2 PAYMENT PROCEDURES A. Submit a Schedule of Values which breaks down the Contract Sum into at least one line item for each Specification Section. Correlate the Schedule of Values with the Contractor's Construction Schedule. I. Submit Schedule of Values at least 10 days prior to the first Application for Payment. B. Submit 5 copies of each Application for Payment on AIA Document G702/703, in accordance with the schedule established in the Agreement. 1. For the second Application through the Application submitted at Substantial Completion, submit partial releases of liens from each subcontractor or supplier for whom amounts were requisitioned on the previous payment. PART 2- PRODUCTS (Not Applicable) PART 3- EXECUTION (Not Applicable) I I I I END OF SECTION 01200 I PRICE AND PAYMENT PROCEDURES 01200- 1 I 1 1 Fayetteville Saiior Center SECTION 01300 - ADMINISTRATIVE REQUIREMENTS PART I - GENERAL 1.1 IA. PROJECT MANAGEMENT AND COORDINATION 02/00 Verify layout information shown on Drawings, in relation to property survey and existing benchmarks, before laying out the Work ID. Progress meetings will be held at Project site every 2 weeks. Owner, Owner's Representative, Architect, Contractor, and each subcontractor or other entity concerned with current progress or involved with planning or coordination of future activities, shall attend. 1. Minutes of each meeting will be prepared by Construction Manager, and distributed to all parties present. 1.2 CONSTRUCTION SCHEDULE IA. Prepare a horizontal barchart-type, construction schedule. Provide a separate time bar for each activity and a vertical line to identify the first workday of each week Use same breakdown of Work indicated in the Schedule of Values. As Work progresses, mark each bar to indicate actual completion. I1. Submit within 10 days of the date established for Commencement of the Work 2. Prepare the schedule on reproducible media, of width sufficient to show data for the entire construction period. ' 3. Coordinate each element with other activities. Show each activity in proper sequence. Indicate sequences necessary for completion of related Work 4. Indicate Substantial Completion and allow time. for Architect's procedures necessary for certifying Substantial Completion. 5. Schedule Distribution: Distribute copies to Owner, Architect, subcontractors, and parties required to comply with dates. 6. Updating: Revise the schedule after each meeting or activity where revisions have been made. 1.3 SUPMITTAL PROCEDURES A. Coordinate stybmittal preparation with construction schedule, Tabrication lead-times, other submittals, and other activities that require sequential operations. 1. No extension of Contract Time will be authorized due to failure to transmit submittals in time to permit processing sufficiently in advance of when materials are required in the Work. 2. Architect will not accept submittals from sources other than Contractor. ' B. Prepare submittals by placing a permanent label on each for identification. Provide a 4- by 5 -inch space on the label or beside title block to record review and approval markings and action taken. ' Include the following information on the label: 1. Project name. 2. Date. ' 3. Name and address of Contractor. 4. Name and address of subcontractor or supplier. ADMINISTRATIVE REQUIREMENTS 01300 -1 • s 1 Fayetteville Senior Center 02/00 5. Number and title of appropriate Specification Section. ' 6. Contractor's certification that materials comply with specified requirements. C. Product Data: Mark each copy to show applicable choices and options. Include the following: 1. Data indicating compliance with specified standards and requirements. 2. Notation of coordination requirements. 3. For equipment data, include rated capacities, dimensions, weights, required clearances, and furnished specialties and accessories. D. Shop Drawings: Submit newly prepared information drawn to scale. Indicate deviations from Contract Documents. Do not reproduce Contract Documents or copy standard information. Submit I reproducible print and 1 blue- or black -line print on sheets at least 8-1/2 by 11 inches but no larger than 24 by 36 inches. Architect will return the reproducible print. Include the following: 1. Dimensions, profiles, methods of attachment, coordination with adjoining work, large scale details, and other information, as appropriate for the Work 2. Identification of products and materials. 3. Notation of coordination requirements. 4. Notation of dimensions established by field measurement. E. Samples: Submit Samples finished as specified and identical with the material proposed. Where variations are inherent in the material, submit at least 3 units that show limits of the variations. Include product name or name of the manufacturer. F. Architect will review each submittal, mark as appropriate to indicate action tak8n, and return copies less those retained Compliance with specified requirements remains Contractor's responsibility. PART 2- PRODUCTS (Not Applicable) PART 3- EXECUTION (Not Applicable) END OF SECTION 01300 ADMINISTRATIVE REQUIREMENTS 1 1 1 01300-2 P SECTION 01400 QUALITY CONTROL Part 1- GENERAL 1.1 SECTION INCLUDES A. Division of Testing Responsibilities. B. Selection. C. Contractor submittals. D. Laboratory responsibilities. E. Laboratory reports. F. Limits on testing laboratory authority. 1.2 RELATED SECTIONS: A. Any tests that are required by the local governing authorities. 1.3 REFERENCES: A. ANSI/ASTM D 3740 - Practice for Evaluation of Agencies Engaged in Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction. B. ANSI/ASTM E 329 - Recommended Practice for Inspection and Testing Agencies for Concrete, Steel, and bituminous Materials as Used in Construction. 1.4 DIVISION OF TESTING RESPONSIBILITIES A. Testing Of Materials And Equipment Prior To Incorporation Into Work 1. Contractor to pay for testing of materials and equipment prior to incorporation into the Work to demonstrate compliance with Specifications. 2. Contractor to pay for any re -testing required to demonstrate compliance with Specifications. 3. Contractor to pay for additional testing as may be reasonably requested by Owner or Architect based on condition of materials and equipment at site prior to incorporation into Work. Fayetteville Senior Center 01400-1 S • 1 B. Testing Of Materials And Equipment After Incorporation Into Work ' 1.5 1.6 1. Owner to select test and testing frequency and directly pay for testing laboratory services of materials and equipment after incorporation into work to demonstrate compliance of completed Work with Specifications. 2. Contractor to pay for re -testing of materials and equipment after incorporation into work if initial testing shows completed works are not in compliance with Specifications. Contractor to pay for repeated retesting as required to demonstrate that remedial work is in compliance with specifications. I I I`1 C. Testing For Contractor's Convenience ' I. Contractor to pay for any testing for Contractor's convenience for Contractor to assess effectiveness of construction means and methods prior to Work being ready for Owner's testing. D. Testing Of Systems 1. Testing of completed or partially completed systems to be conducted and paid for as indicated in individual Specifications Sections. E. Testing Required By NPDES Permit Owner to arrange and pay for testing. I I I 2. Contractor to pay for retesting if Contractor has failed to comply with permit provisions. ' SELECTION A. Contractor to select testing laboratory to perform testing of materials and equipment prior to incorporation into Work. Contractor shall not employ any testing laboratory that Owner makes a reasonable objection against. B. Manufacturers and suppliers to select testing laboratory for testing required at point of manufacture or shipping. C. Owner to select testing laboratory to perform testing of materials and equipment after incorporation into work, including for retesting paid for by Contractor. D. Contractor to select testing laboratory to perform testing for Contractor's convenience. QUALITY ASSURANCE I I L A. Comply with requirements of ANSUASTM E329 and ANSI/ASTM D3740. , B. Laboratory: Authorized to operate in state in which Project is located. C. Laboratory Staff: Maintain a full time specialist on staff to review services. Fayetteville Senior Center 01400-2 ' I 0 L L D. Testing Equipment: Calibrated at reasonable intervals with devices of an accuracy traceable to either National Bureau of Standards (NBS) Standards or accepted values of natural physical constants. ' 1.7 CONTRACTOR SUBMITTALS I I I A. Prior to start of Work, submit testing laboratory name, address, and telephone number, and names of full time specialist and responsible officer. B. Submit copy of report of laboratory facilities inspection made by Materials Reference Laboratory of National Bureau of Standards (NBS) during most recent tour of inspection, with memorandum of remedies of any deficiencies reported by the inspection. 1.8 LABORATORY RESPONSIBILITIES A. Test samples of mixes submitted by Contractor. B. Perform specified inspection, sampling, and testing of Products in accordance with specified standards. C. Ascertain compliance of materials and mixes with requirements of.Contract Documents. ' D. Perform additional inspections and tests required by Architect. Li I I I 1.9 LABORATORY REPORTS A. After each inspection and test, promptly submit two copies of laboratory report to Architect and to Contractor. B. Include: 1. Date issued, 2. Project title and number 3. Name of inspector, 4. Date and time of sampling or inspection, 5. Identification of product and Specifications Section, 6. Location in the Project, 7. Type of inspection or test, 8. Date of test, 9. Results of tests, 10. Conformance with Contract Documents. ' C. When requested by Architect, provide interpretation of test results. I I 1.10 LIMITS ON TESTING LABORATORY AUTHORITY A. Laboratory may not release, revoke, alter, or enlarge on requirements of Contract Documents. Fayetteville Senior Center 01400-3 B. Laboratory may not approve or accept any portion of the Work. C. Laboratory may not assume any duties of Contractor. 1.11 CONTRACTOR RESPONSIBILITIES A. Deliver to laboratory at designated location, adequate samples of materials proposed to be used which require testing, along with proposed mix designs. B. Cooperate with laboratory personnel, and provide access to the Work. C. Provide incidental labor and facilities to provide access to Work to be tested, to obtain and handle samples at the site or at source of products to be tested, to facilitate tests and inspections, storage and curing of test samples. D. Notify Architect and laboratory 24 hours prior to expected time for operations requiring inspection and testing services. E. Arrange with laboratory and pay for additional samples and tests required by Contractor beyond specified requirements. PART2 PRODUCTS Not used PART 3 EXECUTION Not Used END OF SECTION 1 I 1 1 1 1 1 1 Fayetteville Senior Center 01400-4 1 Fayetteville $enior Center 02/00 1 SECTION 01500 - TEMPORARY FACILITIES AND CONTROLS 1 PARTI- GENERAL 1.1 SECTION REQUIREMENTS IA. Standards: Comply with NFPA 241, "Standard for Safeguarding Construction, Alterations, and Demolition Operations"; ANSI A10 Series standards for "Safety Requirements for Construction and Demolition"; and NECA Electrical Design Library's "Temporary Electrical Facilities." I. Electrical Service: Comply with NEMA, NECA, and UL standards and regulations for temporary electric service. Install service in compliance with NFPA 70. B. At the earliest possible time, change over from use of temporary utility services to use of permanent utilities. C. Remove temporary facilities and controls before Substantial Completion. Personnel remaining after Substantial Completion will be permitted to use permanent facilities, under conditions acceptable to Owner. PART 2- PRODUCTS 2.1 MATERIALS AND EQUIPMENT A. Provide new materials and equipment for construction of temporary facilities and controls. PART 3- EXECUTION 3.1 TEMPORARY UTILITIES I [1 I I A. Provide temporary electric power, lighting, water, fire -protection, gas, and telephone services to existing facilities during interruptions of permanent utilities and project site for use during construction. Arrange for and coordinate services with local utility companies. Contractor will pay use charges for temporary utilities. B. Provide temporary heat for curing or drying of work, and for protection of existing and new construction from adverse effects of low temperatures. Use of gasoline -burning heaters and open -flame heaters is not permitted. C. Provide temporary sanitary facilities. Comply with regulations and health codes for type, number, location, and maintenance of facilities. ' 3.2 TEMPORARY CONSTRUCTION FACILITIES 1l A. Provide field offices, storage trailers, and other support facilities as necessary for efficient execution of the Work. ' TEMPORARY FACILITIES AND CONTROLS 01500 - 1 1 Fayetteville Senior Center 02/00 1. Temporary facilities located within the construction area or within 30 feet of.building lines. chnll , be of noncombustible construction. B. Provide temporary enclosures for protection of construction and workers from exposure and inclement ' weather and for containment of heat. C. Install project identification and other signs in locations indicated and/or approved by Owner to inform the public and persons seeking entrance to Project. D. Collect waste daily and dispose of waste off -site according to local ordinances, when containers are full. 1. Handle hazardous, dangerous, or unsanitary waste materials separately from other waste by containerizing properly. Dispose of material according to applicable laws and regulations. 3.3 TEMPORARY CONTROLS ' A. Provide temporary fire protection until permanent systems supply fire -protection needs. 1. Provide adequate numbers and types of fire extinguishers. 2. Store combustible materials in fire -safe containers in fire -safe locations. 3. Prohibit smoking in hazardous fire -exposure areas. 4. Supervise welding operations, combustion -type temporary heating units, and similar sources of fire ignition. B. Provide temporary barricades, warning signs, and lights to protect the public and construction personnel from construction hazards. 1. Enclose construction areas with fences with lockable entrance gates, to prevent unauthorized ' access. C. Provide temporary environmental controls as required by authorities having jurisdiction including, but not limited to, erosion and sediment control, dust control, noise control, and pollution control. ' END OF SECTION 01500 TEMPORARY FACILITIES AND CONTROLS 1 1 1 1 1 1 01500-2 1 SECTION 01530 BARRIERS AND ENCLOSURES Part 1- GENERAL 1.1 SECTION INCLUDES: A. This Section describes construction barriers and enclosures required for the Work. B. Related Sections: I. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division I of these Specifications. 2. Equipment furnished by subcontractors shall comply with requirements of pertinent safety regulations, such equipment normally furnished by the individual trades in execution of their own portions of the Work are not part of this Section. Part 2 - Products 2.1 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas, to allow for Owner's use of site, and to protect existing facilities and adjacent properties from damage from construction operations and demolition. B. Provide protection for plant life designated to remain. Replace damaged plant life. C. Provide a sign with fine amount of $20,000.00 on trunk of each tree (with a trunk diameter greater than 3") to be preserved within affected work areas. D. Protect non -owned vehicular traffic, stored materials, site and structures from damage. 2.2 PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection where specified in individual specification Sections. B. Provide temporary and removable protection for installed Products. Control activity in immediate work area to minimize damage. C. Provide temporary covering at the ends of installed piping at the end of each work day to prevent entry of dirt and debris. D. Prohibit traffic on dressed and seeded areas. Adult Day Facilty 01530-1 2.3 ENCLOSURES A. Provide and maintain for the duration of construction all scaffolds, tarpaulins, canopies, warning signs, steps, platforms bridges, and other temporary construction necessary for proper completion of the Work in compliance with pertinent safety and other regulations. B. Provide temporary weather -tight closure of exterior openings to accommodate acceptable working conditions and protection for Products, to allow for temporary heating and maintenance of required ambient temperatures identified in individual specification Sections, and to prevent entry of unauthorized persons. Provide access doors with self -closing hardware and locks. PART 3- EXECUTION 3.1 MAINTENANCE AND REMOVAL A. Maintain barriers and enclosures as long as needed for safe and proper completion of the Work. B. Remove such barriers and enclosures as rapidly as progress of the Work will permit, or as directed by the Architect. END OF SECTION Adult Day Facilty 01530-2 Fayetteville Senior Center I SECTION 01600 - PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SECTION REQUIREMENTS 02/00 A. Provide products of same kind from a single source. B. Deliver, store, and handle products according to manufacturer's written instructions, using means and methods that will prevent damage, deterioration, and loss, including theft. 1. Schedule delivery to minimize long-term storage and to prevent overcrowding construction spaces. ' 2. Deliver in manufacturer's original sealed packaging with labels and written instructions for handling, storing, protecting, and installing. 3. Inspect to ensure compliance with the Contract Documents and to ensure items are undamaged ' and properly protected 4. Store heavy items in a manner that will not endanger supporting construction. 5. Store items subject to damage aboveground, under cover in a weathertight enclosure, with ventilation adequate to prevent condensation. Maintain temperature and humidity within range required. PART2-PRODUCTS ' 2.1 PRODUCT OPTIONS A. Provide items that- comply with the Contract Documents, are undamaged, and are new at the time of ' installation. 1. Provide products and equipment complete with accessories, trim, finish, and other devices and components needed for a complete installation and the intended use and effect. B. Do not attach manufacturer's labels or trademarks, except for required nameplates, on surfaces exposed to view in occupied spaces or on the exterior. ' C. Select products as follows: 1. Where these Specifications or drawings name only a single product or manufacturer, provide the ' item indicated No substitutions will be permitted without prior approval. 2. Where these Specifications or drawings name 2 or more products or manufacturers, provide 1 of the items indicated No substitutions will be permitted without prior approval. ' 3. Where products or manufacturers are specified by name, accompanied by the term "or equal," comply with provisions concerning "product substitutions" to obtain approval for use of an unnamed product or manufacturer. ' 4. Where these Specifications or drawings describe a product and list characteristics required, with or without naming a brand or trademark, provide a product that complies with the characteristics and other requirements. 5. Where these Specifications or drawings require compliance with performance requirements, ' provide products that comply and are recommended in writing by the manufacturer for the application. PRODUCT REQUIREMENTS 01600 - 1 Fayetteville Senior Center 02/00 6. Where these Specifications or drawings require compliance with codes, regulations, or reference standards, select a product that complies with the codes, regulations, or reference standards. D. Unless otherwise indicated, Architect will select color, pattern, and texture of any product from I manufacturer's full range of options. E. The following products will be furnished by Owner and shall be installed by Contractor as part of the Work: Kitchen Equipment as noted on drawings, Window treatments. 2.2 PRODUCT SUBSTITUTIONS , A. Reasonable and timely requests for substitutions will be considered Substitutions include changes ' proposed by the Contractor after award of the Contract, in products and methods of construction required by the Contract Documents. 1. Do not submit unapproved substitutions on Shop drawings. B. Submit 4 copies of each request for product substitution. Identify product to be replaced, provide complete documentation showing compliance of proposed substitution with all specified requirements, and include the following: 1. A full comparison with the specified product. 2. A list of changes to other Work required to accommodate the substitution. 3. Any proposed changes in the Contract Sum or Contract Time should the substitution be accepted C. Architect will review the proposed substitution and notify Contractor of its acceptance or rejection. PART 3- EXECUTION (Not Applicable) END OF SECTION 01600 11 li I PRODUCT REQUIREMENTS 01600-2 I 1 Fayetteville Senior Center SECTION 01700 - EXECUTION REQUIREMENTS 1 PART I - GENERAL 1.1 CLOSEOUT SUBMITTALS 02/00 IA. Record Drawings: Maintain a set of Contract Drawings as Record Drawings. Mark to show installation that varies from the Work originally shown. C I r, 1' CI I B. Record Specifications: Maintain one copy of the Project Manual, including addenda, as Record Specifications. Mark to show variations in Work performed in comparison with the text of the Specifications and modifications. C. Operation and Maintenance Data: Organize data into 3 -ring binders, with pocket folders for folded sheet information. Mark identification on front and spine of each binder. Include the following: 1. Emergency instructions. 2. Spare parts list. 3. Copies of warranties. 4. Wiring diagrams. 5. Shop Drawings and Product Data. PART 2- PRODUCTS (Not Applicable) PART 3- EXECUTION 3.1 EXAMINATION AND PREPARATION A. Examine substrates and conditions for compliance with manufacturer's written requirements including, but not limited to, surfaces that are sound, level, and plumb; substrates within installation tolerances; surfaces that are smooth, clean, and free of deleterious substances; and application conditions within environmental limits. Do not proceed with installation until unsatisfactory conditions have been corrected B. Prepare substrates and adjoining surfaces according to manufacturer's written instructions, including but not limited to, the application of fillers and primers. 3.2 CUTTING AND PATCHING IA. Do not cut structural members without prior written approval of Architect. I B. For patching, provide materials whose installed performance will equal or surpass that of existing materials. For exposed surfaces, provide or finish materials to visually match existing adjacent surfaces to the fullest extent possible. ' 3.3 INSTALLATION ' EXECUTION REQUIREMENTS 01700 -1 Fayetteville Senior Center 02/00 A. Comply with manufacturer's written instructions for installation. Anchor each product securely in place, accurately located and aligned Clean exposed surfaces and protect from damage. If applicable, prepare surfaces for field finishing. B. Comply with NFPA 70 for installation of electrically operated equipment and electrical components and materials. 3.4 FINAL CLEANING A. Clean each surface or item as follows before requesting inspection for certification of Substantial Completion: 1. Remove labels that are not permanent. 2. Clean transparent materials, including mirrors. Remove excess glazing compounds. Replace chipped or broken glass. 3. Clean exposed finishes to a dust -free condition, free of stains, films, and foreign substances. Leave concrete floors broom clean. 4. Vacuum carpeted surfaces and wax resilient flooring. 5. Wipe surfaces of mechanical and electrical equipment. Remove excess lubrication. Clean plumbing fixtures. Clean light fixtures and lamps. 6. Clean the site. Sweep paved areas; remove stains, spills, and foreign deposits. Rake grounds to a smooth, even -textured surface. 3.5 CLOSEOUT PROCEDURES I I I I C I A. Request Substantial Completion inspection once the following are complete: , 1. Advise Owner of pending insurance changeover requirements. 2. Submit Record Drawings and Specifications, maintenance manuals, warranties, and similar record information_ 3. Deliver spare parts, extra stock, and similar items. 4. Changeover locks and transmit keys to Owner. 5. Complete startup testing of systems and instruction of operation and maintenance personnel. 6. Remove temporary facilities and controls. 7. Complete final cleanup. 8. Touch up, repair, and restore marred, exposed finishes. 9. Obtain final inspections from authorities having jurisdiction. 10. Obtain certificate of occupancy. B. Upon receipt of a request for inspection, Architect will proceed with inspection or advise Contractor of unfilled requirements. Architect will prepare the Certificate of Substantial Completion after inspection or advise Contractor of items that must be completed or corrected before the certificate will be issued C. Arrange for each installer of equipment that requires operation and maintenance to provide instruction to Owner's personnel. Include a detailed review of the following: I. Startup and shutdown. 2. Emergency operations and safety procedures. 3. Noise and vibration adjustments. 4. Maintenance manuals. 5. Spare parts, tools, and materials. 6. Lubricants and fuels. 7. Identification systems. 8. Control sequences. I I I C I EXECUTION REQUIREMENTS 01700-2 1 Fayetteville Senior Center 9. Hazards. 10. Warranties and bonds. D. Request inspection for certification of final acceptance and final payment, once the following are complete: 1. Submit final payment request with releases of liens and supporting.. documentation. Include insurance certificates. 2. Submit a copy of the Substantial Completion inspection list stating that each item has been completed or otherwise resolved for acceptance. 3. Submit final meter readings for utilities, a record of stored fuel, and similar data as of the date of Substantial Completion. 4. Submit consent of surety to final payment. E. Architect will reinspect the Work on receipt of notice that the Work has been completed 1. On completion of reinspection, Architect will prepare a certificate of final acceptance. If the Work is incomplete, Architect will advise Contractor of the Work that is incomplete or obligations that have not yet been fulfilled. END OF SECTION 01700 ' EXECUTION REQUIREMENTS 01700-3 1S 0 _l SECTION 02100 I SITE PREPARATION Part 1- GENERAL 1.1 SECTION INCLUDES 1 A. Excavation, backfilling, grading and compaction of the site to the elevations indicated on the drawings. ' B. Protection of all existing utilities and vegetation during construction. C. Preparation of the subgrade for paving areas. ' 1.2 RELATED SECTIONS A. SECTION 02200 - EARTHWORK ' B. SECTION 02510- ASPHALTIC CONCRETE PAVING ' 1.3 QUALITY ASSURANCE No special testing of materials will be required prior to their being incorporated in the work, except as indicated under paragraph 3.5, Field Quality Control. 1 1.4 FILL AND BACKFILL MATERIAL 1 A. As far as practicable, material excavated from the job site shall be used for fill and backfill. Job excavated materials shall be free of: rocks larger than 6 -inches in any dimension; clay ' lumps larger than 6 -inches in any dimension; organic matter; and other deleterious substances. Job excavated materials shall be sorted, segregated, and screened as required. I B. There will be no classification of job excavated materials except as suitable or unsuitable for fills, embankments, and road subgrades. ' 1.5 CLEARING AND GRUBBING A. Remove all grass or other vegetation, improvements, and obstructions that interfere with new construction unless otherwise indicated on the Drawings or as directed by the Owner or Architect. All trees and shrubs shall not be removed unless instructed by the owner or ' Architect. B. Removal includes digging out stumps and roots. Confine operations to the parts of the site ' indicated on the Drawings. Topsoil shall be stripped to whatever depths encountered to prevent intermingling with underlying subsoil. Topsoil shall be stockpiled on the site for later use. Storage piles shall be constructed to freely drain surface water. ' Fayetteville Senior Center 02100-1 I I x 1.7 EXCAVATION AND BACKFILLING A. Excavation consists of excavating and grading; excavating all unsuitable material, regardless of character, from the sub -grade; and disposing of all such excavated materials. General excavation shall include any excavation or grading along the street, including areas in back of curbs, other than excavation from borrow areas, required to produce in place, complete, and materials necessary for embankments and fills, and to replace unsatisfactory materials from ' other excavation or grading operations. B. The term "excavation" shall comprise and include the satisfactory removal and disposition or utilization of all materials excavated regardless of the nature of the materials encountered, the condition of the material at the time it is excavated, the location of the material excavated, or the manner in which it is excavated. C. All suitable material removed from the excavations shall be used, insofar as practicable, in the formation of embankments, sub -grades, shoulders, slopes, bedding, backfill for culverts and other structures, and for such other purposes as directed by the Architect. D. Borrow material shall be selected to meet the requirements and conditions for the particular embankment or backfill for which it is to be used. Borrow material shall be obtained from sources selected by the Contractor, subject to the approval of the Architect. All necessary clearing and grubbing of borrow pits, the disposal and burning of the debris therefrom, and satisfactory drainage of the borrow pits, shall be considered as incidental operations to the grading and shall be performed by the Contractor at no cost to the Owner. E. Excess material from excavation shall be wasted in areas designated by the Architect or as shown on the plans. It shall be placed in layers not exceeding 12 inches and bladed to obtain compaction and prevent ponding of storm water. F. Unauthorized excavation consists of removal of materials beyond indicated elevations or areas without specific instruction from the Architect. Unauthorized excavations shall be backfilled and compacted to preclude settlement, unless otherwise directed by the Architect. G. Excavations shall be cut back on a slope that will provide a stable working surface without shoring or bracing. Excavation slopes shall be maintained in a stable condition until completion of backfilling. H. Fill materials shall be placed in lifts not greater than 8 -inches loose depth. Fill material shall be wetted or aerated as required to obtain optimum moisture content prior to compaction. Each lift shall be compacted to the required density. L Backfilled areas shall be uniformly graded. Transition areas shall be provided between filled and adjacent areas. ROAD FILLS AND EMBANKMENTS: , A. During the progress of excavation, material taken from the cuts and deemed suitable for topping and sub -grade material or road finishing shall be saved and utilized for these purposes Fayetteville Senior Center 02100-2 ' 1 as directed by the Architect. When practicable, suitable material shall be hauled directly. from ' excavation to final position on the roadbed. If handling the suitable material directly from excavation to its final position at the time is impracticable, suitable material shall remain in place until it can be placed in final position on the roadbed, or, if specifically ordered by the Architect, suitable material shall be excavated, piled at locations designated by the Architect, 'and later placed on the roadbed. B. Fill material which will support the pavement shall be placed on subgrade which has been ' scarified 6 -inches deep and compacted. Embankment material may come from excavated areas and the top 12 -inches of the embankment shall be material selected by the Architect. Embankment shall be placed in successive horizontal layers not exceeding 8 -inches loose ' depth. The top 6 -inches in residential streets and the top 12 -inches in arterial streets of the subgrade shall be compacted to 95 percent maximum density as determined by AASHTO Test Method T-99 (Standard Proctor) for materials having less than 35 percent passing the No. 200 sieve and 90 percent of the Standard Proctor for materials having 35 percent or more passing the No. 200 sieve. Embankment below the top 6 -inches in residential streets and the top 12 - inches in arterial streets of the subgrade shall be compacted to at least 90 percent of the ' Standard Proctor. When transitions from excavation to embankment occur, additional material shall be excavated, if necessary by benching, so that the natural ground surface will not be less than 12 -inches below the top of the subgrade. 1.8 FINISH GRADING: ' A. Grade all areas where finish grade elevations and contours are indicated on the drawings, other than paved areas, including excavated areas, filled and transition areas and landscaped areas. Graded areas shall be uniform and smooth, and free from rock, debris, or irregular surface ' changes. Finished subgrade surface shall be not more than 1/10 foot above or below established subgrade elevation, and all ground surfaces shall vary uniformly between indicated elevations. Finish ditches shall be graded to allow for proper drainage without ponding and ' to minimize erosion potential. B. The Contractor shall be responsible for correcting all settlement and erosion within graded areas for a period of one year following the date of substantial completion. 1.9 FIELD QUALITY CONTROL: A. Field testing for work under this Section shall be required at the discretion of the Architect or ' as required by the City. This decision will be based solely on the Architect's judgement of how closely the work is complying with the Specifications. ' B. Such tests may include: moisture and density relationship (AASHTO T-99 or T-1 80 or ASTM D 698 or D 1557), mechanical analysis (AASIITO T-88) and in -place density (ASTM D 1556 or D 2922). The cost of this testing will be paid for by Owner. Work that is demonstrated by ' these tests to be deficient shall be removed and replaced at Contractor's expense. Retesting, if required, will be at the expense of Contractor. I IFayetteville Senior Center 02100-3 1.10 EXPLOSIVES AND BLASTING: A. Explosives required for blasting shall be of a suitable and acceptable character and the quantity kept on the job and the storage of same shall be in accordance with the State laws and the City ordinances. The magazine or locker shall be so constructed as to be secure from theft and kept locked at all times with the key in possession of Contractor or foreman. No explosives or caps shall be stored in the common tool box or within 200 feet of the nearest point of blasting. Proper appliances and equipment shall be used for thawing frozen dynamite and this shall not be done within 200 feet of work or any occupied building. B. Blasting operations shall be conducted with the greatest care and adequate means shall be taken to prevent damage or injury to property or persons. When working near dwellings, provide suitable covering of heavy timbers to prevent the throwing of pieces of rock. I L L I I C. No blasting shall take place until the City, the Architect, and all regulatory authorities have been notified. END OF SECTION I I L L L L H I I I I Fayetteville Senior Center 02100-4 ' SECTION 02200 I I I I r EARTHWORK PART 1 - GENERAL 1.l SECTION INCLUDES: A. Protection, modification, or installation of utilities as sitework progresses paying particular attention to grade changes and staging of work. B. Cutting, filling, and grading to required lines, dimensions, contours, and elevations for proposed improvements. C. Scarifying, compacting, drying, and removal of unsuitable material to ensure proper preparation of areas for fills or proposed improvements. 1.2 RELATED SECTIONS: A. SECTION 02100- Site Preparation ' B. SECTION 02230 - Crushed Stone Base Course H II I I H HI I I C. SECTION 02270 - Slope Protection and Erosion Control D. Construction Drawings 1.3 REFERENCE STANDARDS: A. ASTM - latest edition. D 698 Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lb/ft (600 kN.m/m')) D 1556 Density and Unit Weight of Soil In Place by the Sand -Cone Method D 1557 Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lb/fl3 (2,700 Kn.m/m')) D 1559 Test Method for resistance to plastic flow of bituminous mixtures using a Marshall Apparatus D 2167 Density and Unit Weight of Soil In Place by the Rubber Balloon Method D 2216 Laboratory Determination of Water (Moisture) Content of Soil, Rock, and Soil - Aggregate Mixtures D 2487 Classification of Soils for Engineering Purposes D 2922 Density of Soil and Soil -Aggregate In Place by Nuclear Methods (Shallow Depth) D 3017 Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth) D 4318 Liquid Limit, Plastic Limit, and Plasticity Index of Soils B. AASHTO - latest edition T 88 Particle Size Analysis of Soils ' Fayetteville Senior Center 02200-1 0S 1 1.4 l.5 ENVIRONMENTAL REQUIREMENTS: Contractor shall construct temporary erosion control systems as shown on the plans or as 1 directed by the Architect to protect all adjacent property from erosion and sediment damage. QUALITY ASSURANCE: A. Independent Testing Laboratory, selected and paid by Owner, shall be retained to perform construction testing as directed by the Architect. B. If compaction requirements are not complied with at any time during construction process, remove and recompact deficient areas until proper compaction is obtained at no additional expense to Owner. C. In areas to receive pavement, California Bearing Ratio (CBR) or Limerock Bearing Ratio 1 (LBR) test shall be performed for each type of material that is imported from off -site. D. The following tests shall be performed on each type of on -site or imported soil material used as compacted fill: I. Moisture and Density Relationship: ASTM D 698 (or ASTM D 1557) 2. Mechanical Analysis: AASHTO T 88 3. Plasticity Index: ASTM D 4318 E. Field density tests for in -place materials shall be performed according to one of following standards: I. Sand -Cone Method: ASTM D 1556 2. Balloon Method: ASTM D 2167 , 3. Nuclear Method: ASTM D 2922 (Method B -Direct Transmission) Independent Testing Laboratory shall report all data such as reports that indicate test location, elevation data, and test results. Owner, Architect, and Contractor shall be provided with copies of reports within 96 hours of time that test was performed. In event that test performed fails to meet Specifications, Owner and Contractor shall be notified immediately by the Testing Laboratory. G. Any costs resulting from retesting due to failures shall be paid for by Contractor. Owner reserves right to employ Independent Testing Laboratory and to direct testing as necessary. Contractor shall provide access to site for testing activities. H. Contractor will notify Architect 24 hours in advance of any proposed testing. 1.6 SUBMITTALS: A. Submit, in an air -tight container, a sample of each type of off -site fill material that is to be used at site, or submit gradation and certification of aggregate material that is to be used, to an Independent Testing Laboratory for review. 1 B. Submit the name of each material supplier and specific type and source of each material to Independent Testing Laboratory. Any change in source throughout the project will require approval from the Owner and the Architect. Fayetteville Senior Center 02200-2 1 ' PART2-PRODUCTS 1 2.1 MATERIALS A. Excavated and re -used material for subsoil fill as specified herein. IB. Crushed Stone fill per section in Section 02230. IH HI I 11 1 I I I H I 1 C. Imported fill material approved by Owner and specified herein. D. Topsoil fill per Section 02100. PART 3- EXECUTION 3.1 PREPARATION: A. Identify all levels, lines, contours, and datum. B. Locate and identify existing all utilities that are to remain and protect from being damaged. C. Notify utility companies, as required, to remove or relocate any utility that is in conflict with proposed improvements. D. Protect all plant life, lawns, fences, existing structures, sidewalks, paving, and curbs from equipment and vehicular traffic. E. Protect benchmarks, property corners, and other survey monuments from damage. All survey monuments must be set by a licensed land surveyor and replaced, as necessary, by same. F. Remove from site, any material encountered in grading operations that, in opinion of Owner and Architect, is unsuitable or undesirable for backfilling, subgrade, or foundation purposes. Dispose of in manner satisfactory to Owner. Backfill areas with layers of suitable material and compact as specified herein. G. Prior to placing fill in low areas, such as existing creeks, ponds, lakes, or within a flood plain, perform following procedures: (The Architect must be contacted prior to the start of any of this type of work) Drain water out by gravity with ditch having flow line lower than lowest elevation in low area. If drainage cannot be performed by gravity ditch, use adequate pump to obtain same results. 2. After drainage of low area is complete, remove mulch, mud, debris, and other unsuitable material by using acceptable equipment and methods that will keep natural soils underlying low area dry and undisturbed. 3. If proposed for fill, muck, mud, and other materials removed from low areas shall be dried on -site by spreading in thin layers for observation by Owner. Material shall be inspected and, if found to be suitable for use as fill material, shall be incorporated into lowest elevation of site filling operation, but not under building subgrade or within 10'-0" of perimeter of building subgrade or paving subgrade. If, after observation by IFayetteville Senior Center 02200-3 Owner, material is found to be unsuitable, the' material shall be removed from site. 3.2 EXCAVATION FOR FILLING AND GRADING: ' A. Classification of Excavation: By submitting a bid, the Contractor acknowledges that the site has been investigated to determine type, quantity, quality, and character of excavation work to be performed. Excavation shall be considered unclassified excavation. B. When performing grading operations during periods of wet weather, provide adequate drainage and ground water management to control moisture of soils. C. Shore, brace, and drain excavations as necessary to maintain excavation as safe, secure, and free of water at all times. D. Excavated material containing rock or stone greater than 6 -in, in largest dimension is unacceptable as fill within proposed building subgrade and paving subgrade. E. Rock or stone less than 6 -in. in largest dimension is acceptable as fill to within 24 -in. of surface of proposed subgrade when mixed with suitable material. F. Rock or stone less than 2 -in, in largest dimension and mixed with suitable material is ' acceptable as fill within the upper 24 -in, of proposed subgrade. 3.3 FILLING AND SUBGRADE PREPARATION: A. Fill areas to contours and elevations shown on Construction Drawings with unfrozen materials. B. Place fill in continuous lifts specified herein. C. Areas exposed by excavation or stripping and on which subgrade preparations are to be performed shall be scarified to minimum depth of 8 -in, and compacted to minimum of 95 percent of optimum density, in accordance with ASTM D 698 (or 92 percent of optimum density, in accordance with ASTM D 1557) at moisture content of not less than 1 percent below and not more than 3 percent above optimum moisture content. These areas shall then be proofrolled to detect areas of insufficient compaction. Proofrolling shall be accomplished by making minimum of 2 complete passes with fully -loaded tandem -axle dump truck, or approved equal, in each of 2 perpendicular directions while under the supervision and direction of Independent Testing Laboratory. Areas of failure shall be excavated and recompacted as specified herein. D. Fill materials used in preparation of subgrade shall be placed in lifts or layers not to exceed 8 -in, loose measure and compacted to minimum density of 95 percent of optimum density, in accordance with ASTM D 698, (or 92 percent of the optimum density, in accordance with ASTM D 1557) at moisture content of not less than I percent below and not more than 3 percent above optimum moisture content. E. Material imported from off -site shall have CBR or LBR value equal to or above pavement design subgrade CBR or LBR value indicated on Construction Drawings. L Fayetteville Senior Center 02200-4 ' I . • 3.4 MAINTENANCE OF SUBGRADE: 1 A. Finished subgrades shall be verified to ensure proper elevation and conditions for construction above subgrade. B. Protect subgrade from excessive wheel loading during construction, including concrete trucks, dump trucks, and other construction equipment. ' C. Remove areas of finished subgrade found to have insufficient compaction density to depth necessary and replace in manner that will comply with compaction requirements by use of material equal to or better than best subgrade material on site. Surface of subgrade after compaction shall be hard, uniform, smooth, stable, and true to grade and cross-section. 3.5 BORROW SITES: ' Upon completion of borrow operations, clean up borrow areas as indicated on Construction Drawings in a neat and reasonable manner to satisfaction of the Owner. 3.6 RIP -RAP: A. Place rip -rap in areas where indicated on the Construction Drawings. Stone for rip -rap shall consist of field stone or rough unhewn quarry stone as uniform in section as is practical. Stones shall be dense, resistant to action of air and water, and suitable for purpose intended. Unless otherwise specified, stones used as rip -rap shall weigh between 50 -lb and 150 -lb each, and at least 60 percent of stones shall weigh more than 100 -lb each. ' B. Slopes and other areas to be protected shall be dressed to line and grade shown on Construction Drawings prior to placing of rip -rap. Undercut areas to receive rip -rap to elevation equal to final elevation less average diameter of stones before placing rip -rap. C. Filter fabric and bedding stone shall be installed prior to placement of stones if so indicated on Construction Drawings. Bedding stone shall be quarried and crushed angular limestone ' in accordance with Section 02230 and shall be 6 -in, in depth. Filter fabric shall be as specified in Section 02270 and as detailed on Construction Drawings. D. Stones shall be placed so that greater portion of weight is carried by earth and not by adjacent stones. Stones shall be placed in single layer with close joints. Upright areas of stone shall make angle of approximately 90 degree with embankment slope. Courses shall be placed from bottom of embankment upward, with larger stones being placed in lower courses. Open joints ' shall be filled with spalls. Stones shall be embedded in embankment as necessary to present uniform top surface such that variation between tops of adjacent stones shall not exceed 3 -in. 3.7 FINISH GRADING: A. Grade areas where finish grade elevations or contours are indicated on Construction Drawings, ' other than paved areas and buildings, including excavated areas, filled and transition areas, and landscaped areas. Graded areas shall be uniform and smooth, free from rock, debris, or irregular surface changes. Finished subgrade surface shall not be more than 0.10 -ft above or ' below established finished subgrade elevation. Ground surfaces shall vary uniformly between indicated elevations. Finish ditches shall be graded to allow for proper drainage without ponding and in manner that will minimize erosion potential. 1 ' Fayetteville Senior Center 02200-5 • B. Correct settled and eroded areas within 1 year after date of completion at no additional expense to Owner. Bring grades to proper elevation. Replant or replace grass, shrubs, bushes, or other vegetation that appears dead, dying, or disturbed by construction activities. Refer to Section 02270 for slope protection and erosion control. END OF SECTION 1 1 I I Fayetteville Senior Center 02200-6 SECTION 02220 EXCAVATING, BACKFILLING AND COMPACTING PART 1- GENERAL 1.1 SECTION INCLUDES: A. This section includes earthwork required for the construction of utility pipes and appurtenances, drainage pipes and appurtenances, and electrical conduit. Included are excavation, backfilling and compaction of backfill around utility pipes (embedment) and appurtenances. 1.2 RELATED SECTIONS: A. Section 01530- Barriers and Enclosures B. Section 02100 - Site Preparation 1.3 QUALITY ASSURANCE: A. Methods of Testing 1. The moisture density relations of material shall be determined in the laboratory in accordance with AASHTO T-99 or T-1 80, as specified. 2. Field density of backfill shall be determined in accordance with ASTM D 2922 PART 2- PRODUCTS 2.1 BACKFILL MATERIAL: A. Material excavated from the job site shall be used for backfill to the maximum extent possible. Material shall be free of rock, manmade debris and organic material larger than 6 inches in any dimension or as specified by local codes and regulations. PART 3- EXECUTION 3.1 TRENCH EXCAVATION: A. General 1. Cut and remove all natural growth, and remove all manmade debris from planned location of the trench. (This does not mean to clear the entire easement width) Dispose of cleared material in a manner approved by the Architect and applicable governmental regulations. Upon encountering major root systems of designated trees to be preserved, contractor shall tunnel below and not cut through said roots. 02220-1 • • 1 2. After backfill of trench has settled, all sod shall be replaced to a condition equal to or ' better than that prior to construction. In the event that insufficient sod has been stored, or sod has been lost or destroyed, provide and install new ground cover of the existing type. 3. Excavate with caution so that location of underground conduits and structures can be protected. 4. Excavate material encountered to the lines and elevations necessary to complete the I project. 5. Relocate surface water before excavating and protect excavated trench from entrance of surface water. It is essential that the discharge of any trench dewatering pumps be conducted to natural drainage channels, or storm sewers. 6. All excavation shall be dewatered before any construction is begun. Concrete shall ' be placed only upon dry, firm foundation material and pipe shall. be laid only in dry trenches. 7. Provide and install bracing and shoring necessary for safety of personnel, protection of work, and compliance with governmental agencies. B. Utilities 1. The location and/or elevation of existing utilities as shown on the Drawings is based ' on records of the various utility companies and, where possible, measurements taken in the field. The information is not to be relied on as being exact or complete. Call the respective utility owner at least 48 hours before any excavation to request exact field location of utilities. 2. Protect utilities encountered during excavation. 3. Do not interrupt service in utilities encountered during excavation without approval of the utility owner. ' 4. If utilities are damaged or utility service is interrupted by work under this section, the utility owner has the first right to repair. If public health or safety is at risk, Contractor shall take appropriate prudent action to repair damage and service interruption. Costs of utility protection and repair shall be borne by the Contractor. 5. If existing utilities are found to interfere with the permanent facility being constructed, t notify the Architect for instructions. 6. Do not proceed with permanent relocation of utilities without written instructions from the Architect. C. Trench Depth I 1. Excavate to the elevation necessary to provide the depth of bedding material under the barrel of the pipe, noted on the drawings or in these specifications, whichever is greater. 02220-2 ' I I El I I I I I I I C1 'I I I I I I I D. 2. The trench for all sanitary sewers shall be excavated to at least 4 inches below the grade required to provide proper pipe embedment and a minimum earth cover of 24 inches. The trench for all water lines shall be excavated to the established pipe grade (unless structural or foundation requirements indicate otherwise) so as to provide a uniform and continuous bearing and support for the pipe on solid and undisturbed ground at every point between bell holes. The minimum pipe cover for water or force mains shall be 36 inches. 3. Bell hole excavation shall also be sufficient to allow proper placing of the joint compound, where joint compound is used. No weight of dirt or pipe shall be supported by the bell of the pipe. 4. All over -excavation up to 2 feet, shall be backfilled with bedding material in 6 inch layers, tamped to a bearing capacity equal to the adjacent undisturbed earth. Over excavation greater than 2 feet will require that excavation operations be stopped until an engineered backfill is determined. 5. The subgrade beneath the centerline of the pipe shall be finished to within 0.03 feet of a straight line between pipe joints or batter boards, and all tolerances shall be above the specified grade. The finished subgrade shall be prepared accurately by means of hand tools. Trench Width Excavate to the width ample to permit pipe jointing, bedding placement, and compaction as specified. Specified width dimensions must be maintained from trench bottom to an elevation 12 inches above barrel of pipe. Over width excavation will require excavation operation to stop until additional earth loads can be compared to strength of pipe. 2. If the Contractor over excavates the trench, he shall provide additional pipe bedding gravel or concrete as necessary to prevent crushing of the pipe due to excessive earth loads. E. Trench Length Excavate to a maximum distance of 75 feet from the pipe jointing operation. Longer distances will be considered when conditions warrant. F. Excavation In Rock When rock is encountered, excavate to an elevation 6 inches below and on each side of all pipe, valves and fittings for pipes 24 inches in diameter or less, and 9 inches for pipes larger than 24 inches in diameter. Every trench in rock shall be fully opened at least 50 feet in advance of the place where pipe is being laid or concrete masonry work is in progress. 2. Rock excavation shall consist of igneous, metamorphic, and sedimentary rock which cannot be excavated without blasting, and all boulders or other detached stones each having a volume of 1 cubic yard or more. I 02220-3 44 1i G. H. a. Before explosives are used, Contractor shall notify Architect, Owner, neighboring property occupants, and neighboring owners at least 8 hours in advance of blasting. b. Storage and use of explosives shall be in accordance with applicable governmental regulations. Contractor shall obtain all necessary permits from governmental agencies. c. Contractor shall be responsible for any damage resulting from the use of explosives. Excavation In Unstable Soil 1. Where the planned bottom of trench is found to be unstable in the judgement of the Architect, excavation shall stop until an engineered subgrade stabilization is determined. The contractor shall excavate and remove such unsuitable material to the width and depth ordered by the Architect. 2. Before the pipe is laid, the subgrade shall be made by backfilling with clean crushed ' rock or gravel (ASTM D 2487, Class I material), or crushed stone (AHTD Class 7), or as specified by local governing agency, in 6 - 8 inch uncompacted layers. The layers shall be thoroughly tamped by hand or machine to the density of adjacent undisturbed soil so as to provide a uniform and continuous bearing and support for the pipe at every point between the bell holes. Excavation In Wet Conditions 1. Where the planned bottom of trench contains water or trench bottom is soft from excess water, excavation depth shall increase a minimum of 6 inches. 2. Remove water to an elevation below bottom edge of pipe joint or structure base. 3. Trench dewatering system shall discharge to natural drainage channel or storm sewer. 4. The trench will be brought back to grade with clean crushed rock or gravel (ASTM ' D 2487, Class I material), or crushed stone (AHTD Class 7), or as specified by local governing agency, in 6 - 8 inch uncompacted layers. The layers shall be thoroughly tamped by hand or machine to the density of adjacent undisturbed soil so as to provide a uniform and continuous bearing and support for the pipe at every point between the bell holes. Excavation At Unforseen Structure 1. Preserve unforseen structures encountered in excavation. , 2. Advise Architect when unforseen structure interferes with planned work. Architect will determine if plan will change or if structure will be abandoned. I 02220-4 ' J. Excavation at Unforseen Historic Remains 1. Upon encountering any and all potentially historic remains including but not limited to human and/or animal remains and relics, the contractor shall immediately notify the ' Architect. The architect shall notify the Owners representative Archeologist. K. Unauthorized Excavation ' 1. Unauthorized excavation is removal of materials beyond specified elevations or dimensions. L. Unsuitable and Excess Excavated Material 1. Excavated material not suitable for backfilling during the excavation shall be disposed of at a site selected by Contractor and in a manner approved by the Architect and applicable governmental regulations. ' M. Bracing and Shoring I. The sides of any excavation, when deemed necessary, shall be properly supported with shielding, bracing, shoring, or sheeting as the need may be and required by local governing agencies. Such bracing, shoring, or sheeting shall be withdrawn as the work progresses in such a manner as not to endanger life and property and allow for backfilling of the trench in accordance with these specifications. 2. If the excavation is close enough to buildings or other foundations as to endanger their ' stability by removing such bracings, then they shall be made secure and left in place, and the line trench shall be backfilled and thoroughly tamped with the bracing in place. 3. Where trench walls are sloped away from the trench to prevent slides or cave-ins, it will be permissible to cut the trench banks on a slope above an elevation two (2) feet ' above the crown of the pipe. 4. Contractor shall be responsible for maintaining the excavation free from slides or ' cave-ins and safe for workmen, and to comply with federal labor requirements for trench safety. No observation by the Architect or Architect's Representative will reduce the Contractor's responsibility. N. Manhole Excavation II. Excavation for manholes shall be of such dimension and depth as to allow the construction of the manhole as shown on the drawings. The area of excavation for the base shall be only that necessary to provide an adequate base with its sides and bottom ' poured against undisturbed earth. All over excavation below the required grade shall be filled with concrete poured monolithically with the base. ' 02220-5 3.2 BACKFILLING AND COMPACTION ' A. Backfilling shall closely follow pipe laying and be within 5 feet of the end of the last pipe at the end of workday. B. Backfill around the pipe (pipe embedment) is specified as noted in Paragraph 2.1 of this , Section. C. Backfill where ground surface is not graveled or paved for vehicle or pedestrian use: , 1. Initial backfill, for the 2 foot distance above pipe embedment shall be free of rock, organic material, man made debris or frozen lumps with a dimension greater than , three inches measured in any direction. 2. Backfill for the remainder of the trench shall be free of rock, organic material or man made debris with a maximum dimension of 6 inches measured in any direction. 3. All backfill above pipe embedment may be mechanically compacted to a density equal to 85 percent standard proctor or better. Contractor shall backfill trench settlement until Architect determines settlement is complete. D. Backfill where ground surface is graveled for vehicle use or paved for pedestrian use only. I. The entire trench up to a point 2 feet below existing or pr9posed subgrade shall be backfilled with AHTD Class 7 aggregate and compacted to 90 percent Modified Proctor Density. The remaining 2 feet shall be backfilled with AHTD Class 7 placed in 6 inch lifts and compacted to 95 percent Modified Proctor Density. E. Backfill under existing or proposed public streets ' I. The entire trench shall be backfilled up to the subgrade with AHTD Class 7 aggregate in 4-6 inch lifts and compacted to 95 percent Modified Proctor Density. F. Backfill Unstable Trench Bottom 1. Provide and place AHTD Class 1 or AHTD Class 2 crushed aggregate, compacted to 95 percent maximum density, to bottom elevation of pipe bedding. G. Backfill Wet Condition Trench Bottom 1. Provide and place AHTD Class I or AHTD Class 2 crushed aggregate, compacted to 95 percent maximum density, from trench bottom to bottom elevation of pipe bedding. H. Manhole backfill Backfilling of manholes up to 12 inches from the base shall be done with pipe , protection. Backfill of manholes shall be compacted to a density of not less than 90 percent Modified Proctor. Obtain 90 percent density the entire depth of excavation except that in public street or roadways where a density of 95% shall be obtained. 02220-6 , C 3.3 2. Backfill around manholes shall not be completed until adequate strength has been obtained to support the backfill without damage to the manhole. In no case will backfill be allowed on manholes until the concrete is at least 48 hours old. Manholes must be leak tested prior to backfilling. ELECTRICAL CONDUIT TRENCHING A. Excavate trenches for installation of electrical conduit by electric utility. Trench width, depth, and location shall be as directed by the governing electric company. B. Backfill trench after electric utility indicates their work is complete. Use backfill material specified in Paragraph 2.1, except use Class 7 crushed stone base course as specified in Section 02230 for entire trench depth at locations indicated in paragraphs 3.2.D and 3.2.E, and compacted as required in those paragraphs. .END OF SECTION 02220-7 I I I I I I SECTION 02230 CRUSHED STONE BASE COURSE Part 1 - GENERAL 1.1 SECTION INCLUDES: I. This Section covers the materials for crushed stone base course, to be used as a base material for asphaltic paving. This material may also be used for backfill for water and sewer mains, if so indicated on drawings. 1.2 RELATED SECTIONS: ' I. SECTION 02100 - Site Preparation 1 2. SECTION 02510- Asphatlic Concrete Paving [1 I I I I Li I I 1.3 QUALITY ASSURANCE: 1. The moisture -density relations of material shall be determined in the laboratory in accordance with AASHTO T-180. , 2. Compacted base shall be tested for depth and any deficiencies corrected by scarifying, placing additional material, mixing, reshaping and re -compacting to the specified density, as directed. Part 2- PRODUCTS 2.1 MATERIALS: Crushed stone base course shall be Class 7 and shall consist of crusher run stone or a mixture of crushed stone and natural fines uniformly mixed and so proportioned as to meet all the requirements hereinafter specified, with the further provision that a mixture of crushed stone and natural fines shall contain not less than 90 percent crusher produced material. The stone shall be hard and durable with a percent of wear by the Los Angeles Test (AASHTO T-96) not greater than 45. Shale and slate shall not be used for crushed stone base course. The material furnished shall not contain more than 5 percent by weight of shale, slate and other deleterious matter. ' Fayetteville Senior Center 02230-1 2. Crushed stone base course shall conform to the following grading (AASHTO T 11 and T 27) and crushing (AHTD Test Method 304) requirements. Size of Sieve Percent Passing by Weight Class 1 Class 2 Class 3" 100 100 2" 95-100 95-100 P/C 100 I" 3/4 60-100 60-100 50-90 3/8" 40-80 40-80 #4 30-60 30-60 25-55 #10 20-50 20-50 #40 10-35 10-35 10-30 #200 3-15 3-15 3-10 Maximum 13 10 6 Plasticity index (minus #40 material) 3. The fraction passing the No. 200 sieve shall not be greater than two ,thirds the fraction passing the No. 40 sieve. The fraction passing the No. 40 sieve shall have a liquid limit not greater than 25. 4. When it is necessary to blend two or more materials, each material shall be proportioned separately by weight through mechanical feeders to insure uniform production. Pre -mixing or blending in the pit to avoid separate feeding will not be permitted. END OF SECTION Fayetteville Senior Center 02230-2 i 1 i 1 i i 1 1 1 1 1 1 1 1 1 1 1 1 1 I I I SECTION 02250 SITE RESTORATION ' Part 1- GENERAL I I I I I 1.1 SECTION INCLUDES: A. This section includes restoration of areas disturbed by this project. "Disturbed by this project" is defined as the excavation or trenching area plus any area in project vicinity disturbed by operations of the Contractor, the Contractor's sub -contractors and vendors; and utility owners when caused by Contractor. B. Restoration in General Work areas shall be kept as clean and neat as practicable. Lawns, gardens, vehicle and pedestrian crossings shall have excess quantities of supplies, excavated material, man made debris, and organic matter removed from the area immediately following construction. Other areas shall have similar materials removed by the time initial payment is received. C. Restoration of Property Improvements. All property improvements shall be restored in kind or as nearly as practicable as determined by the Architect. , 1.2 RELATED SECTIONS: A. None. ' 1.3 QUALITY ASSURANCE I 'J 'I Ti �rl A. Adequate equipment and qualified personnel shall be used on this phase of the work. Part 2- PRODUCTS A. Topsoil shall be placed on disturbed areas equal to the better material on each side of the disturbed area. B. Fertilizer shall be 10-20-10 (nitrogen -phosphorous -potash) delivered to the site in labeled containers conforming to Arkansas fertilizer laws and bearing the name and warranty of the producer. C. Seed Seed mixture per class of seed. a. Class I seed mixture shall be 50% Lawn Fescue, 40% Rye Grass (annual), 5% White Clover (common), and 5% Red Clover (common). IFayetteville Senior Center 02250-1 •b. Class 2 seed mixture shall be 40% 1(1 Fescue, 25% Regal Perennial Rye, and 35% Red Fescue. c. Class 3 seed mixture shall be 50% Tall Fescue, (Kentucky 31), 40% Rye Grass (annual), 3% White Clover (common), and 7% Red Clover (common). d. Seed shall be labeled according to current requirements of the Arkansas State Plant Board. e. Seed shall be 95% pure and 85% germination by weight. Fifty noxious weed seeds shall be the maximum amount allowed per pound. The following types of seed are not allowed in any amount: Johnson grass, wild onion, wild garlic, field bindweed or nut grass. f. Fescue seed shall be certified endophyte free. , D. SOD I. Sod shall consist of a densely rooted growth of Bermuda grass, Zoysia, etc., substantially free from noxious weeds and undesirable grasses. The sod shall be cut with a minimum of 2 inches of root depth in uniform strips of approximately 12 inches in width and not less than 12 inches in length but not longer than can be conveniently handled and transported. 2. Sod for replacement of disturbed sodded areas shall be approved by Architect before i cutting. E. MULCH Wheat straw mulch shall be good grade clean straw, free of weeds or seed and of a quality approved by the Architect prior to use. F. WATER Water shall be of irrigation quality, free of impurities which are detrimental to plant growth. Part 3- EXECUTION 3.1 RESTORATION WHERE GROUND SURFACE IS NOT GRAVEL OR PAVEMENT , A. Class I Restoration - Areas of construction within lawns, gardens, or other well -kept areas, including street rights -of -way that are kept as lawns by adjacent landowners. I. Trim and remove all damaged limbs on trees, trim limbs of shrubs or if necessary, cut damaged shrub just below ground surface. 2. After the surface is graded and trench settlement is complete, place 4" top soil. 3. Hand rake disturbed area to remove all rocks I inch or larger measured in any direction, all man made debris and all organic material. Debris and excess material shall be disposed of in a manner approved by the Architect and applicable government regulations. Fayetteville Senior Center 02250-2 , I I [1 I I J LI Li u In • • 4. After raked area is accepted by Architect for seeding, a. apply 0.6 pounds of fertilizer per 100 square feet. b. apply 0.25 pounds of seed per 100 square feet. c. apply 9 pounds of mulch per 100 square feet. 5. Apply straw mulch using an asphalt mixing blower. Add asphalt to straw in sufficient quantity to bind mulch together. Top spraying of straw with asphalt is not acceptable. Hand application of mulch shall be allowed if approved by the Architect. 6. Where ground cover adjacent to disturbed areas contains grasses not included in the prescribed seed mixture, such as Bermuda, Zoysia, etc. Contractor shall remove and stockpile the existing sod on the job site. After trench settlement is complete, the sod shall be replaced to a condition equal to, or better than, that prior to construction. In the event that insufficient sod has been stored, or sod has been lost or destroyed, the Contractor shall be responsible for providing and installing new ground cover of the existing type. Class 2 Restoration - Areas of construction within fields, meadows and street rights -of -way which are mowed or cultivated (gardens excepted). Tree and shrub treatment shall be as specified in Class I Restoration above. After trench settlement is complete, machine rake to remove rock, man made debris and organic material to a condition equal to existing surface on the better side of the adjacent property. 3. After raked area is accepted by Architect for seeding, a. Fertilizer shall be as specified in Class I Restoration above. 1 b. apply 10 pounds of seed per 1,000 square feet. I I I C. I I I c. Mulch shall be as specified in Class I Restoration above. 4. Mulching method shall be as specified in Class I Restoration above. 5. Where existing field grass adjacent to disturbed areas contains grasses not included in the prescribed seed mixture, such as Bermuda, Zoysia, etc. Contractor shall place such topsoil as required and seed with the existing type grass so that an equivalent ground cover will be provided. Class 3 Restoration - Areas of construction that are heavily brushed or wooded, steep rocky slopes, or other areas where it is not practical for the area to be cultivated. 2. 3. Terrace slopes where, in the opinion of the Architect, erosion problems may arise after construction. Damaged tree limbs shall be trimmed and all damaged brush shall be cut just below ground surface. Site shall be machined raked so that the area of construction is in a condition equal ' Fayetteville Senior Center 02250-3 1 to the existing surface on the better side of the existing adjacent right of way. 4. Seeding shall be as specified in Section 3.1.A.4. 5. Mulching method shall be as specified in Paragraph 3.1.A.5 for slopes greater than 3:1. Hand spreading of straw mulch will be allowed on slopes less than 3:1. D. RESTORATION BY SODDING 1. Area to be sodded a. Place 3 inches of topsoil below sod. ' b. Apply 0.05 pounds of fertilizer per square yard and work into top 1 inch of topsoil. c. Make surface of top soil moist and fern (not compacted) at the time sod is placed. ' 2. Sod a. Sod shall be moist b. Lay by hand along contour lines beginning at lowest elevation. c. Stagger transverse joints. d. Make tight joints between sod pieces. e. Cut sod into existing surface and backfill with topsoil to provide a smooth transition from sodded areas to non -sodded areas. f. Apply thin layer of topsoil over sod and overseed with 0.10 pound of annual rye grass per square yard. g. Sod laid in flow lines of drainage channels, or on slopes greater than 3:1, shall be staked in place with wooden stakes. Stakes shall be driven flush with the top of the sod to allow mowing. 3. Maintenance of Sod a Moisten overseeding as directed by Architect b. Apply water to sod for 3 weeks as directed by Architect. ' 3.2 RESTORATION WHERE GROUND SURFACE IS GRAVEL A. Gravel shall be Class 7 as defined by AHTD. B. Replace damaged graveled areas. C. Compact subgrade to 95% Modified Proctor Density. D. New Class 7 material shall match existing graveled area in thickness or have following Fayetteville Senior Center 022504 3.3 minimum thickness, whichever is greater. 1. 4 inches for areas used mainly by pedestrians. 2. 8 inches, placed in two courses for areas used mainly by vehicles. 3. compact each course to a density, as determined by AASHTO T191 or T238, of not less than 95% of maximum density determined by AASHTO T180. E. New gravel surface shall match elevation of gravel surface before it was damaged or to elevation directed by Architect. RESTORATION AREAS THAT ARE PAVED A. Areas paved with asphaltic concrete: I. Asphaltic concrete shall be as specified in Section 02510. 2. Replace damaged pavement areas to sawed joints 12 inches beyond damaged base of pavement. 3. New asphaltic concrete shall match existing asphalt in thickness or have following minimum thicknesses, whichever is greater. a. 2 inches for areas used mainly by pedestrians. b. 4 inches for areas used mainly by vehicles. 4. Apply prime coat to base course at rate of 0.25 gallons per square yard. 5. Place hot mixed, hot laid asphalt in maximum lifts of 2 inches compacted to 92% of the theoretical density. 6. New AHTD Class 7, or approved equal base, shall match existing base in thickness or have following minimum thickness, whichever is greater. a. 4 inches for areas used mainly by pedestrians. b. 8 inches, placed in two courses, for areas used mainly by vehicles. c. compact each course to a density, as determined by AASHTO TI 91 or 1238, of not less than 95% of maximum density determined by AASHTO TI 80 END OF SECTION Fayetteville Senior Center 2250-5 SECTION 02270 SLOPE PROTECTION AND EROSION CONTROL PART 1- GENERAL 1.1 SECTION INCLUDES: A. Temporary and permanent erosion control systems. B. Temporary and permanent slope protection systems. 1.2 RELATED SECTIONS: A. SECTION 02100 - Site Preparation B. SECTION 02200 - Earthwork C. Construction Drawings 1.3 ENVIRONMENTAL REQUIREMENTS: A. The contractor shall protect adjacent properties and water resources from erosion and sediment damage throughout the life of the contract. PART 2 -PRODUCTS 2.1 MATERIALS: A. Hay or straw bales. B. Silt fencing for siltation control. C. Quick growing grasses such as wheat, rye, or oats. D. Geotextile fabrics. E. Rip -Rap - see SECTION 02200. PART 3- EXECUTION 3.1 PREPARATION: A. Erosion Control Plan must be reviewed. B. Deficiencies or changes on Construction Drawings or Storm Water Pollution Prevention Plan Fayetteville Senior Center 02270-1 3.2 • • 1 1 as it applies to current site conditions must immediately be brought to the attention of the Owner and the Architect. EROSION CONTROL AND SLOPE PROTECTION IMPLEMENTATION: A. Place all erosion control systems in accordance with the Erosion Control Plan or as shown on grading plan. B. Owner has authority to limit surface area of erodible earth material exposed by clearing and 1 grubbing, excavation, borrow, and embankment operations and to direct Contractor to provide immediate permanent or temporary pollution control measures. Contractor will be required to incorporate permanent erosion control features into project at earliest practical time to minimize need for temporary controls. Cut slopes shall be permanently seeded and mulched as excavation proceeds to extent considered desirable and practical. C. Temporary erosion control systems installed by Contractor shall be maintained as directed by Owner or Architect during the life of the contract. D. Slopes that erode easily shall be temporary seeded and mulched with straw as work progresses with wheat, rye, or oats. E. All additional work required and authorized by Owner that is not shall or called out in the Construction Documents and/or Storm Water Pollution Prevention Plan shall be paid for by Owner. END OF SECTION Fayetteville Senior Center I Li I I I. 02270-2 1 I Fayetteville Senior Center 02/00 SECTION 02361 - TERMITE CONTROL PART I - GENERAL 1.1 SECTION REQUIREMENTS A. Submit Product Data. B. Engage a licensed professional pest control operator to apply termite control solution. C. Use only termiticides that bear a federal registration number of the U.S. EPA. PART2-PRODUCTS 2.1 TERMITICIDES A. Provide a working solution of termiticide in concentrations recommended by manufacturer, and allowed by federal, state and local authorities. B. Use only Borax based termiticides, or better. PART 3- EXECUTION 3.1 INSTALLATION A. Prepare surfaces and apply treatment at rates and concentrations recommended in manufacturer's written instructions. B. Apply termite control to the following: Required to fully protect buildings and structures as recommended by manufacturer. C. Post signs in areas of application warning workers that soil termiticide treatment has been applied. Remove signs when areas are covered by other construction. D. Reapply soil termiticide treatment solution to areas disturbed by subsequent excavation or other egnstruction activities following application. END OF SECTION 02361 TERMITE CONTROL 02361 - 1 Fayetteville Senior Center 02/00 I I SECTION 02370 - DRILLED PIERS PART I - GENERAL 1 1.1 RELATED DOCUMENTS A. Drawings and General Provisions of Contract, including Division 0 and Division 1 Specification 'Sections, apply to Work of this Section. 1.2 DESCRB'T1ON OF WORK: A. Extent of drilled piers is shown on Drawings, including locations, temporary casing (if required), diameters of shafts, top elevations, and details of construction. B. Bid shall include all work required to complete drilledpier installation. The actual bearing depth of each pier shall be field determined by an independent testing agency, as per these Specifications and as noted on the Drawings. ' 1.3 QUALITY ASSURANCE: IA. Comply with provisions of American Concrete Institute (ACI) "Standard Specification for the Construction of End Bearing Piers", and as herein specified B. Contractor shall employ (with the approval of the Architect and the Owner) a testing laboratory to ' perform field quality control tests. Qualified personnel shall be on site to verify pier depth, reinforcement placement,. proper cleanout and other verifications as required as by engineering report and drawings. PART 2- PRODUCTS 2.1 CONCRETE AND RELATED MATERIALS: ' A. Concrete and related materials shall conform to specifications in Division 3 sections. ' PART 3- EXECUTION ' 3.1 PIER EXCAVATION AND PLACEMENT A Construction Tolerances: Locate centerline of piers within the following tolerances; ' 1. Maximum variation of location not more than 1/24th of shaft diameter or 3", whichever is less. 2. Shafts out of plumb, not more than 1.5% of length nor exceeding 12.5% of shaft diameter, whichever is less. 3. If above tolerances are exceeded, provide corrective construction to compensate for excessive ' eccentricity. Submit proposed corrective construction methods to Architect for review before proceeding. DRILLED PIERS 02370 - 1 Fayetteville Senior Center • 02/00 B. Shoring: Provide shoring as required in unstable soil conditions to preclude cave-in during excavtion and inspection operations. C. Obstructions: Should rock, boulders, concrete, masonry, or other subsurface obstructions be encountered which cannot be drilled with a conventional earth auger or underreaming tool, regardless whether or not such obstructions were indicated by available subsurface data, the Contractor shall employ, at his expense and at no additional cost to the Owner, special rock augers, core barrels, air tools or other methods of excavation as required to remove the obstruction. 3.1 CONCRETE PLACEMENT A Methods and guidelines shall follow Division 3- Section 3310 Cast -In -Place Structural Concrete. END OF SECTION 02370 DRILLED PIERS 02370-2 I SECTION 02510 I I nn I ASPHALTIC CONCRETE PAVING PART 1- GENERAL 1.1 SECTION INCLUDES: A. Preparation and placement of asphaltic concrete binder course. B. Preparation and placement of asphaltic concrete surface course. 1.2 RELATED SECTIONS: A. Section 02100 - Site Preparation B. Section 02230 - Crushed Stone Base Course IC. Section 02520 - Concrete Curbs, Gutters, and Sidewalks I I I I I TI I I I1 I D. State Highway Department Standard Specifications E. Construction Drawings 1.3 REFERENCE STANDARDS: A. The Asphalt Institute (AI) latest edition MS 2 Mix Design Methods for Asphaltic Concrete and Other Hot Mix Types MS 3 Asphalt Plant Manual MS 19 Basic Asphalt Emulsion Manual B. US Army Corp of Engineers UN -13 Hot Mix Asphalt Paving Handbook, (CE MP -ET) C. American Society of Testing and Materials (ASTM) latest edition D 946 Penetration - Graded Asphalt Cement for use in Pavement Construction D 1188 Bulk Specific Gravity and Density of Compacted Bituminous Mixtures Using Paraffin -Coated Specimens D 1559 Resistance to Plastic Flow of Bituminous Mixtures Using Marshall Apparatus D 2726 D. American Association of State Highway and Transportation Officials (AASHTO) latest edition M 117 Mineral Filler "Bitumen -Saturated Cotton Fabrics Used in Roofing and Waterproofing" M 140 Tack Coat "Emulsified Asphalt" M 208 Tack Coat "Cationic Emulsified Asphalt" M 226 Viscosity Graded Asphalt Cement T 245 Marshall Mix Design E. APWA Section 2204 Fayetteville Senior Center 02510-1 1.4 QUALITY ASSURANCE: , A. Independent Testing Laboratory, selected and paid by Owner, shall be retained to perform ' construction testing of in -place asphaltic concrete courses for compliance with requirements for thickness, compaction, and surface smoothness. Asphaltic surface and base courses shall be randomly cored at minimum rate of I core per 20,000 sq. ft of paving. However, no less than 3 cores in light duty areas and 3 cores in heavy duty areas shall be obtained, unless directed by Architect or governing authority. Coring holes shall be immediately filled with full -depth asphaltic concrete. Asphaltic concrete pavement samples shall be tested for ' conformance with mix design. B. Establish and maintain required lines and elevations. ' C. In -place compacted thickness shall not be less than thickness specified on Construction Drawings. Areas of deficient paving thickness shall receive tack coat and minimum 1 -in. ' overlay; or shall be removed and replaced to proper thickness, at discretion of Architect; until specified thickness of course is met or exceeded at no additional expense to Owner. D. Testing shall be performed on finished surface of each asphalt concrete course for smoothness, , using 10'-0" straightedge applied parallel with, and at right angles to centerline of paved area. Results of tests shall be made available to Owner upon request. Surfaces will not be acceptable if the following 10 -ft straightedge tolerances for smoothness are exceeded: Base Course Surface: 1/4 -in. Wearing Course Surface: 3/16 -in. E. Check surface areas at intervals necessary to eliminate ponding areas. Remove and replace unacceptable paving as directed by Architect. F. Field density test for in -place materials shall be performed by examination of field cores in accordance with one of following standards: ' 1. Bulk specific gravity of paraffin -coated specimens: ASTM D 1188. 2. Bulk specific gravity using saturated surface -dry specimens: ASTM D 2726. Rate of testing shall be 1 core per 20,000 sq. ft of pavement, with minimum of 3 cores from heavy duty areas and 3 cores from light duty areas, unless directed otherwise by Architect or Governing Authority. Cores shall be cut from areas representative of project. Areas of insufficient compaction shall be delineated, removed, and replaced in compliance with Specifications at no additional expense to Owner. 1.5 SUBMITTALS: ' A. Before asphaltic concrete paving is constructed, submit actual design mix to Independent Testing Laboratory for review and approval. Design mix submittal shall follow format as indicated in Asphalt Institute Manual MS -2, Marshall Stability Method; and shall include type/name of mix, gradation analysis, grade of asphalt cement used, Marshall Stability in lb, ' flow, effective asphalt content in percent, and direct references to state highway department specifications sections for each material. Design shall be for mixture listed in current edition Fayetteville Senior Center 02510-2 , of state highway department specifications. Mix designs over 3 years old will not be accepted. ' B. Submit materials certificate to Independent Testing Laboratory which is signed by materials producer and Contractor, certifying that materials comply with, or exceed, requirements specified herein. 1.6 PROJECT CONDITIONS: A. Weather Limitations: 1. Apply prime and tack coats when ambient temperature is above 40 degrees ' Fahrenheit, and when temperature has been above 35 degrees Fahrenheit for 12 hours immediately prior to application. Do not apply when base is wet, contains excess moisture, or during rain. 2. Construct asphaltic concrete paving when atmospheric temperature is above 40 degrees Fahrenheit. ' B. Maintain access for vehicular and pedestrian traffic as required for other construction activities. Utilize temporary striping, flagmen, barricades, warning signs, and warning lights ' as required. PART2-PRODUCTS 2.] MATERIALS: IA. Provide asphalt -aggregate mixture as recommended by local or state paving authorities to suit project conditions. Use locally available materials and gradations which meet state highway department specifications and exhibit satisfactory records of previous installations. B. Asphalt Cement: Comply with AASHTO M 226; Table 2 AC -l0, AC -20, or AC -30, viscosity grade, depending on local mean annual air temperature. See chart below: Temperature Condition Asphalt Grades I Cold, mean annual air temperature at 45 degrees Fahrenheit or lower AC -10 85/100 pen. ' Warm, mean annual air temperature AC -20 between 45 degrees Fahrenheit and 60/70 pen. 75 degrees Fahrenheit ' Hot, mean annual air temperature AC -30 at 75 degrees Fahrenheit or higher ' C. Prime Coat: Medium curing cut -back asphalt or asphalt penetrating prime coat consisting of either MC -30, SS -1 h, or approved by Architect. ' D. Tack Coat: Emulsified asphalt; AASHTO M 140 or AASHTO M 208, SS-lh, CSS-1, or CSS-I h, diluted with I part water to I part emulsified asphalt. Fayetteville Senior Center 02510-3 E. Mineral Filler: Rock or slag dust, hydraulic cement, or other inert material complying with , AASHTO M 117, if recommended by state highway department specifications. F. Asphalt -Aggregate Mixture: Unless otherwise noted on Construction Drawings, Design Mix shall have minimum stability based on 50 -blow Marshall complying with ASTM D 1559 of ' 1000 lb with flow between 8 and 16. Design Mix shall be within sieve analysis and bitumen ranges specified below: SIEVE ANALYSIS OF MIX , Square Sieve Total Percent Passing Percent Tolerance 3/4" 100% 7% l/2f' 90-100% 5% #4 44- 74% 4% #8 28- 58% 4% #50 5-21% 2% #200 2- 10% 0% Percent bitumen by weight of total mix: 5.0 - 8.5 percent Air voids: 3 -6 percent Aggregate voids filled with asphalt cement: 70 - 82 percent Allowable variance of bitumen by weight of total mix = 0.4 percent 2.2 EQUIPMENT: ' A. Maintain equipment in satisfactory operating condition and correct breakdowns in manner that , will not delay or be detrimental to progress of paving operations. PART 3- EXECUTION 3.1 PREPARATION: A. Proofroll prepared base material surface to check for unstable areas. Paving work shall begin only after unsuitable areas have been corrected and are ready to receive paving. B. Remove loose material from compacted base material surface immediately before applying prime coat. 3.2 APPLICATIONS: A. Prime Coat: 1. Apply bituminous prime coat to base material surfaces where asphaltic concrete paving will be constructed. 2. Apply bituminous prime coat in accordance with APWA Section 2204 and state highway department specifications. Fayetteville Senior Center 02510-4 ' 1 a • 3. Apply at minimum rate of 0.25 gal per sq. yd over compacted base material. Apply Ito penetrate and seal, but not flood surface. 4. Take necessary precautions to protect adjacent areas from over spray. 1 5. Cure and dry as long as necessary to attain penetration of compacted base and evaporation of volatile substances. 1 B. Tack Coat: 1. Apply to contact surfaces of previously constructed asphaltic concrete base courses 1 or portland cement concrete and surfaces abutting or projecting into asphaltic concrete or into asphaltic concrete pavement. 2. Apply tack coat to asphaltic concrete base course or sand asphalt base course. Apply emulsified asphalt tack coat between each lift or layer of full depth asphaltic concrete and sand asphalt bases and on surface of bases where asphaltic concrete paving will 1 be constructed. 3. Apply emulsified asphalt tack coat in accordance with APWA Section 2204 and state 1 highway department specifications. 4. Apply at minimum rate of 0.05 gal per sq. yd of surface. 1 5. Allow to dry until at proper condition to receive paving. 1 3.3 ASPHALTIC CONCRETE PLACEMENT: A. Place asphaltic concrete mixture on completed compacted subgrade surface, spread, and strike off. Spread mixture at following minimum temperatures: 1 I. Ambient temperature between 40 degrees Fahrenheit and 50 degrees Fahrenheit, mixture temp. = 285 degrees Fahrenheit 1 2. Ambient temperature between 50 degrees Fahrenheit and 60 degrees Fahrenheit, mixture temp. = 280 degrees Fahrenheit 1 3. Ambient temperature higher than 60 degrees Fahrenheit, mixture temp. = 275 degrees Fahrenheit 1 B. Whenever possible, pavement shall be spread by finishing machine; however, inaccessible or irregular areas may be placed by hand methods. Hot mixture shall be spread uniformly to 1 required depth with hot shovels and rakes. After spreading, hot mixture shall be carefully smoothed to remove segregated course aggregate and rake marks. Rakes and lutes used for hand spreading shall be type designed for use on asphalt mixtures. Loads shall not be dumped 1 faster that they can be properly spread. Workers shall not stand on loose mixture while spreading. IC. Paving Machine Placement: Apply successive lifts of asphaltic concrete in transverse directions with surface course placed parallel to flow of traffic. Place in typical strips not less than 10'-0" wide. 1 Fayetteville Senior Center 02510-5 i? E D. Joints: Make joints between old and new pavements, or between successive days and work , in manner that will provide continuous bond between adjoining work. Construction joints shall have same texture, density, and smoothness as other sections of asphaltic concrete course. Clean contact surfaces ofjoints and apply tack coat. ROLLING AND COMPACTION: ' A. Mixture, after being spread, shall be thoroughly compacted by rolling as soon as it will bear the weight of rollers without undue displacement. Number, weight, types of rollers, and 1 sequences of rolling operations shall be such that required density and surface are consistently attained while mixture is in workable condition. B. Compact mixture with hot hand tampers or vibrating plate compactors in areas inaccessible to rollers. C. Breakdown Rolling: Accomplish breakdown or initial rolling immediately following rolling ofjoints and outside edge. Check surface after breakdown rolling and repair displaced areas by loosening and filling with hot material. D. Second Rolling: Follow breakdown rolling as soon as possible, while mixture is hot. Continue second rolling until mixture has been thoroughly compacted. E. Finish Rolling: Perform finish rolling while mixture is still warm enough for removal of roller marks. Continue rolling until roller marks are eliminated and course has attained maximum , density. F. Patching: Remove and replace paving areas mixed with foreign materials and defective areas. Cut out such areas and fill with fresh, hot asphaltic concrete. Compact by rolling to maximum surface density and smoothness. G. Protection: After final rolling, do not permit vehicular traffic on pavement until it has cooled and hardened. Erect barricades to protect paving from traffic until mixture has cooled enough not to become marked. END OF SECTION I I I I I Fayetteville Senior Center 02510-6 1 I • • Fayetteville Senior Center 02/00 SECTION 02512 - WATER SERVICE PART I - GENERAL 1 1.1 SECTION REQUIREMENTS 1 A. Summary: This Section includes water systempiping for potable -water service and fire -protection service, outside the building. ' B. Unless otherwise indicated, the minimum pressure requirements for water system piping is 150 psig for all underground piping, except 200 psig for piping downstream from fire department connections. C. Comply with NFPA 24, "Standard for the Installation of Private Fire Service Mains and Their ' Appurtenances," for materials, installations, tests, and flushing. D. Comply with NFPA 70. E. Pipe Marking: NSF 14, "NSF-pw". PART2-PRODUCTS 2.1 DUCTILE -IRON PIPE AND FITTINGS A. Ductile -Iron Pipe: AWWA C151, Classes 150, 200, and 250; with AWWA C104 cement -mortar, seal -coated lining; AWWA Cl l l gaskets, glands, bolts and nuts, and rubber gaskets. B. Ductile- and Cast -Iron Pipe Fittings: AWWA CI 10 ductile iron or cast iron, 250 psig minimum pressure rating, and AWWA C104 cement -mortar lining. C. Ductile -Iron Pipe, Grooved -End Fittings: ASTM A 47 malleable -iron or ASTM A 536 ductile - iron, AWWA-pipe-size, grooved -end fittings with cement lining or FDA -approved interior coating, designed to accept AWWA C606 couplings. ' D. Ductile- and Gray -Iran Flanged Fittings: AWWA C110, 250 psig minimum pressure rating, with AWWA C104 cement -mortar lining. ' E. Ductile -Iron, Flexible Expansion Joints: Compound fitting with combination of flanged and mechanical -joint ends complying with AWWA CI10 or AWWA C153. 1 F. Ductile -Iron Deflection Fittings: Compound coupling fitting with sleeve and flexing sections, gaskets, and restrained joint ends complying with AWWA CI10 or AWWA C153; rated for 250 1 WATER SERVICE 02512- 1 • 0 1 Fayetteville Senior Center 02/00 psig minimum working pressure, and with cement lining or FDA -approved epoxy interior coating, ' for up to 20 -degrees deflection. G. Ductile -Iron Expansion Joints: 3 -piece assembly complying with AWWA C110 or AWWA C153. , Units rated for 250 psig minimum working pressure, and with cement lining or FDA -approved epoxy interior coating, for expansion indicated. H. Ductile -Iron Pipe and Ductile- or Cast -Iron Fittings: The following materials apply: 0. Push -On Joints: AWWA Clii l rubber gaskets and lubricant. ' 1. Mechanical Joints: AWWA Cl l l ductile- or gray -iron glands, high -strength steel bolts and nuts, and rubber gaskets. 2. Flanged Joints: AWWA C115 ductile- or gray -iron pipe flanges, rubber gaskets, and high - strength steel bolts and nuts. 2.2 PVC PIPE AND FITTINGS A. PVC Pipe: AWWA C900, Classes 150 and 200; with bell end and ASTM F 477 elastomeric , gasket, with plain end for ductile- or cast-iron fittings, or with plain end for PVC elastomeric gasket fittings. B. PVC Pipe Couplings and Fittings: AWWA C900, with ASTM F 477 elastomeric-seal gaskets. C. Primers for PVC Piping Solvent -Cement Joints: ASTM F 656 with ASTM D 2564 solvent cement. D. Plastic Pipe Flange Gasket, Bolts, and Nuts: Type and material recommended by piping system manufacturer, unless otherwise indicated. 2.3 VALVES A. Gate Valves: UL 262, FM approved for fire -protection service. AWWA C500, nonrising stem, cast-iron double disc, bronze disc and seat rings, bronze stem, cast- or ductile -iron body and bonnet, stem nut, 200 psig working pressure, mechanical joint ends. B. Valve Boxes: Cast-iron box with top section and cover with lettering "WATER," bottom section ' with base of size to fit over valve and barrel approximately 5 inches in diameter, and adjustable cast-iron extension of length required for depth of bury of valve. , C. Indicator Posts: UL 789, FM -approved, vertical -type, cast-iron body with operating wrench, extension rod, and adjustable cast-iron barrel of length required for depth of bury of valve. D. Curb Stops: Bronze body, ground key plug or ball, and wide tee head, with inlet and outlet to match service piping material. 2.4 SPECIALTIES WATER SERVICE 02512-2 I. 1 Fayetteville Senior Center 02/00 1 A. Fire Hydrants: Cast-iron body, compression -type valve, opening against pressure and closing with ' pressure, 6 -inch NPS mechanical joint inlet, 150 psig working pressure. NFPA 1963, with external hose thread used by local fire department. Include cast-iron caps with steel chains. ' B. Exposed, Sidewalk Fire Department Connections: UL 405 cast -brass body, with thread inlets according to NFPA 1963 and matching local fire department hose threads, and threaded NPS bottom outlet. ' C. ASSE standard backflow preventers, of size indicated for maximum flow rate and maximum pressure loss indicated. ' D. Hose Connection Vacuum Breakers: ASSE 1011, nickel plated, with nonremovable and manual drain features, and ASME 61.20.7 3/4-11.5NH threads for garden hose on outlet. Units attached to rough -bronze -finish hose connections may be rough bronze. E. Water -Flow Indicators: UL 753, FM -approved, vane -type, water -flow detector, rated to 250 psig; ' designed for horizontal or vertical installation; with 2 single pole, double -throw (SPDT) circuit switches to provide isolated alarm and auxiliary contacts, 7 A 125 V, ac and 0.25 A 24 V, dc; complete with factory -set, field -adjustable retard element to prevent false signals and with tamperproof cover that sends a signal when cover is removed. F. Plastic Underground Warning Tapes: Polyethylene plastic tape, 6 inches wide by 4 mils thick, solid blue in color with continuously printed caption in black letters "CAUTION - WATER LINE 'BURIED BELOW." IPART 3- EXECUTION ' 3.1 INSTALLATION A. Extend water system piping and connect to water -supply source and building water -distribution and fire -protection systems at outside face of the building wall in locations and pipe sizes indicated. B. Install restrained joints for buried piping within 60 inches of building. Use restrained -joint pipe ' and fittings, thrust blocks, anchors, tie rods and clamps, and other supports at vertical and horizontal offsets. C. Install fittings for changes in direction and branch connections. D. Install ductile -iron pipe and ductile- and cast-iron fittings according to AWWA C600. E. Install AWWA PVC plastic pipe according to AWWA M23. ' F. Bury piping at minimum depth of 36 inches below finished grade and at least 18 inches below average local frost depth. ' G. Clean and disinfect water distribution piping according to authorities having jurisdiction. WATER SERVICE 02512-3 LiI�1 I SECTION 02520 CONCRETE CURBS, GUTTERS, AND SIDEWALKS Part 1- GENERAL 1.1 SECTION INCLUDES A. Cast -in -place concrete sidewalks and curbs and gutters. B. Extruded cast -in -place concrete curbs and gutters 1.2 RELATED SECTIONS A. SECTION 03300 - Cast -in -place concrete Part2-PRODUCTS 2.1 MATERIALS A. Concrete materials, forms, reinforcing, and miscellaneous materials are specified in Section 03300. Part 3- EXECUTION 3.1 PREPARATION A. Preparation shall be complete before form work and concrete placement is begun. The areas where wheels or tracks of the curb and gutter extrusion machine will run shall also be prepared to the extent that the machine operation will produce the required lines and grades. B. All hand -formed curbs and gutters shall be formed to the required lines and grades. 3.2 SIDEWALKS A. Sidewalks shall be constructed to the lines, grades, dimensions, and details shown on the Drawings. Sidewalks must be formed and shall not be poured directly against curb and gutter. In locations where there is both sidewalk and curb and gutter, the curb and gutter shall be placed first. The sidewalk shall be finished to an elevation that provides positive drainage of 2 percent to the curb and gutter. B. Following placement of the sidewalk, topsoil shall be placed in the strip between the sidewalk and the curb and gutter, and compacted to preclude settlement Fayetteville Senior Center 02520-1 3.3 EXTRUDED CURB AND GUT'T'ER A. Concrete curb and gutter may be constructed by the extrusion method or by hand forming. Placement shall produce curbs and gutters to the cross-section lines, grades, finishes and jointing indicated on the Drawings and as specified for formed concrete. Curb and gutter placement shall not begin until all base course and subgrade areas where the extrusion machine will run have been adequately prepared. B. The finished curb and gutter shall not vary from the lines and grades indicated on the drawings. The lines of the section shall not be wavy in appearance. The maximum deviation in any plane when measured by a taut string line, shall be less than V2 inches in 10 feet. END OF SECTION Fayetteville Senior Center 02520-2 Fayetteville Senior Center SECTION 02621 - FOUNDATION DRAINAGE PIPING PART I - GENERAL 1.1 SECTION REQUIREMENTS A. Submit Product Data. PART2-PRODUCTS 2.1 PIPES AND FITTINGS 02/00 A. Perforated, PVC Sewer Pipe and Fittings: ASTM F 405, corrugated, with band -type couplings, 6 -inch NPS (DN150). 2.2 ACCESSORIES A. Subsurface Drainage Matting: Enkadrain by Akzo Industrial Systems Company; 'Asheville, NC B. Soil Materials: As follows: 1. Impervious Fill: Clayey gravel and sand mixture capable of compacting to dense state. 2. Filtering Material: Evenly graded mixture of uncrushed or crushed gravel or crushed stone and natural sand, with 100 percent passing 1 -1/2 -inch sieve and not more than 5 percent passing No. 50 sieve. 3. Drainage Fill: Washed, evenly graded mixture of crushed stone, or crushed or uncrushed gravel, ASTM D 448, coarse aggregate, Size No. 57, with 100 percent passing 1 -1/2 -inch sieve and not more than 5 percent passing No. 8 sieve. PART 3- EXECUTION 3.1 INSTALLATION A. Install piping beginning at low points of system at a minimum slope of 1 percent. Bed piping with full bearing, solidly in filtering material. I. Lay open joint tile spaced 1/4 inch between ends. Cover top two-thirds of joint opening with joint screening material and tie with corrosion -resistant wire. B. Maintain swab or drag in piping with tight joints and pull past each joint as it is completed C. Subsurface Drainage Mat to be installed horizontally as per manufacturers specifications. FOUNDATION DRAINAGE PIPING 02621 - 1 Fayetteville Senior Center 02/00 D. Soil Material Installation: As follows: 1. Impervious Fill at Footings: Place and compact impervious fill at least 6 inches deep and 12 inches wide on subgrade adjacent to bottom of footing. 2. Filtering Material: Place compacted layer of filtering material at least 4 inches deep over compacted subgrade where drainage pipe is to be laid Cover drainage piping with 4 inches of filtering material after testing is complete and drainage mat is installed. 3. Drainage Fill: Place and compact drainage fill over filtering material. Surround piping at least 6 inches on each side and above pipe to within 12 inches of finish grade. Place I layer of filter fabric, overlapping edges at least 4 inches), over drainage fill material. 4. Fill to Grade: Place and compact impervious fill material over compacted drainage fill. END OF SECTION 02621 FOUNDATION DRAINAGE PIPING 1 02621-2 I I 1 1 Fayetteville Senior Center SECTION 02710 - TERRACE CATCH BASINS PART I - GENERAL 1.1 SECTION REQUIREMENTS A. Submit Product Data. PART2-PRODUCTS 2.1 PIPES AND FITTINGS A. PVC Sewer Pipe. 2.2 CATCH BASINS by NDS Addendum #4 1. All galvanized steel grates to be provided shall be "heel proof' grate type, with slots of no greater than 1/4" width. 2. Provide Minimum Grate Open Surface Areas as set forth in Catch Basin Schedule. 2.3 CATCH BASIN SCHEDULE Basin Type Min. Grate Open Surface Area Type 1 16 sq. inches Type 2 28 sq. inches Type 3 70 sq. inches PART 3- EXECUTION 3.1 INSTALLATION 1. Install piping at a minimum slope of one percent. (1%) END OF SECTION 02621 02/00 TERRACE CATCH BASINS 02710-1 SECTION 02720 STORM SEWER SYSTEMS PART 1- GENERAL 1.1 SECTION INCLUDES: A. Site storm sewer drainage piping, fittings, accessories, and bedding. C. Catch basins, paved area drainage, site surface drainage, and stormwater detention facilities. 1.2 RELATED REQUIREMENTS: A. Section 02220 - Excavation, Backfill, and Compaction B. Section 03300 - Cast -In -Place Concrete C. Local governing authority and code requirements D. Construction Drawings 1.3 REFERENCE STANDARDS: A. American Association of State Highway and Transportation Officials (AASHTO) latest edition M 36 Metallic (Zinc or Aluminum) Coated Corrugated Steel Culverts and Under drains M 198 Joints for Circular Concrete Sewer and Culvert Pipe Using Flexible Watertight Gaskets M 252 Corrugated Polyethylene Drainage Tubing M 294 B. American Society for Testing and Materials (ASTM) latest edition A 760 C 14 Concrete Sewer, Storm Drain, and Culvert Pipe C 76 Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe C 443 Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets D 2321 Underground Installation of Flexible Thermoplastic Sewer Pipe D 3034 Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings F 794 1.4 SUBMITTALS: A. Product Data: Provide data to Architect on pipe materials, pipe fittings, and accessories. B. Manufacturer's Certificate: Certify that products meet or exceed specified local requirements. Fayetteville Senior Center 02720-1 0 1.5 PROJECT RECORD DOCUMENTS ' A. Accurately record actual locations of pipe runs, connections, catch basins, cleanouts, and I invert elevations. B. Identify and describe unexpected variations to subsoil conditions and location of uncharted utilities. PART 2 -PRODUCTS ' 2.1 SEWER PIPE MATERIALS AND ACCESSORIES , A. Reinforced Concrete Pipe: Comply with requirements of ASTM C 76, Class III unless another class type is indicated on Construction Drawings, installed with flexible plastic, bitumen gaskets at joints. Gaskets shall comply with AASHTO M 198 75I, Type B, and shall be installed in strict accordance with pipe manufacturer's recommendations. B. Corrugated Steel Pipe: Galvanized, aluminized, or bituminous coated as specified on ' Construction Drawings. Only permitted when specifically indicated on Construction Drawings and shall comply with requirements of ASTM A 760; 16 gauge unless another gauge is indicated on Construction Drawings. Install with matching band connectors. Install sleeve gaskets in accordance with pipe manufacturer's recommendations. Corrugated steel pipe may be round pipe, arch pipe, or slotted drain pipe as indicated on Construction Drawings. Slotted drain pipe shall have 1.75 -in, wide drain waterway openings and 6 -in. minimum height drain guide. C. Spiral Rib Metal Pipe Type IR: Galvanized, aluminized, or bituminous coated as specified , on Construction Drawings. Only permitted when specifically indicated on Construction Drawings. Pipe ends shall be re -corrugated and installed with semi -corrugated Hugger -type bands and "O" ring gaskets in accordance with pipe manufacturer's installation requirements. , Spiral Rib metal pipe must comply with ASTM A 760 Type IR. Acceptable manufacturer: CONTECH, INC. "ULTRA FLO or ULTRA FLO II", Caldwell Culvert Co. "Smooth Rib", or approved equal. ' D. Polyvinyl Chloride (PVC) Pipe: Only permitted when specifically indicated on Construction Drawings. Pipe and fittings shall comply with ASTM D 3034, rated SDR 35. Pipe shall be I continually marked with manufacturer's name, pipe size, cell classification, SDR rating, and ASTM D 3034 classification. Pipe joints shall be integrally molded bell ends in accordance with ASTM D 3034, Table 2, with factory supplied elastomeric gaskets and lubricant. ' E. Corrugated Polyethylene Pipe (CPP) Smooth Interior: Only permitted when specifically indicated on Construction Drawings and shall conform with AASHTO Designation M 252 and M 294. Pipe must be installed in accordance with pipe manufacturer's installation Guidelines for Culvert Storm Drainage Applications. Acceptable manufacturers: Advanced Drainage Systems, Inc. "ADS N-12", HANCOR, INC. "Hi -Q", or approved equal. Fayetteville Senior Center 02720-2 I F. Polyvinyl Chloride (PVC) large diameter closed profile gravity sewer pipe, UNI-B-9: Only permitted when specifically indicated on Construction Drawings. Pipe and fittings shall comply with ASTM F 794. Pipe must be installed in accordance with pipe manufacturer's installation guidelines. Acceptable manufacturer: Carlon "Vylon H.C." or approved equal. G. Polyvinyl Chloride (PVC) 8 -in. through 30 -in, diameter, smooth interior, open profile gravity sewer pipe. Only permitted when specifically indicated on Construction Drawings. Pipe and fittings shall comply with ASTM F 794 and Uni-Bell UNI-B-9. Pipe must be installed in ' accordance with pipe manufacturer's installation guidelines. Acceptable manufacturer: Extrusion Technologies, Inc. "Ultra -Rib" or approved equal. ' 2.2 INLETS, CATCH BASINS AND JUNCTION BOXES A. Lid and frame per details shown on Construction Drawings. B. Structure construction in accordance with details shown on Construction Drawings and in accordance with Section 03300. PART 3- EXECUTION ' 3.1 EXAMINATION A. Verify that trench cut and excavation is ready to receive work and excavations, dimensions, and elevations are as indicated on Construction Drawings. 3.2 PREPARATION ' A. Hand trim excavations to required elevations. Correct over excavation with bedding material. ' B. Remove large stones or other hard matter which could damage piping or impede consistent backfilling or compaction. C. Protect benchmarks, property comers, and other survey monuments from damage or displacement. If marker needs to be removed it shall be referenced by licensed land surveyor and replaced, as necessary, by same. ' 3.3 BEDDING A. Excavate pipe trench and place bedding material in accordance with local water and sewer authority's standard specifications. 3.4 INSTALLATION - PIPE A. Install pipe, fittings, and accessories in accordance with ASTM C 14, ASTM D 2321, or manufacturer's instructions and state or local requirements. B. Install pipe on bedding in accordance with Section 02220. ' Fayetteville Senior Center 02720-3 3.5 C. Lay pipe to slope gradients noted on Construction Drawings. D. Refer to Section 02220 for trenching requirements. Do not displace or damage pipe when compacting. INSTALLATION - CATCH BASINS, INLETS, AND JUNCTION BOXES A. Form bottom of excavation clean and smooth to correct elevation. B. Form and place cast -in -place concrete base pad, with provision for storm sewer pipe to be placed at proper elevation. C. Form and place cast -in -place concrete walls, sleeved at proper elevation to receive storm sewer pipe in accordance with details shown on Construction Drawings. D. Form and place cast -in -place top of structure in accordance with details shown on Construction Drawings. END OF SECTION Fayetteville Senior Center 02720-4 I I 1 1 SECTION 02730 SANITARY SEWAGE SYSTEMS PART1-GENERAL 1.1 SECTION INCLUDES: A. This section includes performing, excavating, backfilling, and testing of all requirements for work of this Section. Furnishing and installation of sanitary sewage systems as described in the Contract Documents. 1.2 RELATED SECTIONS: B. Section 02220 - Excavating, backfilling, & compacting 1.3 REFERENCES: A. American Society For Testing And Materials I. ANSUASTM A 74-87, "Specifications for Cast Iron Soil Pipe & Iittings" 2. ANSUASTM C 564-88, "Specification for Rubber Gaskets for Cast Iron Soil Pipe and Fittings" 3. ANSUASTM D 2321-89, "Recommended Practice for Underground Installation of Flexible Thermoplastic Sewer Pipe" 4. ANSUASTM D 3034-89, "Specification for Type PSM Poly (Vinyl Chloride)(PVC) Sewer Pipe & Fittings" 5. ANSUASTM F 789-89, "Standard Specification for Type PS -46 Poly (Vinyl Chloride)(PVC) Plastic Gravity Flow Sewer Pipe and Fittings" 1.4 QUALITY ASSURANCE: A. Regulatory Requirements - I. Install cleanouts on service lines in accordance with local governing authority and State codes. PART2-PRODUCTS 2.1 COMPONENTS: All gravity sewer pipe shall be Polyvinyl Chloride (PVC) Type PSM, Ductile Iron, or approved equal. Fayetteville Senior Center 2730-1 • • 1 The minimum acceptable size of all gravity sewer mains is eight (8) inches in diameter. A. Ductile Iron Pipe & Fittings 1 1. Meet requirements of ASTM A 746-82 (Ductile Iron Gravity Sewer Pipe) or ANSI/AWWA C 151/A 21.51-81 or latest edition. a. Joints shall conform to ANSI/A W WA CI i 1/A21. 11 and may be mechanical joint or push -on unless otherwise specified. b. The minimum thickness class shall be Class 50 unless specified. B. Polyvinyl Chloride (PVC) Gravity Pipe, 8" - 15" & Fittings 1. PVC pipe for gravity sewers shall conform to the latest revision of ASTM Designation D3034 (Type PSM) and shall have a minimum Standard Dimension Ratio (SDR) of 26. The pipe shall have a minimum pipe stiffness (F/dY) of 115 psi at 5% deflection as defined in ASTM D 2412. 2. Gasket joint gravity sewer pipe fittings meeting requirements of ASTM D 3212 and ASTM F-477. 3. Joints shall be integral wall bell and elastomeric gasket. C. Manholes i Concrete used in the construction of manholes shall conform to the requirements of Section 03300 and shall be made of 3000 psi, 28 -day concrete. 2. Mortar shall be composed of one (1) part Portland cement to two (2) parts fine aggregate, by volume. Cement and fine aggregate shall conform to the requirements of Section 03300. 3. Manhole rings and covers shall be of the best quality gray cast iron, free from cracks, holes, scale, shrinkage, distortion, and other defects which might make them unfit for their intended use. They shall be of workmanlike finish, shall be non -rocking, shall have all bearing surfaces machined smooth and shall be of such quality that a blow from a hammer will produce an indentation on the rectangular edge of the casting without flaking the metal. 4. Manhole rings and lids shall have a combined weight of not less than 250 lbs. And shall have a minimum access diameter of 22 inches. The manhole lids shall be of solid construction without any openings of any type except for the two (2) concealed pick holes with shall be located on direct opposite sides of the manhole lid. Manhole lids shall have the words "SANITARY SEWER" cast on the lids. 5. Traffic model manhole rings and lids shall be the same as in (4) above except that the minimum weight shall be 400 lbs. 6. Water stops for pipe connections to manholes shall be Fernco Concrete Manhole Adapters, or equal, furnished in the approximate size for the type and class of pipe used. Water stops are required for all PVC gravity sewer pipes entering manhole walls or bases. Fayetteville Senior Center 2730-2 1 I PART 3 EXECUTION ' 3.1 INSTALLATION A. General: I1. Excavate and backfill as specified in Section 02220 with the following additional requirements: I 2. All pipe runs shall be constructed as close as possible to those shown on the approved Construction Drawings. ' 3. Excavate to required depth and grade to obtain fall required. The trench shall be excavated to at least 4 inches below the grade required to provide proper pipe embedment and a minimum of 24 inches of earth cover. Ledge rock, boulders, and large stones shall be removed to provide a clearance of at least 6 inches below and on each side of all pipes, valves, and fittings for pipes 24 inches in diameter or less, 9 inches for pipes larger than 24 inches in diameter. ' 4. Width of trenches shall be constructed according to the detail shown on the drawings. ' S. Remove debris from trench prior to laying of pipe. 6. Embedment material shall be restricted to material meeting requirements of ASTM D448, size #67, or ASTM D2774. 7. Provide trench bracing and drainage so that workmen may work therein safely and efficiently. It is essential that the discharge of any trench dewatering pumps be conducted to natural drainage channel, drains, or storm drains. The contractor shall be responsible for any discharge permits that may be required. ' 8. The contractor is responsible for the repair of any other utility lines damaged because of the contractors carelessness. B. Wet Excavation: 1. When water or unstable soil is encountered in the bottom of the trench, the Contractor will be required to excavate below grade a minimum of 6 inches, and the trench bottom will be brought back to grade with clean crushed rock or gravel (ASTM D2487, Class I material), or (AHTD Class 7). C. Safety structures: ' I . The sides of any excavation, when deemed necessary, shall be properly supported with shielding, bracing, shoring, or sheeting as the need may be. Such bracing, or sheeting shall be withdrawn as the work progresses in such a manner as not to endanger life and ' property and to allow for backfilling of the trench in accordance with these specifications. It is the Contractor's responsibility to follow all of OSHA's requirements. Fayetteville Senior Center 2730-3 D. 1 Explosives: ' In the event that the use of explosives is necessary for the efficient prosecution of the work, the Contractor shall notify the Architect in advance of their use, and shall exercise every precaution to protect the completed work, neighboring property, water lines, or other underground utility. Any damages to private property resulting from the use of explosives shall be the liability of the Contractor. E. Embedment: ' 1. All pipelines shall be installed using embedment materials as defined above. F. Initial Backfilling: 1. Initial backfilling shall be completed using the same material as for the embedment as defined above. Initial backfilling shall be completed to a depth of 6" above the pipe. G. Final Backfilling: 1. Backfilling of pipelines shall include the refilling and consolidation (compaction) of the fill in the excavation up to the surrounding ground surface or road grade at crossings. All pipeline trench backfill shall be placed in layers of appropriate thickness not to exceed 24 inches; and compacted by hand or approved mechanical,methods. All trench backfill (except that under paved areas) shall be compacted to a minimum density of 85% of that of the adjacent soil as determined in accordance with ASTM D2922. 2. Where trenches are under existing or proposed paved area, the entire trench up to a point (2) feet below the existing or proposed subgrade shall be backfilled with AHTD Class 7 and compacted to 90 percent Modified Proctor Density as determined by AASHTO T-180. The remaining 2 feet shall be backfilled with AHTD Class 7 placed in 6 inch lifts and compacted to 95% Standard Proctor Density as determined by AASHTO T-99. Density shall be verified in the field by the use of a calibrated nuclear density gauge, with a minimum of three tests per project, or 1 per 100 lineal feet, whichever is greater. 3. Where the trench is located under an existing or proposed public street, the entire remaining depth of the trench (after the embedment and initial backfilled area has been installed) shall be backfilled up to the subgrade with AHTD Class 7 placed in lifts of 6 to 8 inches and compacted to 95% Standard Proctor Density as determined by AASHTO T-99. Tests shall be taken as in (2) above to verify density. 4. Backfilling around manholes shall not be completed until adequate strength has been obtained to support the backfill without damage to other manhole. Backfill will not be allowed on manholes until the concrete is at least 48 hours old except as approved by the Architect. Manholes must be vacuum tested prior to backfilling. H. Ductile Iron Pipe & Fittings: I. Install materials in accordance with Manufacturer's instructions and AWWA C 600-82, or latest edition. ' Fayetteville Senior Center 2730-4 1 I • • 2. All pipe shall be layed with the bell up -stream and installed with the use of a laser.beam ' grade light. I. PVC Pipe & Fittings: 1. Install in accordance with Manufacturer's recommendations and ASTM D 2321. 2 Stabilize unstable trench bottoms. 1 3. Bed pipe true to line and grade with continuous support from a firm base. a. Bedding depth - 4 to 6 inches. b. Material and compaction to meet ASTM standard noted above. 4. Excavate bell holes into bedding material so pipe is uniformly supported along its entire length. Blocking to grade pipe is forbidden. 5. Trench width at top of pipe - 1 a. Minimum - 18 inches or diameter of pipe plus one foot, whichever is greater. b. Maximum - Outside diameter of pipe plus two feet. ' 6. Piping and joints shall be clean and installed according to Manufacturer's recommendations. ' 7. Do not use a back hoe or power equipment to assemble pipe. 8. Initial backfill shall be 6 inches above top of pipe with material specified in referenced ' ASTM standard. 9. Minimum cover over top of pipe - a. 36 inches before wheel loading. b. 48 inches before compaction. J. Manholes: 1. Inverts shall be hand placed and shaped from the concrete poured for the base prior to the initial set of the concrete base. The invert shall be shaped and smoothed so that the manhole will be self-cleaning and free of areas where solids may be deposited. 2. The minimum thickness of manhole barrels shall be 8 inches. The barrel shall be poured ' monolithically with the base. The manhole barrel shall be of such construction so that the finished manhole will have an inside diameter of (4) feet plus or minus %z inch. 3.2 FIELD QUALITY CONTROL I I I A. General: I. All gravity lines and manholes shall be air tested, and gravity sewer lines shall be mandrel tested. All tests shall be made in the presence of the Architect and a representative of the governing water and sewer entity. Fayetteville Senior Center 2730-5 r • 1 Air testing of gravity sewer lines: ' 1. Plug all pipe outlets with suitable test plugs. Brace each plug securely. 2. Pipe air supply to the pipeline to be tested in such a manner that the air supply may be shut off, pressure observed, and air pressure released from the pipe without entering the manhole. 3. Add air slowly to the portion of pipe under test until the internal pressure of the line is raised to +/- 4 pig, but less than 5 psig. 4. Shut the air supply off and allow at least two minutes for the air pressure to stabilize. 5. When the pressure has stabilized and is at or above the starting test pressure of 3.5 psig, start the test. 6. Determine the time in seconds with a stopwatch for the pressure to fall 0.5 psig so that the pressure at the end of the time is at least 3.0 psig. 7. Compare the observed time with the minimum allowable times in the chart below for pass/fail determination. Gravity Sewer Air Testing Minimum time requirements for 0.5 psig pressure drop from 3.5 psig to 3.0 psig (not less than shown between manholes) 8" 5.0 minutes l0" 6.5 minutes 12" 7.5 minutes 15" 9.5 minutes , C. Manhole Vacuum Testing: 1. All manhole vacuum testing shall be performed with suitable apparatus made for such purpose and shall draw a vacuum of 10" of Mercury (Hg). The test shall pass if the vacuum remains at 10" of Mercury or drops to not less than 9" of Mercury in one minute. 1 D. Sanitary Sewer Mandrel Testing: 1. A mandrel of outside diameter equal to the dimensions listed in the table below ' shall be used for this test. 2. Hand pull the mandrel through the line being tested no earlier than 30 days after the trench has been completely backfilled. Any sections of the sewer not passing the mandrel shall be uncovered, repaired and retested by the Contractor. Fayetteville Senior Center 2730-6 1 1 1 Mandrel O.D. (outside dimensions): ' Sewer main Mandrel size (diameter) size (diameter) 8" 7.28" ' 10" 9.08" 12" 10.79" 15" 13.20" ' 18" 16.12" ' END OF SECTION 1 1 1 1 1 I, ' Fayetteville Senior Center 2730-7 1 • • I 11 I I I Ii 11 I I I I I I I Ii I I Ii Fayetteville Senior Center SECTION 02920 - LAWNS AND GRASSES 1.1 SECTION REQUIREMENTS A. Submit: I. Labels from original containers of grass seed 2. Certificates and labels from all sod shipments. 3. Planting Schedule for all seeding and sodding operations. 02/00 B. Sod Comply with ASPA's "Specifications for Turfgrass Sod Materials and Transportingllnstalling." C. Maintenance: Water, fertilize, weed, mow, trim lawn after establishment. Replant nonuniform, bare, or eroded grassed areas and remulch. Maintain for not less than 60 days. PART 2- PRODUCTS 2.1 GRASSES A. Grass Seed: Fresh, clean, dry, new -crop seed complying with the Association of Official Seed Analysts' "Rules for Testing Seeds" for purity and germination tolerances. I. Seed Mixture: a. Common Bermuda grass at a rate suggested by the Arkansas Cooperative Extension Service. b. Fescue lawn mixture at a rate suggested by the Arkansas Cooperative Extension Service. A. Sod Viable turfgrass sod complying with ASPA specifications, of uniform density, color, and texture. I. Species: a. Common Bermuda grass b. Zoysia grass c. Fescue lawn sod d. Sodding locations and amounts as indicated on planting plan. 2.1 SOILS AND AMENDMENTS A. Topsoil: ASTM.DS268,free of stones.] inch or larger,sticks,.clods or other debris. and. free. of noxious weeds & weed seeds. B. Lime: ASTM C 602, Class T, agricultural limestone. LAWNS AND GRASSES 02920 - • • 1 Fayetteville Senior Center 02/00 C. Peat Humus: Finely divided or granular texture, with a pH range of 6 to 7.5, consisting of partially decomposed moss peat, peat humus, or reed -sedge peat. D. Sawdust or Ground -Bark Humus: Decomposed, nitrogen treated, of uniform texture, free of foreign objects and toxic materials. E. Superphosphate: Commercial, phosphate mixture, soluble; minimum of 20 percent available phosphoric acid. F. Commercial Fertilizer: Commercial -grade complete fertilizer, consisting of percentages of plant nutrients as acceptable based on soil test conditions. G. Slow -Release Fertilizer: Granular fertilizer consisting of an analysis and rate suggested by the Arkansas Cooperative Extension Service for Lawns and Grasses. H. Straw Mulch: Clean, mildew- and seed -free or threshed oat or wheat straw. PART 3 -EXECUTION 3.1 PREPARATION A Planting Soil: To be a mixture of 3 parts top soil, I part peatmoss and 1 part builders sand, free of roots, rocks and other debris. Submit sample for approval. B. Loosen subgrade to a depth of 6 inches. Remove stones, sticks, roots and debris. Spread soil mixture in 2 layers to thickness, grades and elevations shown. C. Grade lawn areas to a smooth, even surface with loose, uniformly fine texture. Remove all debris, and stones. Moisten before planting. 3.2 PLANTING A. Seeding Lawns: Evenly distribute seed by sowing with a spreader or a seeding machine. Rake seed lightly into top 1/8 inch of topsoil, roll lightly, and water with fine spray. Protect seeded areas by spreading straw mulch at rate of 2 tons/acre and anchor by crimping into topsoil. 1. Seed at rates for grass species as recommended by the Arkansas Cooperative Extension Service. B. Sodding Lawns: Lay sod with tightly fitted joints, offsetting joints in adjacent courses. Tamp and roll lightly to form a smooth surface. Fill minor cracks between pieces of sod with soil or sand. Anchor sod on slopes exceeding 1:4 with wood pegs. Saturate sod with fine water spray within 2 hours of planting. Water as needed during establishment period C. Disposal: Remove surplus soil and waste material, including excess subsoil, unsuitable soil, trash, and debris, and legally dispose of it off Owner's property. END OF SECTION 02920 LAWNS AND GRASSES 1 02920 - 2 I Fayetteville Senior Center SECTION 02776 - POND AND RESEVOIR LINERS PART I - GENERAL 1.1 SECTION REQUIREMENTS A. Submit Product Data PART2-PRODUCTS 02/00 2.1 MATERIALS A. FLEXIBLE MEMBRANE LINER 1. 45 mil EPDM, UV Resistant Flexible menmbrane liner by Little Giant Pump Company, Oklahoma City, OK 3.1 INSTALLATION A. Follow manufacturers specifications and instructions including preparation of sub -grade surface. END OF SECTION 02776 POND AND RESEVOIR LINERS 02776 - 1 • Fayetteville Senior Center SECTION 02810 - DRIP IRRIGATION PART I - GENERAL 02/00 1.1 SECTION REQUIREMENTS A. Section Includes: Valves, piping, specialties, accessories, controls, and wiring for terrace planter drip irrigation systems. B. Contractor to submit Design Schematics and specifications of appropriate drip irrigation system for terrace planters. C. Submit: Product Data including pressure rating, rated capacity, settings, and electrical data for water meters; valves and blow valves, including general -duty, manual and automatic control, emitters, drip tubes, and devices; and controls, including controller wiring diagrams. D. Electrical Components: UL listed and labeled PART2-PRODUCTS 2.1 Architect to review product information and approve prior to installation. PART 3- EXECUTION 3.1 Contractor to follow manufacturers recommended installation instructions and specifications. END OF SECTION 02810 fDiD LDDin ATiflid ('101/1 I I I 1 1 I 1 1 Fayetteville Senior Center SECTION 03100 - SPECIAL CONCRETE FORMWORK PART 1 - GENERAL 1.! SECTION REQUIREMENTS A. Submit Product data including Size specifications and Strength capacities. PART2-PRODUCTS 2.1 MATERIALS A. CORRUGATED PAPER CARTON VOID FORMS 1. Void forms by SureVoid Products, Inc. Englewood, CO or equal. PART 3- EXECUTION 02/00 3.1 INSTALLATION A. Void forms shall be located below all grade beams, foundation walls, and cistern structural stab prior to placing concrete. B. Void forms shall be placed in a manner consistent with manufacturers specifications and instructions. END OF SECTION 03310 SPECIAL CONCRETE FORMWORK 03100-1 I SECTION 03300 I I I I I I I I I I Li I I 11 CAST -IN -PLACE CONCRETE Part 1- GENERAL 1.1 SECTION INCLUDES: A. Materials and execution of work for concrete and reinforcing steel used in the construction of concrete curb and gutter, sidewalks, thrust blocks, pipe bedding, and reinforced concrete drainage structures. 1.2 RELATED SECTIONS: A. SECTION 02520 - Concrete Curbs, Gutters and Sidewalks 1.3 QUALITY ASSURANCE: A. Consult City for concrete testing requirements. B. Concrete testing in the field, either as poured or after setting or curing shall be as required by the Architect or the applicable department of the City. The cost of all testing to demonstrate compliance with the specifications shall be the responsibility of the Contractor. The testing laboratory shall be approved by the Architect. C. Mold and laboratory cure two specimens from each test required in accordance with ANSUASTM C 31, (Standard Method of Making and Curing Concrete Test Specimens in the Field). D. Cylinders shall be tested in accordance with ANSUASTM C 39, (Standard Test Method for Compressive Strength of Concrete Specimens). E. Slump shall be determined in accordance with ANSUASTM C 143, (Standard Test Method for Slump of Portland Cement Concrete). F. Take all samples in accordance with ASTM C 172, (Standard Method of Sampling Fresh Concrete). G. Failure of any concrete test may signify a noncompliance with the specifications, the Architect and/or City official has the authority to require Contractor to reconstruct the concrete structure at no additional cost to the Owner. H. Concrete samples shall be taken every 50 cubic yards of concrete placed if directed by the Architect. The cost of all testing made at the request of the City will be borne by the Contractor. . Fayetteville Senior Center 03300-1 Part 2- PRODUCTS 2.1 Water: A. Only potable water may be used in mixing concrete and mortar. 2.2 Cement: A. Cement shall be Portland Cement conforming to the requirements of ASTM C 150, "Standard Specification for Portland Cement," Type I or IA. Type III or IIIA Portland Cement, high early strength, may be used if approved by the Architect. 2.3 Coarse and fine aggregate: A. Coarse aggregates shall be no larger than 3/4 inches. The designated range of coarse aggregate shall be 3/4 inch to No. 4. Fine aggregates shall consist of clean, sound, properly grade sand conforming to ASTM C-33. 2.4 Concrete Reinforcing: A. Where indicated on the drawings, reinforcing steel shall conform to the latest edition ofASTM A 615 and/or ASTM A 185 (Specifications for steel bars for concrete reinforcement). All reinforcing steel shall be ASTM A 615 Grade 60 unless otherwise indicated on the Drawings. 2.5 Composition and Strength Requirements: A. Concrete shall be either Class A or Class B, and shall be composed of Portland cement, fine and coarse aggregate and water proportioned in keeping with the following: Class "A" Concrete Class "B" Concrete Minimum Sacks of Cement 6 5 (Per Cubic Yard) Water (Gallons per Cubic Yard) 6 V2 6 Consistency range in 2-4 (with vibration) 2-4 Slump (Inches) 4-6 (without) 4-6 Air Entrainment (if applicable) 6% 6% B. Air -entraining agents, if used, shall conform to ASTM C 260. The total air content (entrained and entrapped air) shall be 6 percent plus or minus 1 percent. C. Proportioning of concrete shall be by weight except that water may be measured by volume. I I I I I H I I I I I I I D. Concrete strength requirements: I 1 2. Class A - compressive strength at 28 days of 3500 psi. Class B - compressive strength at 28 days of 2500 psi. I Fayetteville Senior Center 03300-2 , i • • 2.6 Concrete Usage: A. Use class A concrete for all drainage structures, manholes, curbs and gutters, and streets. B. Use class B concrete for all thrust blocks, and concrete pipe encasements. Part 3- EXECUTION 3.1 Ready -Mix Concrete: IA. Ready -mix concrete shall be delivered and placed within one hour after all materials, including mixing water, shall have been placed in the mixing drum. Each batch shall be accompanied by a load ticket with a copy for the Architect showing the concrete type, mixing ' proportions, and time mixing began. 3.2 Reinforcing Steel: ' A. All reinforcing steel shall be free from dirt, rust, mortar, or other foreign material. It shall be placed in accordance with the drawings and properly secured in position. ' 3.3 Vibration: IA. Vibration of all structural concrete is required. The use of form vibrators is not acceptable. Internal vibrators shall be capable of transmitting vibration to the concrete at frequencies not less than 4,500 impulses per minute. Duration of vibration shall be limited to the time ' necessary to provide satisfactory consolidation without causing segregation. The vibrator shall not be inserted into lower courses previously vibrated. All concrete in pipe foundations need not be vibrated if other methods produce satisfactory results. The slump of the concrete shall ' be the minimum that is practical. When vibration is used to consolidate the concrete, the slump shall not exceed 4 inches, otherwise the slump shall not exceed 6 inches. END OF SECTION IH Li H Ci Fayetteville Senior Center 03300-3 Fayetteville Senior Center 02/00 SECTION 03310 - CAST -IN -PLACE STRUCTURAL CONCRETE PART I - GENERAL 1.1 SECTION REQUIREMENTS A- Submit laboratory test reports. B. Comply with ASTM C 94; ACI 301, "Specifications for Structural Concrete for Buildings"; ACI 318, "Building Code Requirements for Structural Concrete"; and CRSI's "Manual of Standard Practice." C. Engage a qualified independent testing agency to design concrete mixes. PART2-PRODUCTS 2.1 MATERIALS A Deformed Reinforcing Bars: ASTM A 615, Grade 60. B. Portland Cement: ASTM C 150, Type 1. C. Aggregates: ASTM C 33, Class 4S. D. Air -Entraining Admixture: ASTM C 260. E. Water Stops: Bentonite expandable ribbon. F. Vapor Retarder: Clear 8 -mil- thick polyethylene. G. Integral Color Additive H. LOE 50 curing compound & anti spalling treatment by secure Inc. 2.2 MIXES A. Proportion normal -weight concrete mixes to provide the following properties: 1. Compressive Strength: 3500 psi exterior at 28 days, 2500 psi. rat slab 2. Slump Limit: 4 inches at point of placement. 3. Water -Cement Ratio: 0.45 maximum at point of placement. 4. Air Content: 5.5 to 70 percent for..concrete exposed to freezing and thawing, 2 .to 4 percent elsewhere. PART 3- EXECUTION 3.1 CONCRETING CAST -IN -PLACE STRUCTURAL CONCRETE 03310- 1 Fayetteville Senior Center 02/00 A. Construct formwork and maintain tolerances and surface irregularities within ACI 117 limits of Class A for concrete exposed to view and Class C for other concrete surfaces. B. Set water stops where indicated to ensurejoint watertightness. , C. Place vapor retarder on prepared subgrade, with joints lapped 6 inches and sealed D. Accurately position, support, and secure reinforcement. E. Install construction, isolation, and control joints. F. Place concrete in a continuous operation and consolidate using mechanical vibrating equipment (excluding concrete placed in `Faswall' wallforms (see section 04820)). G. Protect concrete from physical damage or reduced strength due to weather extremes during mixing, placing, and curing. H. Formed Surface Finish: Smooth -formed finish for concrete exposed to view, coated, or covered by waterproofing or other direct -applied material; rough -formed finish elsewhere. 1. Unformed Slab Finishes: Scratch finish for surfaces to receive mortar setting beds. Troweled finish for floor surfaces and floors to receive linoleum or other floor coverings. Trowel and fine broom finish for surfaces to receive thin -set tile. Non -slip broom finish to exterior concrete platforms, steps, and ramps. I. Cure formed surfaces by moist curing until forms are removed. K. Begin curing unformed concrete after finishing. Keep concrete continuously moist for at least 7 days. L. Contractor will engage a testing agency to perform tests and to submit test reports. M. CISTERN CONCRETE 1. Provide 1 1/2 -inch x l 1/2 -inch (approx) key at joints between floor and walls, and at all construction joints. 2. Use no curing compounds on concrete that is to receive capillary waterproofing. 3. Give all concrete that is to receive capillary waterproofing a rough wood finish. 4. Coordinate work with Waterproofing Contractor when capillary waterproofing is to be applied to fresh concrete and floated into finish. N. Protect concrete from damage. Repair surface defects in concrete. ' O. Verify with architect which concrete slabs will receive integral color. Color to be selected by Architect and or owner. Color is to be added to the concrete mix in a manner consistent with the manufacturers instructions and specifications, scope of work and color. Addendum #5 3.2 EXTREME WEATHER PLACEMENT A Cold Weather Placing: Protect concrete work from physical damage or reduced strength which could be caused by frost, freezing actions, or low temperatures, in compliance with ACI 306 and as herein specified. ' B. Do not place concrete (under conventional procedures) unless air temperature is 40 degrees F and rising. , CAST -IN -PLACE STRUCTURAL CONCRETE 03310-2 1 1 • • I I I I I II I Ii IT I iI I I I I I Faye teville Senior Center C. If air temperature is predicted to fall below 40 degrees F during the night, do not place concrete after midday unless temporary heat is provided to maintain air temperature of 45 degrees F or above. When air temperature is expected to fall below 40 degrees F and with prior approval of Architect, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 degerees F, at point of placement. D. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade. E. Do not use calcium chloride salt or any materials containing antifreeze agent. F. Hot Weather Placing. When hot weather conditions exist that would seriously impair quality and strength of concrete, place in compliance with ACI 305 and as herein specified. G. Wet forms thoroughly before placing concrete. All interior 6'/." composite slabs are to be poured with lightweight concrete (110 p.c.f) Integral color by Davis Colors - Harvest Goldenrod (2 lbs. Per 94 lb. Sack) 5084 Interior colored slabs toe cured using Davis W-1000 clear END OF SECTION 03310 CAST -IN -PLACE STRUCTURAL CONCRETE 03310-3 I • • Fayetteville Senior Center 02/00 SECTION 03450 - PLANT -PRECAST ARCHITECTURAL CONCRETE PART I- GENERAL 1.1 SECTION REQUIREMENTS A. Engineer, fabricate, and install precast units to withstand design and handling loads. B. Submit Shop Drawings,samples and structural analysis data. ' C. Fabricator must be designated a PCI-Certified Plant, Product Group Al. D. Comply with PCI's "PCI Design Handbook —Precast and Prestressed Concrete," PCI's "Manual for Quality Control for Plants and Production of Architectural.Precast Concrete Products,".AWS D1.1, and AWS D1.4. ' PART 2- PRODUCTS 2.1 MATERIALS A. Deformed Reinforcing Bars: ASTM A 615, Grade 60 (ASTM A 615M, Grade 426). ' B. Steel -Welded Wire Fabric: ASTM A 185, plain, cold drawn. C. Portland Cement: ASTM C 150, Type I or Type III, of one color and from same null. D. Normal -Weight Aggregates: ASTM C 33, Class 55, and PCI requirements. 1. Face -Mix Aggregates: Selected, hard, and durable; [uniformly graded] [gap graded]. E. Coloring Agent: ASTM C 979. F. Air -Entraining Admixture: ASTM C 260. G. Chemical Admixtures: ASTM C 494. Do not use admixtures containing chlorides. 2.2 ACCESSORIES ' A. Steel Shapes and Plates: ASTM A 36 (ASTM A 36M). B. Bolts and Studs: ASTM A 307, Grade A (ASTM F 568, Property Class 4.6); carbon -steel, hex -head bolts and studs; carbon -steel nuts; and flat, unhardened steel washers. C. Accessories Finish: [Hot -dip galvanize steel items according to ASTM A 153]. [Prepare surfaces of ' steel items according to SSPC-SP 3 and shop apply fast -curing, lead and chromate -free, VOC- conforming, universal modified -alkyd primer according to SSPC-PA 1]. ' 2.3 CONCRETE MIX Or A apr no Cr A Cr ADrLrrrcr'n iD A rnxirD cTQ MAGI 7 Fayetteville Senior Center 02/00 A. Proportion normal -weight concrete face and backup mixes to provide the following properties: 1. Compressive Strength: 5000 psi (34.5 MPa) at 28 days. 2. Water-Cementitious Materials Ratio: 0.40 maximum. 3. Colored concrete (bone white) 2.4 PRECAST UNITS A Fabricate architectural precast units straight and true to size and shape with exposed edges and comers precise and true. Comply with the PCI fabrication tolerances. B. Finish: To match Architect's design reference sample and color selection finish to be smooth C. Replace precast concrete units deficient in strength, manufacturing tolerances, and finishes. PART 3- EXECUTION 3.1 INSTALLATION A Install clips, hangers, and accessories. B. Install precast units level, plumb, square, and true, within erection tolerances recommended by PCI. C. Anchor precast units in position by bolting, welding, grouting, or as otherwise indicated D. Clean and wash exposed surfaces of precast units after erection to remove markings, dirt, and stains. END OF SECTION 03450 1 I 1 1 I DT AXTT nDrf AC ADrtn'rrrr. TD AT rnXTrVrTc AQACA 1 Fayetteville Senior Center I I [J I SECTION 04810 - UNIT MASONRY ASSEMBLIES PART 1- GENERAL 1.1 SECTION REQUIREMENTS A. Comply with ACI 530. 1/ASCE 6/TMS 602. 02/00 PART 2- PRODUCTS 2.1 MASONRY UNITS A. Concrete Masonry Units: ASTM C 90; Weight Classification, Lightweight; Type U, nonmoisture- controlled units. 1 2.2 MORTAR A. Mortar: ASTM C 270, Proportion Specification. 1. Do not use calcium chloride in mortar. 2. For masonry below grade, in contact with earth, reinforced masonry, and where indicated, use ' Type S or RS. 3. For exterior, above -grade, load -bearing and non -load -bearing walls and parapet walls; for interior load -bearing walls; for interior non -load -bearing partitions, and for other applications where another type is not indicated, use Type N or RN. ' 2.3 JOINT REINFORCEMENT A. Provide joint reinforcement formed from galvanized carbon -steel wire, ASTM A 153, Class B-2, for exterior walls. ' 1. Wire Diameter for Side Rods: 0.1875 inch. 2. Wire Diameter for Cross Rods: 0.1875 inch. ' 3. For single-wythe masonry, provide ladder design. 4. For multiwythe masonry, provide ladder design with 3 side rods tab design with single pair of side rods. 2.4 MISCELLANEOUS MASONRY ACCESSORIES ' A. Extruded -Polystyrene Board Insulation: ASTM C 578, Type IV. B. Masonry Cleaner: 1/2 -cup tetrasodium polyphosphate and 1/2 -cup laundry detergent dissolved in 1 gal. of water. I UNIT MASONRY ASSEMBLIES 04810-1 Fayetteville Senior Center 02/00 PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A Cut masonry units with motor -driven saws. Install cut units with cut surfaces and, where possible, cut edges concealed B. Stopping and Resuming Work: In each course, rack back units; do not tooth. 3.2 FIELD QUALITY CONTROL A. Owner will engage a qualified independent testing agency to perform the following tests for each 5000 sq. ft. of wall area or portion thereof. 1. Mortar Properties: ASTM C 270. 2. Mortar Composition and Properties: ASTM C 780. 3. Grout: ASTM C 1019. 3.3 CLEANING A. Clean stone masonry veneer as work progresses. Remove mortar fins and smears before tooling joints. B. Final Cleaning: After mortar is thoroughly set and cured, remove large mortar particles and scrub unit masonry. 1. Wet wall surfaces with water, apply cleaner, then remove cleaner by rinsing thoroughly with clear water. END OF SECTION 04810 UNIT MASONRY ASSEMBLIES 04810-2 I Ecologically Responsible Concrete Structures I pp General Application and Technical Information I Also refer to Screen Grid Section of Prescriptive Method For Insulating ' Concrete Forms In Residential Construction Published By The Portland Cement Association. L I i r AS ' K -X INDUSTRIES INCORPORATED Post Office Box 180 Windsor, SC 29856 Phone 803 642-9346 Fax 803 642-6361 2 `e • 1 8.00 I 1 8.00 LARGE CORE WALLFORM 11.50 16.00 CORNER WALLFORM SPLIT - DOUBLE WALLFORM I i i 1 i .i 1 4112 �f f� CONCRETE , BEAM END VIEW - TYPICAL WALL LAY-UP (REDUCED SCALE) I (GENERAL INFORMATION .ryyryy,.�yVwM�.wyvavaq...V�V�.yvwwamamVMAw.MV...MV.W...aV.Mww.Yw.WMN...MV.vaMVwv.MW.M1YN.-..v..MM.nVaanvv.W.YWYMV vu ::v...:.aN:pMK...Gy The following technical notes are recommended instructions for the practical use of FASWALL Building Sys- tems. Jobsite conditions, worker experience, or other factors may sometimes make it necassary to deviate from these instructions, but under no circumstances should applicable building codes or standard construc- I tion practices be ignored. WALLFORM DEFINITION ' Wallforms (WE or form blocks) are cast from wood -concrete, a mixture of K -X® Aggregate (mineralized wood chips) and portland cement. The wallforms are designed as stay -in -place wallforming units which become part of a load -bearing wall only after being filled with reinforced concrete (See Figure 1). I Li [1 I I I I J Li FIGURE 1 It is important to note that FASWALL wallforms are not designed as load bearing concrete masonary units, and mortar should be used only as a bed for leveling the first course of wallforms on a footing or slab that is uneven. UNLOADING AND CONTROL OF WALLFORMS ON PALLETS Carefully unload the wallform pallets,. placing them on level ground close to the jobsite where they will be used. When unloading by hand, use caution and avoid reckless handling of the watlforms. Check each pallet for wallforms that have been damaged in shipment. After examination of the shipment, set aside on a separate pallet any wallforms that have been cracked or broken and are not safe for use. It is important to notify the distributor or manufacturer so that arrangements can be made for the replacement of the defective wallforms. All damages should be noted on the trucking company's delivery ticket and the driver should verify the damage and sign the papers before the truck leaves the jobsite. Claims for damaged prod- ucts should be made promptly and the distributor of the FASWALL should be made aware of the claim LAYOUT OF THE JOBSITE (FIGURE 2) Thoroughly study the building plans and make note of all details that must be given special consideration throughout the project. The footing or slab should be checked with a level to assure accuracy. Areas of the footing/slab that are uneven should be marked with a black marker. Starting with the perimeter walls, determine the best wallform layout using combinations of the 8" and 16" modular wallform sizes (8" high). Use a red marker to layout on the footing/slab the placement of vertical rebars. Use an orange marker to layout on the footing/slab the locations of door and window openings. Use a blue marker to layout on the footing/slab the positions of electrical conduits or pipes. DOOR OR WINDOW OPENING WALL LAYOUT R = REBAR LOCCATION FIGURE 2 WALLFORM ERECTION _LU_1tL1U R R R Before workers begin to lay the wallforms, they must understand that the forms are not conventional concrete blocks. FASWALL wallforms must be handled with more care and placed more carefully in order to make proper use of the precise sizing and interlocking design. If there are any questions about the proper use of FASWALL building systems, do not hesitate to contact the FASWALL distributor or manufacturer. In order to realize all the benefits and advantages of the system, it is vitally important that the system be used correctly. NOTE: • FASWAII wallforms have a rough surface and are cut with carpenter's tools (carbide tipped saw blades, etc.). Workers should wear eye protection and gloves when cutting and handling the wallforms. • Wallforms must be layed tight with no spaces between adjoining forms. adjust the positions of the wall - forms with a fist, the heel of the hand, or by striking a piece of wood placed firmly against the form. never strike the wallform with a hammer. 1. FOUNDATION/SLAB DESIGN 1.1. Foundations/slabs shall be designed/engineered and constructed in accordance with all applica- ble building codes and ordinances. The design professional can use the following information in the calculation of the dead weight of the completed FASWALL wall assemblies. These weights should be considered in the foundation/slab design. See Table at top of page 3. I I F, I I Ii I I I I I L I J Li Pa r I I I I [I I 1 H I WALLFORM WIOTH/TYPE 8WALL HEIGHT (12 ROWS WALLFORMS) 17' WALL HEIGHT (25 ROWS WALLFORMS) (AVERAGE WET WEIGHT FIGURED PER LINEAL FOOT) 11-I/2' HEAVY DUTY 1002 LBSLF 2292 LBS/LF 114/2- DOUBLE 828 LBSLF 1759 LBS/LF 11-11"20 HEAVY DUTY WITH INSULATION 942 LBS.LF 2001 LBSLF FIGURE 3 FIRST COURSE 2.1. One should have the necessary materials on hand for framing the rough window and door open- ings; using 2x8 or 2x10 lumber with 11-1/2" wide walltorms. Window and door framing can be left in place or removed after the concrete ntill has been completed and cured. 2.2. Layout windows and doors so that full modular wallform sizes are used to complete the walls. Cut- ting of walltorms should be avoided whenever possible. If it is necessary to cut walltorms, locate the cuts between windows and doors and maintain whole wallform units around the openings. 2.3. Setting the first course properly is absolutely essential for the construction of a level, plumb. and square structure. Because footings and slabs are never 100% level and true, the first course should be set in a 1/2" inch thick mortar bed which will allow for accurate leveling and squaring of the first course (Figure 3). We suggest that the first course be layed as follows: • In order to avoid working with a too dry mix, work 10'sections of wall at a time. • Use a string and a 4' level to properly align and level the walltorms. Check positioning of walltorms fre- quently to assure control of all three planes. With FASWALL, "close" is not good enough. Proper con- struction requires accuracy. • Some workers will benefit from the erection of 2x4 lumber bracing for the more rapid and more accu- rate (vertical) layup of corners. By erecting the corners first, stringlines can be pulled which will enable rapid positioning of the courses in-between. • Always make certain that the male and female ends of the walltorms mate properly. They are designed to fit together tightly, assuring maximum insulation value and fire resistance. DO NOT use fasteners (nails, screws, etc.) to join wallforms. 1 3 First Course, Continued: ' • When a wallform has been cut to a shorter length and placed within a course, fasten a piece of 1/2" ply- wood over the cut end and the joint with the next form before placing concrete within it. The plywood should be securely screwed into the solid webs of the wallforms adjacent to the cut. Proper attention to this detail will assure that the cut wallform will hold up when the forms are filled with wet concrete (See Figure 4). SECURE SHORTENED WALLFORMS TO ADJACENT FORMS WITH PLYWOOD PATCHES FIGURE 4 3. PLACING SUBSEQUENT COURSES AND PREPARING FOR CON- CRETE FILL. 3.1. As subsequent courses of wallforms are set, DO NOT stagger the vertical joints. Stack the forms one directly over the other so that the columns will be correctly and fully formed. 3.2. As the courses are layed up, use thin wooden shims to correct any irregularities of either level or plumb. 3.3. The proper placement of reinforcing (whether steel or fiberglass) is very important. Because the FASWALL system is an engineered wall assembly, both vertical and horizontal bars must be cor- rectly located. NOTE: It is not necessary to lie the minimum 12" overlapping rebars to assure a flexible, mono- lithic post and beam structure (which is best for earthquake and hurricane resistance). 3.4. After setting wallforms to a height of 4'to 5, make certain that all electrical conduit is in place and that all framing and bracing for windows and doors is in place. Also double-check to verify that all cut wallforms have been reinforced or braced with plywood. 3.5. Call the building inspector and/or the licensed engineer to examine and approve the progress of the installation. I I I I I I LJ J I I I I I I ' 4. PLACING THE CONCRETE ' 4.1. FASWALL is designed for use with concrete having a minimum strength of 3000 psi; the aggre- gate should be pea gravel no larger than 3/8" in diameter. Concrete slump should be approxi- mately 6'. Concrete that is too stiff will not flow properly into the horizontal cavities and will cause ' incomplete beam formation. Concrete that is too fluid will reduce strength of the concrete and also create tremendous inertial pressures that could cause blowouts. 4.2. Use a small concrete pump with a 2" hose (which provides better control) or a crane with a 4-5 f3 ' hopper. IMPORTANT NOTE: Pumping equipment with larger diameter hoses will likely have much higher pressures that might cause dam- age to the wallforms. 4.3. Concrete must be placed very carefully, so that no unequal pressures are created. It is recom- mended that the pump hose be gradually moved back and forth over a 5' to 6' length of wall until it is filled. This method will provide a more uniform distribution of the concrete mix. Do not allow the mouth of the pump hose to contact and possibly damage the wallforms. 4.4. There is no need for electric vibration of the concrete while filling the wallforms. Properly mixed ' concrete will flow very well throughout the cavities. Typically, a simple "rodding" motion, done by stroking the vertical reinforcing bars up and down, will consolidate the concrete. When rodding is being done, care should be taken not to hit the webs of the walltorms. ' 4.5. To insure proper bonding of the concrete mix between lifts, the top 3" to 4" of the top course of the previous lift must not be filled, and the vertical rebars must extend out of the concrete a minimum of 12". ' NOTE: Although the concrete will mechanically set overnight and secure the positions of braced window and door openings, the assembly should not be disturbed for at least 12 days. In order to realize the true design strength of the wall assembly, it is recommended that ultimate loading be ' avoided for at least 28 days. 4.6. All subsequent lifts and special conditions such as lintels should be layed-up using the same techniques and conditions as described above. ' 5. LINTELS 5.1. The wallform configuration is capable of performing as a self-contained lintel for a variety of win- dow and door applications. A review of typical lintel applications is provided (Figures 5 and 6), but it is recommended that a design professional be consulted for actual construction details. ' 6. FLOOR ATTACHMENT SYSTEMS 6.1. When an intermediate floor system is designed into the FASWALL structure, it is generally I. assumed to be of wood. Because these floors do not have components that can adequately sup- port the dead weight of the subsequent wall assembly above it, the typical design criteria is to "hang" the floor from the inside of the wall structure. This technique involves the use of a perime- ' ter rim joist that is secured to the vertical wall by a series of "hooked" 1/2"x8" anchor bolts that are cast into the concrete core of the wall through the side of a wallform (Figure 7). 6.2. After the location of the rim joist for the floor is layed-out on the wall, the locations of the anchor ' bolts are also marked on the surface of the wallforms, on a vertical centerline visually above the top edge position of the rim joist (Figure 7). 6.3. The rim joist is then held in position on the wall and the vertical centertines of the anchor bolt loca- ' tions projected and marked through the center of its width. At these points, 1/2" holes are drilled through the rim joist (Figure 7). ' 5 1 8' HALF 16- WHOLE l 10'-0" SINGLE COURSE LINTEL WITH TYPICAL 2x8 FRAMING AND BRACING (WINDOWS ARE FRAMED IN SAME MANNER WITH BRACING AS REQUIRED) 1 1 1 1 1 --- L 1 ----- - ------ 1 1 1 1 1 1 , 1 , 1 1 : I 1 I I 1 I I 1 , I 1 I , 1 1 1 I i , I , I FIGURE 5 ' II Ia BEAM CUT MUST BE ENLARGED AS SHOWN BY DASHED LINE I II-I!2' i.• q uc '. : L.. 24.1 •1 . Avlosu�Rr 2%IBSUPPGRT 2%I0SUPPORT2%,0 SUPPORTFRAMING FLUMMG FRAMING 4-5 6' - 8' 4-7 81-10, LINTEL DOUBLE DOUBLE TRIPLE LINTEL LINTEL LINTEL 44 PEBAR ,5 REBAR 44 REBAR ,5 REBAR 41rDEEP 412 DEEP BASE CHANNEL BASECHANNEL REINFORCING DESIGN. THESE ARE TYPICAL DESIGNS FOR EXAMPLE ONLY. P.E. MAY CHANGE CLEAR SPAN I CAPACITY: LBS/LIN.FT. STEEL REBAR SIZE (CITY) (OR 1-1/2) COURSE TWO COURSES ONE COURSE TWOCOURSES ' 700 100064 (2) 64 (3) " 800 130064 (2) 65 (3) " =IN.ONEIN.ONE 800 64(4) " 600 65 (5) " 250 500 65(5) 65(5) FIUUHt b rI I I L I I L H I I I I L I I I I M I II I I I 11 1 1 I I I I I I H H H I Floor Attachment Systems, Continued: 6.4. After the holes are drilled through the rim joist, the rim joist is again held in postion on the wall and the holes used as templates to mark the precise locations of the anchor bolts on the wallforms. Using a circular "hole -saw" mounted in a 1/2" drill, a 3" diameter hole is cut into the side of the wallform at each anchor bolt location. 6.5. The 112"x8" anchor bolts are then affixed, with nuts and washers, through the 1/2" holes in the rim joist (Figure 7). 6.6. The rim joist, with anchor bolts affixed, is now positioned on the wall with the "hooked" ends of the anchor bolts inserted into the 3" diameter holes in the wallforms. While the rim joist is held in posi- tion, it is secured to the wall with 4" coarse -thread sheet rock screws (Figure 7). 6.7. When the concrete is placed, great care should be taken to make sure it is well consolidated around anchor bolts and that it completely fills the 3" diameter holes in the wallforms (Figure 7). MARK ANCHOR BOLT POSITIONS ON WALL ABOVE RIM JOIST / SECURE RIM JOIST WITH MARK TOP EDGE OF / 4' SHEET ROCK SCREWS RIM JOIST ON WALL \ ,I MARK TOP CENTER OF RIM JOIST--------------.-4- PROJECT ANCHOR BOLT LOCATIONS TO CENTER OF RIM JOIST WHEN CONCRETE IS PLACED. MAKE CERTAIN THAT IT IS WELL CONSOLI- DATED AROUND THE ANCHOR BOLT AND THAT IT COMPLETELY FILLS THE 3' DIAMETER HOLE IN THE FORM FIGURE 7 7. ROOF TRUSSES AND COMPONENTS 7.1.Determine the necessary layout pattern for the anchoring devices, taking care to make sure that they are centered in the wallform cores. 7.2.Anchor bolts or steel plates for the attachment of the roof structure must be deeply imbedded into the concrete fill while the mix is still workable (not more than 60 minutes after placing the concrete). H 7 8. FASTENING FIXTURES ONTO WALLS 8.1. Depending upon the weight and function of the attachment, it is recommended that appropriate mechanical fasteners be anchored directly into the concrete core. 8.2. For some applications, fastening directly to the wallform can be successful: • Coated sheetrock screws can be used if one maximizes the depth of penetration into the wallform. Choose a fastener that will allow at least a 2" cut into the wallform. Do not install Easterners with high - torque tools that might "strip -out" the fastener hole. • Pneumatic nail guns have been used successfully to attach dimensional lumber. The key concerns are [hat cement coated nails must be used, and that two nails are driven in at right angles to one another. This technique creates a locking design that sufficiently resists pull-out. 9. ELECTRICAL CONDUITS , 9.1. It is recommended that wiring be run inside conduit placed within the concrete cores. Placing wir- ing in conduit allows it to be easily replaced if so desired at a later date: • Carefully plan and coordinate the placement of wiring conduit within the wallform assembly as it is layed-up. This will allow the most efficient labor management and cooperation between tradesmen of the jobsite. • Conduit can also be placed within grooves routed into the wallform surface. This technique is especially useful for circuits run after the wallforms have been filled with concrete. 9.2. To rout grooves for surface installation of wiring, either within conduit or not, use an electric router fitted with a 5/8" x 2" carbide router bit. Rout the groove as needed, making sure that the depth of the cut is adequate to lay the wiring out of reach of any fasteners (nails, screws, etc.) that might be used when finishing the wall or attaching fixtures: • After the wiring is layed into the groove, use a quick -setting mortar to fill in the groove. 10. SURFACE TREATMENT 10.1. Before any surface finish is applied on any part of the wall structlure, it should be decided what kinds of finishes will be used throughout the structure. In all cases, it is recommended that either the whole interior or exterior surface of the wall structure receive a scratch (or brown) coat of stucco or plaster. This will fill in any small spaces between wallforms or any other surface voids (nicks, scratches, etc.). 10.2. The exterior above grade surface of the wall structure must be finished (weather -proofed) in order to realize maximum effectiveness of the FASWALL system. • An economical choice (or most types of FASWALL construction is a two -coat stucco finish. The first coat (scratch, or brown coat) should be applied no thicker than 1/8" or as specified by the stucco man- ufacturer; a jobsite mix of 3 to 1 (sand to cement) mortar, with an addition of 10% lime or masons' cement, will work well. For projects that will have a final hardcoat/finish exterior stucco application, use ' a finishing stucco which will form an air permeable finish (to maintain breathing wall effect). After the scratch/brown coat has bonded with the wallform surface, allow 5-7 days for curing and shrinkage to take place. NOTE: By this time (depending upon the temperature and humidity), very fine hairline cracks will appear in the scratch coat. These will later be covered with the final wall finish (stucco, wood or vinyl siding, etc). ' • If an exterior siding is used, furring strips must first be fastened to the wallforms and the siding then fas- tened to the furring strips. The furring strips should be attached to the wallforms with long screws or ' nails which penetrate deeply into the web of the wallform. The use of a construction adhesive to 8 1- I enhance the bond is recommended. If nailing into the area of the core, use galvanized nails of sufficient length that, when they are driven into the wallform at an angle, they will penetrate slightly into the con- crete. I. If another exterior surface treatment is desired, consult your distributor or the manufacturer for recom- mendations. 10.3. The exterior below grade surface of the wall structure must be coated with a waterproofing mate- ' rial in order to make FASWALL forms suitable for foundations. Ail foudations built with FASWALL wallforms must be coated with a simple parge coating to seal all surface voids. I I I I I I I I H , Li Li Li • For some applications without living space inside, such as frost foundations, a parge coating is suffi- cient when used in conjunction with an adequate drainage system. • For true basement ffoundations, in which there is living space, it is recommended that a waterproofing material be applied over a parge coating. These materials have the capability to perform as real water barriers that will prevent any movement of water through the wall structure. Examples of these materi- als are bentonite clay, cold/hot applied rubberized coatings. synthetic sheeting materials, and latex modified cementitious coatings. • Equally important to the effectiveness of any waterproofing system is adequate drainage. There are several products available to provide "in -plane" drainage throughout the full height of the basement wall. These, coupled with properly designed footing drains, will take the water away before it has the chance to become a problem. 10.4. The interior coating on a basement wall can be addressed in the same way as the exterior coating is described in 10.2.a. • Following the scratch/brown coat, many varieties of finishes and textures can be obtained with a finish plaster coat or cement hardcoat. • Drywall is an excellent choice for an interior finish because it can be easily applied. Review the fastener notes in 8.2. 11. FASWALL R -VALUE CALCULATION ..1 Y(tp IS J .'., .. .. ' Y ., a „: DOUBLE '' P '. HEAVY DUTY HEAVY DUTY Y ti -12"X t6 '11-0/2''%16' -112 %16'-t, 'If X 16' :-'c-: WITH t•tNSULATION •- -WfTH 2"INSULATION WALL COMPONENT:,-; . .... --'. . R -VALUE ,. ..'I - ftVALVE,-' :. R VALUE :?,' -ft�VALUE -"- 7 c Outside .Air I 0.I71 D.'7' 0.07; 0.07 Face Bricks 0. I 0 0. 0 Basic Plus Stucco Finish ! 0.08 0• 0.08. 0.08 FASWALL Our Average 7TIlckness W ...� - .�.'. WoodConcrete .. - t279 '. -.n a/ 7f.0f _ 1- Insulation Bat in core o 0 3.511 2- Instation Sa: In Car 0. 0 0' 7.01 6Wide Concrete i 0.661 0. 054 . 0.54 7 -12 -Wide Concrete 0 0.741 0' 0 Thermal Mass Factor of Concrete Fill i 4.51 5.02 451. 451 7/2- Dryval! 0.45 0.35 0.45. 0.45 Insi�e Ac I ' 0.611 0.61 0al� 0.61 TOTAL RALUES 19.I7I -' 18.42 1 I. ' 20:78 f 2029 I 9 TYPICAL TWO-STORY BUILDING CONFIGURATIONS (FOR EXAMPLE ONLY. ACTUAL CONSTRUCTION TO BE SPECIFIED BY LICENSED P.E.) 2x10 TOP PLATE SECURED WITH ANCHOR BOLTS BRICK VENEER 11-1/2' FASWALL f WALLFORMS (8 HIGH) CONCRETE FILL CREATES POST AND BEAM GRID AS �I AS SHOWN INFIGURE 1. HI REINFORCED SLAB FLOOR CUT SECTION OF WALLFORM (To Avoid Thermal Bridging) HORIZONTAL REBAR VERTICAL REBAR (OVERLAPS 1'-0') MORTAR BED STUCCO EXTERIOR FINISH HORIZONTAL REBAR FOUNDATIONS - 11 -1/Y FASWALL WALLFORMS- USE CEMENT OR ASPHALT COATING WHEN IN CONTACT WITH SOIL REINFORCED SLAB FLOOR HORIZONTAL REBAR PRE-ENGINEERED ROOF TRUSSES SECURED WITH HURRICANE ANCHORS DRYWALL NAILED TO WALLFORM OR HARDCOAT INTERIOR FINISH VERTICAL REBAR (OVERLAPS 1'-O') PLYWOOD FLOORING 11-1/2" FASWALL WALLFORMS (8" HIGH) CONCRETE FILL CREATES POST AND BEAM GRID AS AS SHOWN IN FIGURE 1. 2X12 FLOORJOIST ON U -GRIP JOIST HANGER (ACTUAL JOIST SIZE VARIES WITH SPAN) MORTAR BED STRIP FOUNDATION 1 1 1 1 I I I 1 1 • • n ® O COmmEnCIiL TESTING COmPrnw STANDARD TEST METHODS FOR FIRE TESTS OF BUILDING CONSTRUCTION AND MATERIALS ' ASTf E I19-88 Description of Test: Wallforms (WF) Nonbearing Cement -Fiber Units ABSTRACT I I Li Li I I I I On February 9. 1991, a wall assembly was tested for Faswall Concrete Systems of Augusta, Georgia. The test was conducted in accordance with the American Society for Testing and Materials Standard Test Method E 119-88. "Standard Test Methods for Fire Tests of Building Construction and Materials." Tests of Nonbearing Walls and Partitions. The purpose of the test was to evaluate the fire resistance of Wallforms (WF), a modular unit consisting of created wood pinchips and cement. For this test, the units were used to construct a test wall wherein the cores were filled with steel reinforced concrete and both faces finished with plaster. The object of the test was to evaluate the duration of this assembly. constructed of materials conforming in quality and physical properties described in this report, to contain a fire and retain its structural integrity during a predetermined cesc exposure. The test exposes a specimen to a standard fire exposure controlled to achieve specified temperatures chroughouc a specified time period, followed by the application of a specified standard fire hose stream. Although the exposure may not be representative of all fire conditions, is does provide a relative measure of the fire performance of comparable assemblies under specific fire exposure conditions. It is the intent that classifications shall register performance during the period of exposure and shall not be construed as having determined suitability for use after fire exposure. The wall s tested performed satisfactorily for a Fire Resistance Rating o flours. Report Number 27050 Prepared for: Faswall Concrete Systems Test Number 2178-7004 February 9. 1991 CO2BIERCIAL TESTING COMPANY Calculations and work sheets reviewed and approved by: E cis W. Miles. Jr. Standard Test Method for TABLE I1 - TEST RESULTS SURFACE BURNING CHARACTERISTICS Flame Spread Smoke Density OF BUILDING MATERIALS Test Specimen Index Developed ASTM E 84-89a GRC board 0 0 Red Oak Flooring 100 100 Faswall Wallform System 0 0 ' Although deleted from the Standard in 1977, some agencies may require Fuel Contribution for approval of a material. While ASTM E 84-89a makes no provision for measuring Fuel Contribution, it may be calculated in accord- ance with E 84-75. For the material tested. Fuel Contribution is 0 when calculated in this manner. ' TABLE III - OBSERVATIONS WRING TESTING The material did not ignite. The maximum temperature recorded during the test was 564•F. RIVER$AN ACOUSTICAL 0ASORan' ORI fl OF 1512 BATAVIA AVENUE III RESEARCH INSTITUTE 630/232-0104' GENEVA, ILLINOIS 60134 FOUNDED 1918 BY REPORT WALLACE CLEMENT SABINF� K -X Industries, Inc. RALT-TL98-195 10 September 1998 Page 2 of 3 TEST RESULTS Sound transmission loss values are tabulated at the eighteen standard frequencies. A graphic presentation of the data and additional information appear on the following pages. The precision of the TL test data are within the limits set by the ASTM Standard E90-97. FREQ. T.L.. C.L.. DEF. FREQ. T.L.. C.L.. DEF. 100 39 0.28 0 800 62 0.32 0 125 39 0.12 0 1000 65 0.30 0 160 37 0.20 5 1250 68 0.24 0 200 38 0.24 7 1600 70 0.26 0 , 250 41 0.31 7 2000 70 0.19 0 315 47 0.28 4 2500 63 0.18 0 400 49 0.29 5 3150 62 0.18 0 500 55 0.39 0 4000 62 0.11 0 630 58 0.34 0 5000 64 0.10 0 SIC = 55 ' ABBREVIATION INDEX FREQ. = FREQUENCY, HERTZ, (cps) ' T.L. = TRANSMISSION LOSS, dB C.L. = UNCERTAINTY IN dB, FOR A 95% CONFIDENCE LIMIT DEF. = DEFICIENCIES, d6<STC CONTOUR SIC = SOUND TRANSMISSION CLASS Tested & Reviewe ubmitted b , Dean Victor Aeter Straus Senior Experimentalist Senior Experimentalist THE RESULTS REPORTED ABOVE APPLY ONLY TO THE SPECIFIC SAMPLE SUBMITTED FOR MEASUREMENT. NO RESPONSIBILITY IS ASSUMED FOR PERFORMANCE OF ANY OTHER SPECIMEN ACCREDITED BY DEPARTMENT OF COMMERCE, NATIONAL VOLUNTARY LABORATORY `4M (Th ACCREDITATION PROGRAM FOR SELECTED TEST METHODS FOR ACOUSTICS. ICJ " THE LABORATORY'S ACCREDITATION OR ANY OF ITS TEST REPORTS IN NO WAY CONSTITUTES i. a 1 ' 1i ' : I I /-I . 7 \9+ ♦ • r/\ ` j ♦• ^r r J /r S ' / •: ♦IY• Fyn C ti— .�f •9 yr •i. �yl•\ ' / • r/!! _../ l `-e^ ni Hr��li.'J V Y'N} J•111 •,r {111 Y �i�g! I / ( r/ /-'••' � fr�'•n'.!/� v !„_r J, tt yrrl�f •cf:i'♦ /�•'' 1 a:H,:2;.: e I' �~ vY /C' �lti �• a a j.. [L.i.'lT$ M r�i y(j v {J ��.. u ♦ ,• t • !If•? �`� .a.yT�i �;w t i{ •I T..1 \� u fa I ♦ ♦ I "f� •f C'1 Rn �'I r Ir' '. Y .+L si Y.. 1:�.//Y�.•♦ i 'il .! r•).1. 1?T♦"�'rJ• .1ii �r+,� M. TT: YSJ�3Y�� J 1 L k . ♦ ';;:1r-:.1 ' w / .a ( !! i 'f . « S tI _i • IirrR NII� - Tr i t .tt' ;A.•J' �!' -: / • ` o rJl-V .r .J.-µ�1"i -• H 1.4 11l C. a'f 'l i. + 1 L a`4 •.1...9.4. dl; /♦'� i •I J . >j::.JT t.. \.i Ir rl! I( ✓r I/(! acv }�� � • as r _ / ♦ /1 / •/ a t,•I ♦.1 .r. - - yl ..I in • ' • ♦F .) /� / ♦ Psif' rl t I r A.l f I r Ih� `/,f/�` l - ♦ A irrl •v.. . +•ty Rfi.,*♦l .'.) J • "a l♦ 11'♦ 6J F.P¼I a• .. Vr" ^ Y ' r r 1 r -/J i ' iv Jll 1y "W-iir'•Y-r!• Yt �• `a u •'- C-- / >r^ VF.•yy (.^j•r.ryr+.'Ln , i a r ♦ • •rte I••f•Ly � 3)l _ .D?t - I V ♦ 1r�ruY= /.j�JPrl1/ / ? w4•�i�" � /'y, a �' .arl ^� p . 1 .r! trli' / J '�`^{ Jr /If•�i�? , �, 1 '\ - L rI JJ r� • �j R`s�(t,C, '}-.J['t i ! yy FVF.11 •: 3g ♦ ��+ F I!`.I i' .iSI'�::1" r/ft«.}al.%/)'�1✓^♦i+'ili•r;•i`.�i1•�.;L!•'vr-I..1_.'�r'r::'A�.l ' aPyt ��yy ry i -. � „41 fly a�� •I\ 1 '.\ /. ir tea. ' •\ ♦ 1 ��♦t\vx a 1 ! 1 .. - 1 / . J� )Ali •�/ L e • : ( III 11 T J I .II 1 1 ,•.111 °l i lt• r 1 I _ 1 1 a.; -.•. r .1,x.1 - r.- x ! i� [ x.l _E t 1 F '?.4'.: to `Y•n:. .. .. • 1. ;� r-u��'�V �c: t � I _ Oa • f • t\ s i'c - r -y \ Ic € n r ♦ Fayetteville Senior Center 02/00 SECTION 05120 - STRUCTURAL STEEL PART I - GENERAL 1.1 SECTION REQUIREMENTS A. Submittals: Shop Drawings. B. Comply with AISC's "Specification for Structural Steel Buildings —Allowable Stress Design and Plastic Design," RCSC's "Specification for Structural Joints Using ASTM A 325 or A 490 Bolts," and AWS O1.1 "Structural Welding Code --Steel." PART2-PRODUCTS 2.1 STRUCTURAL STEEL AND ACCESSORIES A. Structural -Steel Shapes, Plates, and Bars: ASTM A 36, carbon steel. B. Cold -Formed Structural -Steel Tubing: ASTM A 500, Grade B. C. Steel Pipe: ASTM A501. D. Anchor Rods, Bolts, Nuts: ASTM A 307, Grade A; nonhigh-strength carbon -steel, hex -head bolts; carbon -steel nuts; and flat, unhardened steel washers, uncoated E. Bolts, Nuts, and Washers: ASTM A 325, Type 1; high -strength heavy hex -head steel structural bolts, heavy hex carbon -steel nuts, and hardened carbon steel washers, uncoated. F. Primer: Lead- and chromate -free, nonasphaltic, rust -inhibiting primer. G. Grout: ASTM C 1107, nonmetallic, shrinkage resistant, premixed. 2.2 FABRICATION A Fabricate structural steel according to AISC specifications and tolerance limits of AISC's "Code of Standard Practice for Steel Buildings and Bridges" for structural steel. B. Shop Priming: Prepare surfaces according to SSPC-SP 2 or SSPC-SP 3. Shop prime steel to a dry film thickness of at least 1.5 mils. Do not prime surfaces to be embedded in concrete or mortar or to be field welded Field welded connections to be field primed prior to final finishing. Steel Truss plates to be finish grinded, primed, and painted prior to installation. PART 3 - EXECUTION 3.1 ERECTION STRUCTURAL STEEL 05120-I Fayetteville Senior Center 02/00 A Erect structural steel according to AISC specifications and within erection tolerances of AISC's "Code ' of Standard Practice for Steel Buildings and Bridges." B. Set base and bearing plates on wedges, shims, or setting nuts. Tighten anchor bolts, cut off wedges or shims flush with edge of plate, and pack grout solidly between bearing surfaces and plates with shrink resistant grout; Embeco 636 Master Builders. C. Bolted Connections: Install and tighten high -strength bolts, unless nonhigh-strength bolts are indicated Snug tighten high -strength bolts according to RCSC's "Specification for Structural Joints Using ASTM A 325 or A 490 Bolts." D. Weld Connections: Comply with AWS DI.1. E. Field prime all field welded connections prior to final finish coat. , END OF SECTION 05120 1 STRUCTURAL STEEL 1 1 1 1 1 1 1 i 1 1 05120-2 i Fayetteville Senior Center 02/00 SECTION 05310- STEEL DECK PARTI- GENERAL 1.1 SECTION REQUIREMENTS A Submit Product Data Shop Drawings B. Comply with SDI Publication No. 28, "Specifications and Commentary for Composite Steel Floor Deck," C. Comply with AWS Dl.l, "Structural Welding Code —Steel," and AWS D1.3, "Structural Welding Code —Sheet Steel." PART 2- PRODUCTS 2.1 MATERIALS A. Composite steel floor deck shall be fabricated from steel sheet conforming to ASTM £611 or £446 (or equal) having a minimum yield strength of 33 ksi. 1. Interior: Galvanized by the hot -dip process conforming to ASTM A525 Class G60 or G90. 2. Exterior: Phosphatized and painted over cleaned steel with the exposed side only painted The side in contact with the conctere is to be phosphatized only. Paint is to be a baked -en acrylic primer. 3. All extrerior slabs to have "Eppoxy" coated steel rebar. . B. Concrete shall be in accordance with the applicable sections of the ACI 318 Building Code Requirement for Reinforced Concrete. It shall have a minimum of 3000 psi ultimate compressive strength (f c). Admixtures containing chloride salts shall not be used. 2.2 DECKING A. Composite Steel Floor Deck shall be Type 3 VLI as manufactured by "Vulcraft", and shall be designed in accordance with the Composite Steel Floor Deck Specifications of the Steel Deck Institute. 2.3 MISCELLANEOUS A Accessories: Manufacturer's recommended floor deck accessory materials and pour stops and closures. PART 3- EXECUTION 3.1 DECK INSTALLATION A. Install deck panels and accessories according to SDI Publication No. 28. B. Place, adjust, align, and bear deck panels on structure. Do not stretch or contract side lap interlocks. STEEL DECK 05310-1 Fayetteville Senior Cente • t_ Me C. Place deck panels flat and square and weld to structure without warp or deflection. D. Cut, reinforce, and fit deck panels and accessories around openings and projections. E. Floor Pour Stops and Girder Fillers: Weld pour stops and girder fillers to structure. F. Floor Deck Closures: Weld tight -fitting closures at open ends of ribs and sides of decking. Weld cover plates at changes in direction of floor deck panels. G. Prepare and repair damaged galvanized coatings on both surfaces with galvanized repair paint according to ASTM A 780. H. Wire brush, clean, and paint scarred areas, welds, and rust spots on both surfaces of painted deck panels. END OF SECTION 05310 STEEL DECK 05310-2 1 1 1 1 i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Fayetteville Senior Center 02/00 SECTION 05520 - HANDRAILS AND RAILINGS PART I - GENERAL 2.1 SECTION REQUIREMENTS A. Submit Product Data, Shop Drawings, and manufacturer's color charts showing the full range of colors available for factory -applied finishes. PART2-PRODUCTS 2.1 METALS A. Steel Tube: ASTM A 500 or ASTM A 501. B. Cypress wood cap rail 2.1 FABRICATION A. Assemble railing systems in shop to the greatest extent possible. Use connections that maintain structural value of joined pieces. B. Form changes in direction of railing members by bending. C. Fabricate railing systems and handrails for connecting members by welding. D. Manufacturer's standard wall brackets, flanges, miscellaneous fittings, and anchors to connect handrail and railing members to other construction. E. Wall returns at ends of wall -mounted handrails. 2.2 FINISHES A. Clean and shop prime steel railings for field painting. PART 3- EXECUTION 3.1 INSTALLATION A. Fit exposed connections accurately together to form tight, hairline joints. B. Set handrails and railings accurately in location, alignment, and elevation and free from rack C. Anchor posts in concrete by forming or core -drilling holes 5 inches deep and 3/4 inch greater than OD of post. Fill annular space between post and concrete with nonshrink, nonmetallic grout. D. Attach handrails to wall with wall brackets. HANDRAILS AND RAILINGS 05520 -1 Fayetteville Senior Center SECTION 05540 - CASTINGS PART 1- GENERAL 2.1 SECTION REQUIREMENTS A. Submit Product Data. PART 2- PRODUCTS 2.1 MANHOLE LID AND FRAME A. Light Duty Manhole Lid and Frame R -6044-A by Neenah Foundry Co., Oklahoma City, OK. 1. Ductile cast iron lid w/ special lettering and care lug eccentric locking device. PART 3- EXECUTION 3.1 INSTALLATION A. Comply with manufacturers specifications and instructions.. B. Coordinate with special rebar condition and placement of concrete slab. END OF SECTION 05540 02/00 CASTINGS 05540 - 1 I Fayetteville Senior Center 02/00 SECTION 06100 - ROUGH CARPENTRY 1 PART 1- GENERAL 1.1 SECTION REQUIREMENTS A. Submit model code evaluation reports for engineered wood products, and fire -retardant -treated wood PART 2- PRODUCTS 2.1 LUMBER, GENERAL A. Dressed lumber, S4S, 15 percent maximum moisture content for 2 -inch thickness or less, marked with grade stamp of inspection agency. 2.2 TREATED MATERIALS A. Preservative -Treated Materials: AWPA C2 lumber and AWPA C9 plywood, labeled by an inspection agency approved by ALSC's Board of Review. After treatment, kiln -dry lumber and plywood to 19 and ' 15 percent moisture content, respectively. Treat indicated items and the following: 1. Wood members in connection with roofing, flashing, vapor barriers, and waterproofing. 2. Concealed members in contact with masonry, concrete, or `Faswall' walforms. 3. Wood framing members less than 18 inches above grade. 4. Wood floor plates installed over concrete slabs directly in contact with earth. B. Fire -Retardant -Treated Materials: AWPA C20 lumber and AWPA C27 plywood, interior Type A treatment, labeled by a testing and inspecting agency acceptable to authorities having jurisdiction. 1. Use treated lumber and plywood with bending strength, stiffness, and fastener -holding capacities that are not reduced below values published by manufacturer of chemical formulation under elevated temperature and humidity conditions. 1 2.3 LUMBER A Dimension Lumber: The following grades per inspection agency indicated All wood to be from 'certified sustainable forests. I. Non -Load -Bearing Interior Partitions: Standard, Stud, or No. 2 grade: Douglas fir south ' W WPA 2. Framing Other Than Non -Load -Bearing Partitions: Construction or No. 2 grade: Douglas fir south: WWPA. ' 3. Exposed Framing: Select Structural grade, hand -selected: Douglas fir south, W WPA B. Concealed Boards: 19 percent maximum moisture content:. C. Miscellaneous Lumber: No. 3 or Standard grade of any species for nailers, blocking, and similar members. ROUGH CARPENTRY 06100- 1 S ' Fayetteville Senior Center 02/00 1 2.4 ENGINEERED WOOD PRODUCTS A Engineered wood products acceptable to authorities having jurisdiction and with allowable design stresses, as published by manufacturer, that meet or exceed those indicated Manufacturer's published values shall be demonstrated by comprehensive testing. I B. Laminated -Veneer Lumber: Laminated with an exterior -type adhesive complying with ASTM D 2559, with grain of veneers parallel to their lengths. 1. Extreme Fiber Stress in Bending: 2500 psi for 12 -inch nominal- depth members. 2. Modulus of Elasticity: 2,000,000 psi. C. Parallel -Strand Lumber: Laid up from wood strands with exterior -type adhesive complying with ASTM D with grain of strands parallel to their lengths. 1. Extreme Fiber Stress in Bending: 2900 psi for 12 -inch nominal- depth members. 2. Modulus of Elasticity: 2,000,000 psi. D. Prefabricated Wood I -Joists: Made from stress -graded lumber flanges and wood -based structural -use ' panel webs with exterior -type adhesive complying with ASTM D 2559. 1. Structural Capacities: Establish and monitor structural capacities according to ASTM 1)5055. 1 2.5 PANEL PRODUCTS A Wood -Based Structural -Use Panels: DOC PS 2. Provide plywood complying with DOC PS 1, where plywood is indicated 1. Factory mark panels evidencing compliance with grade requirements. 2. Panels with span ratings required by support spacing. indicated 3. Subflooring: APA-rated sheathing, Exposure 1. 4. Wall Sheathing: APA-rated Structural I sheathing, Exposure 1. 5. Roof Sheathing: APA-rated Structural I sheathing, Exterior. B. Gypsum Sheathing Board: ASTM C 79, water-resistant core. , 2.6 MISCELLANEOUS PRODUCTS I A Air -Infiltration Barrier: Polyolefin material complying with ASTM E 1677, Type I, with minimum water -vapor transmission of 10 perms. B. Fasteners: Size and type indicated Where rough carpentry is exposed to weather, inground contact, or in area of high relative humidity, provide fasteners with a hot -dip zinc coating per ASTM A 153 or of Type 304 stainless steel. 1. Power -Driven Fasteners: CABO NER-272. 2. Bolts: Steel bolts complying with ASTM A 307, Grade A; with ASTM A 563 hex nuts and, where indicated, flat washers. C. Metal Framing Anchors: hot -dip galvanized steel of structural capacity, type, and size indicated. ROUGH CARPENTRY 06100-2 1 Fayetteville Senior Center D. Sill -Sealer: 1/8" roll plastic foam. E. Adhesives for Field Gluing Panels to Framing: APA AFG-01. F. All plywood products to be sealed with "Safecoat" sandsealer by AMF or "Safecoat" Dynaseal interior/exterior safecoat safeseal by AMP. PART 3- EXECUTION 3.1 INSTALLATION A Fit rough carpentry to other construction; scribe and cope for accurate fit. Correlate location of furring, blocking, and similar supports to allow attachment of other construction. B. Securely attach rough carpentry work to substrate by anchoring and fastening as indicated, complying with the follpwing: 1. CABO NER-272 for power -driven staples, P -nails, and allied fasteners. 2. Published requirements of metal framing anchor manufacturer. C. Use hot -dip galvanized or stainless -steel nails where rough carpentry is exposed to weather, in ground contact, or in area of high relative humidity. D. Installation of Structural -Use Panels: Comply with applicable recommendations contained in APA Form No. £30 and as follows: I. Combination Subflooring-Underlayment: Glue and nail to framing. 2. Subflooring: Glue and nail to framing. 3. Sheathing: Nail to framing. 4, Underlayment: Nail or staple to subflooring. END OF SECTION 06100 ROUGH CARPENTRY 06100-3 Fayetteville Senior Center 02/00 SECTION 06105 - MISCELLANEOUS CARPENTRY PART I - GENERAL (Not Applicable) PART2-PRODUCTS 2.1 LUMBER, GENERAL A. Dressed lumber, S4S, 15 percent maximum moisture content for 2 -inch thickness or less, marked with grade stamp of inspection agency. 2.2 TREATED MATERIALS A Preservative -Treated Materials: AWPA C2 lumber and AWPA C9 plywood, labeled by an inspection agency approved by ALSC's Board of Review. After treatment, kiln -dry lumber and plywood to 19 and 15 percent moisture content, respectively. Treat indicated items and the following: 1. Woodmembers in connection with roofing, flashing, vapor barriers, and waterproofing. 2. Concealed members in contact with masonry , concrete, or 'Faswall' wallforms. 3. Wood framing members less than 18 inches above grade. 4. Wood floor plates installed over concrete slabs directly in contact with earth. B. Fire -Retardant -Treated Materials: AWPA C20 lumber and AWPA C27 plywood, interior Type A treatment, labeled by a testing and inspecting agency acceptable to authorities having jurisdiction. 2.3 LUMBER A Interior Partition Framing: Standard, Stud, or No. 2 grade:Douglas fir south: WWPA. B. Other Framing: Construction or No. 2 grade: Douglas fir south: WWPA. C. Exposed Boards: Select Structural grade, hand selected: Douglas fir south: WWPA D. Concealed Boards:Construction or No. 2 grade: Douglas fir south: WWPA E. Miscellaneous Lumber: No. 3 or Standard grade of any species suitable for milers, blocking, and similar members. 2.4 INTERIOR WOOD TRIM A. Softwood Trim: Stain Grade Poplar. 2.5 PANEL PRODUCTS A Wood -Based Structural -Use Panels: DOC PS 2. Provide plywood complying with DOC PS I, where plywood is indicated. 1. Factory mark panels evidencing compliance with grade requirements. MISCELLANEOUS CARPENTRY 06105 - 1 Fayetteville Senior Center 02/00 2. Miscellaneous Concealed Panels: APA-rated sheathing, Exposure 1, span rating to suit framing ' in each location. 3. Miscellaneous Exposed Plywood: Birch A -D Interior, thickness as indicated, but at least 1/2 ' finch B. Particleboard: Comply with and factory mark each panel according to ANSI A208. 1. 1. Particleboard Underlayment: Grade PBU. C. Hardboard Underlayment: ANSI/AHA A135.4, Class 4 (Service), 515; with back side sanded 2.6 FASTENERS ' A. Fasteners of size and type indicated. Where carpentry is exposed to weather, in ground contact, or in area of high relative humidity, provide fasteners with a hot -dip zinc coating per ASTM A 153 or of Type 304 stainless steel. 1, Power -Driven Fasteners: CABO NER-272. PART 3 - EXECUTION 3.1 INSTALLATION A. Fit carpentry to other construction; scribe and cope for accurate fit. Correlate location of furring, blocking, and similar supports to allow attachment of other construction. B. Securely attach carpentry work as indicated and according to applicable codes and recognized , standards. C. Countersink nail heads on exposed carpentry work and fill holes with wood filler compatible with final finish.. ' D. Installation of Structural -Use Panels: Comply with applicable recommendations contained in APA Form No. E30. E. Install wood trim with minimum number of joints practical, using full-length pieces from maximum lengths of lumber available. Cope at returns and miter at comers to produce tight -fitting joints with ' full -surface contact throughout length of joint. Use scarf joints for end -end joints. 1. Match color and grain pattern across joints 2. Install trim after gypsum board joint finishing operations are completed 3. Install to tolerance of. 118. inch. in 96 inches..for level, and plumb. Install_ adjoining trimwith. 1/32 -inch maximum offset for flush installation and 1/16 -inch maximum offset for reveal installation. , END OF SECTION 06105 H [1 MISCELLANEOUS CARPENTRY 06105-2 I Fayetteville Senior Center 02/00 1 SECTION 06176 - METAL -PLATE -CONNECTED WOOD TRUSSES 1 PART I - GENERAL 1.1 SECTION REQUIREMENTS IA. Engineer, fabricate, and erect metal -plate -connected wood trusses to withstand design loads without exceeding deflection limits of ANSI/IPI 1, "National Design Standard for Metal -Plate -Connected Wood Truss Construction." B. In addition to Product Data, submit Shop Drawings and structural analysis data, signed and sealed by a qualified professional engineer engaged by the fabricator who is registered in the state where Project is ' located C. Engage a fabricator who participates in a recognized quality -assurance program that involves inspection by an independent inspecting and testing agency acceptable to authorities having ' jurisdiction. D. Comply with ANSIITPI 1; TPI HIB, "Commentary and Recommendations for Handling Installing & ' Bracing Metal Plate Connected Wood Trusses"; and AFPA's "National Design Specification for Wood Construction" and its "Supplement." E. All wood components to be from certified sustainable yields and as local to the project as possable. F. Truss Manufacturer may submit and engineer their own steel connection system. PART 2- PRODUCTS 2.1 MATERIALS A. Dimension Lumber: Comply with DOC PS 20, "American Softwood Lumber Standard," any species, graded visually or mechanically. B. Connector Plates: Structural -quality steel sheet, zinc coated, complying with ASTM A 653, Grade 33, G60 coating designation; at least 0.0359 inch thick. C. Fasteners: Hot dip galvanized per ASTM A 153 or stainless steel, Type 304 or 316, where exposed to weather or to high relative humidities. Size and type indicated D. Metal Framing Anchors: Manufactured from hot -dip, zinc -coated steel sheet complying with ASTM A 653, G60 coating designation; structural, commercial, or lock -forming quality, as standard with manufacturer for type of anchor indicated 2.2 FABRICATION A. Fabricate wood trusses within manufacturing tolerances of ANSI/FPI I and connect truss members by metal connector plates. PART 3- EXECUTION METAL -PLATE -CONNECTED WOOD TRUSSES 06176 - 1 S Fayetteville Senior Center 02/00 3.1 INSTALLATION A. Install and brace trusses according to recommendations of TPI. Space trusses as indicated; install plumb, square, and true to line; and securely fasten to supporting construction. B. Anchor trusses securely at all bearing points using metal framing anchors and fasten securely. C. Securely connect each truss ply required for forming built-up girder trusses. Anchor trusses to girder trusses. D. Install and fasten permanent bracing during truss erection. Anchor ends of permanent bracing where terminating at walls or beams. E. Install wood trusses within installation tolerances of ANSIiTPI 1. F. Do not alter, cut, or remove truss members. G. Remove and replace wood trusses that are damaged or deficient. END OF SECTION 06176 1 1 1 1 1 1 METAL -PLATE -CONNECTED WOOD TRUSSES 06176-2 Fayetteville Senior Center 02/00 SECTION 06185 - STRUCTURAL GLUED -LAMINATED TIMBER PART 1- GENERAL 1.1 SECTION REQUIREMENTS A. Submit Product Data including specifications and installation instructions. B. Submit Shop Drawings showing full dimensions of each member and layout of entire structural system. Show large-scale details of connections, connectors, and other accessories. C. Standards: Comply with ANSI/AITC A 190.1, "Structural Glued Laminated Timber." D. Factory mark each piece of structural glued -laminated timber with AITC quality inspected mark I. Place AITC mark on timber surfaces that will not be exposed in completed Work. E. Comply with AITC I11, "Recommended Practice for Protection of Structural Glued Laminated Timber During Transit, Storage, and Erection." F. Connectors may be submitted by Supplier PART2-PRODUCTS 2.1 STRUCTURAL GLUED -LAMINATED UNITS A. Glued -Laminated Members: Sized as shown, with laminating combinations that will provide design value of 2400 psi for extreme fiber stress in bending (Fb). B. Lumber Species: Douglas fir-larc Grade 24F -V$ ., or Southern Pine Grade 24F -V5 C. Appearance: Premium Grade. D. Adhesive: ANSI/AITC A190.1, wet -use type. E. All wood to be from certified sustainable yields. PART 3- EXECUTION 3.1 INSTALLATION A. Install structural glued -laminated timber for a close fit and neat appearance of joints. Carefully trim ends to fit connectors, mark and drill for bolts, and seal cuts with end sealer. B. Handle and temporarily support members to prevent visible surface damage. When hoisting members into place, use padded or nonmarring slings, and protect comers with wood blocking. STRUCTURAL GLUED -LAMINATED TIMBER 06185-1 Fayetteville. Senior Center • 02/00 C. Adequately brace members as they are placed to maintain safe condition until full stability is provided END OF SECTION 06185 STRUCTURAL GLUED -LAMINATED TIMBER 06185-2 1 i 1 1 i 1 i 1 1 1 1 1 1 1 i 1 1 i • Fayetteville Senior Center 02/00 SECTION 06200 - FINISH CARPENTRY PART 1 - GENERAL (Not Applicable) PART2-PRODUCTS 2.1 MATERIALS, GENERAL A. Lumber Standards: DOC PS 20 and grading rules of inspection agencies certified by American Lumber Standards Committee Board of Review. B. Softwood Plywood: DOC PS I. C. Hardwood Plywood: HPVA HP -l. 2.2 STANDING AND RUNNING TRIM A. Exterior Lumber Trim: Clear vertical grain redwood B. Interior Trim: Stain grade Poplar C. Wood Molding Patterns 1. Base: 3/4 -inch x 9 1/4 -inch See Arch. Drawings for profile. 2. Casing:. See Arch. Drawings for Details. D. Shelving: 3/4 -inch Birch plywood with applied edging. See drawings. E. Exterior soffits to be 3/8" pine bead board paneling 2.3 EXTERIOR SOFFITS A 3/4 -inch thick; Clear, stain -grade, lounge and groove spruce. 2.4 STAIRS AND RAILINGS A Exterior Treads: concrete B. Exterior Railings: Clear vertical grain redwood for all wood components and steel for infrastructure. 2.5 MISCELLANEOUS MATERIALS A Stainless steel square drive trim head screws. PART 3- EXECUTION 3.1 INSTALLATION FINISH CARPENTRY 06200 - 1 Fayetteville Senior Center 02/00 1 A. Condition finish carpentry in installation areas for 24 hours before installing. B. Install finish carpentry level, plumb, true, and aligned with adjacent materials. Scribe and cut to fit 1 adjoining work Refinish and seal cuts. C. Install standing and running trim with minimum number of joints practical, using full-length pieces from maximum lengths of lumber available. Stagger joints in adjacent and related trim Cope at returns and miter at comers. D. Coordinate rough framing to accomodate and install soffit material so as to create a herringbone joint , pattern at all corners. E. Nail siding at each stud. Do not allow nails to penetrate more than one thickness of siding, unless otherwise recommended by siding manufacturer. Seal joints at inside and outside comers and at trim locations. 1 END OF SECTION 06200 [1 I I I I I 1l I I I I FINISH CARPENTRY 06200-2 1 I . • Fayetteville Senior Center 02/00 1 SECTION 06401 - EXTERIOR ARCHITECTURAL WOODWORK 1 PART 1 - GENERAL 1.1 SECTION REQUIREMENTS A. Submit Shop Drawings. B. Quality Standard: Architectural Woodwork Institute's "Architectural Woodwork Quality Standards". ' C. All clear vertical grain redwood may be substituted with clear heart redwood ' PART2-PRODUCTS ' 2.1 MATERIALS A. Hardboard: AHAA135.4. ' B. Softwood Plywood: PS 1. C. Preservative Treatment: Comply with NWWDA I.S.4 for items indicated to receive water-repellent preservative treatment. D. Fasteners for Exterior Woodwork: hot -dip galvanized steel nails. 2.2 EXTERIOR WOODWORK A. Complete fabrication before shipping to Project site to maximum extent possible. Disassemble only as needed for sbippingand installing. Where necessary for fitting at Project site, provide for scribing and trimming. I. Assemble casings in plant, unless limitations of access to place of installation require field assembly. B. Backout or. groove backs of flat trim members, and kerf backs of other wide, flat members, except for members with ends exposed in finished work ' C. Exterior Standing and Running Trim: Premium Grade, made from clear vertical grain redwood. D. Exterior Ornamental Work (including trelliswork): Premium Grade, made from clear vertical grain ' redwood E. Exterior Frames and Jambs: Premium Grade, made from clear vertical grain redwood F. Shop seal woodwork for semi -transparent finish with stain (if required), other required pretreatments, and first coat of specified finish. 1. Backprime with one coat of sealer compatible with finish. Apply 2 coats to items installed over concrete or masonry. EXTERIOR ARCHITECTURAL WOODWORK 06401 - I Fayetteville Senior Center 02/00 PART 3- EXECUTION 3.1 INSTALLATION A Install woodwork to comply with AWI Section 1700 for grade specified B. Install woodwork level, plumb, true, and straight. Shim as required with concealed shims. Install to a tolerance of 1/8 inch in 96 inches for level and plumb. C. Scribe and cut woodwork to fit adjoining work, seal cut surfaces, and repair damaged finish at cuts. D. Install trim with minimum number of joints possible, using full-length pieces to the greatest extent possible. Stagger joints in adjacent and related members. END OF SECTION 06401 EXTERIOR ARCHITECTURAL WOODWORK 06401 -2 I r • Fayetteville Senior Center 02/00 SECTION 06402 - INTERIOR ARCHITECTURAL WOODWORK 1 PART I - GENERAL 1.1 SECTION REQUIREMENTS A. Submit Shop Drawings and Samples showing the fill range of colors, textures, and patterns available for each type of finish. B. Quality Standard: Architectural Woodwork Institute's "Architectural Woodwork Quality Standards." C. Environmental Limitations: Do not deliver or install woodwork until building is enclosed, wet -work is completed, and HVAC system is operating. PART2-PRODUCTS 2.1 MATERIALS ' A Birch Plywood and Face Veneers: HPVA HP -1 B. Wilsonart High -Pressure Decorative Laminate: NEMA LD 3. C. Solid Surfacing Material: Homogeneous solid sheets of filled plastic resin complying with material and performance requirements of ANSI Z124.3,Type 5 or Type 6, without a precoated finish, by Buren. 2.2 CABINET HARDWARE AND ACCESSORY MATERIALS A. Hardware Standard: Comply with BHMA A156.9 for items indicated by reference to BHMA numbers or referenced to this standard. Refer to Architectural Drawings. ' B. Exposed Hardware Finishes: For exposed hardware, provide finish that complies with BHMA A156.18 for BHMA code number indicated. ' 1. Finish: Bright Brass: BHMA 605 C. Furring, Blocking, Shims, and Hanging Strips: Softwood or hardwood lumber, dried to 15 percent moisture content. 2.3 INTERIOR CABINETWORK ' A. Complete fabrication before shipping to Project site to maximum extent possible. Disassemble only as needed for shipping and installing. Where necessary for fitting at Project site, provide for scribing and trimming. Ii. Assemble casings in plant, unless limitations of access to place of installation require field assembly. INTERIOR ARCHITECTURAL WOODWORK 06402 - 1 S ` 1 Fayetteville Senior Center 02/00 B. Backout or groove backs of flat trim members, kerf backs of other wide, flat members, except for members with ends exposed in finished Work C. Install. glass to comply with FGMA's "Glazing Manual." For glass in wood frames, secure glass with removable stops. D. Wood Cabinets (Casework) for Transparent Finish: Premium Grade. 1. AWI Type of Cabinet Construction: Flush inlet w/ face frame. Refer to Arch. Drawings. 2. WIC Construction Style: Style B, Face Frame. 3. WIC Door and Drawer Front Style: Flush. 4. Wood Species for Exposed Surfaces: Birch. 5. Grain Matching: Run and match grain horizontally for drawer fronts, vertically for doors, and fixed panels. 6. Matching of Veneer Leaves: Book, balance, and center match. E. Plastic -Laminate Countertops: Premium Grade. ' 1. Laminate Grade: GP -50. ' 2. Grain Direction: Parallel to cabinet fronts. 3. Edge Treatment: Same as laminate cladding on horizontal surfaces. F. Flush Wood Paneling for Transparent Finish: Premium Grade. ' 1. Wood Species: Birch. 2. Matching of Veneer Leaves: Book, balance, and center match. ' 3. Panel -Matching: Match panels within each area by using premanufactured sets used full width. G. Solid Surfacing Material Countertops: Premium Grade. I. Fabricate tops in one piece with shop -applied backspashes and edges. 2. Solid Surfacing Material Thickness: 3/4 inch 2.4 SHOP FINISHING OF INTERIOR ARCHITECTURAL WOODWORK A. Finishes: Same grades as items to be finished ' B. Finish architectural woodwork at the fabrication shop; defer only final touch up until after installation. I. Apply one coat of sealer or primer to concealed surfaces of woodwork 2. Apply a vinyl wash coat to woodwork made from closed -grain wood before staining and finishing. 3. After staining, if any, apply paste wood filler to open -grain woods and wipe off excess. Tint filler to match stained wood C. Transparent Finish: AWI Finish System. All finishes to be water based. PART 3 - EXECUTION I 3.1 INSTALLATION A. Condition woodwork to prevailing conditions before installing. I INTERIOR ARCHITECTURAL WOODWORK 06402 -2 Fayetteville Senior Center 02/00 B. Install woodwork to comply with AWI Section 1700 for grade specified C. Install woodwork level, plumb, true, and straight. Shim as required with concealed shims. Install to a tolerance of 1/8 inch in 96 inches for level and plumb. D. Scribe and cut woodwork to fit adjoining work, seal cut surfaces, and repair damaged finish at cuts. E. Install trim with minimum number of joints possible, using full-length pieces to the greatest extent possible. Stagger joints in adjacent and related members. F. Anchor countertops securely to base units. Seal space between backsplash and wall. 3.2 CABINET HARDWARE AND ACCESSORY SCHEDULE A. Hinges: 1. Wardrobe type cabinet doors: Continuous brass piano hinges 2. Cabinet doors: "White Chapel LTD." 63H6B 2 -inch x 1 1/4 -inch brass hinge 3. TV Cabinet: Pivot sliding door hardware B. Pulls: 3 1/2 -inch x 1 -inch x 1/4 -inch wood pulls C. Catches: Magnetic catches. D. Adjustable Shelf Standards: B04071; with shelf rests, B04081. E. Drawer Slides: Side -mounted, full extension , zinc plated steel drawer slides with steel ball bearings, complying with BHMA A156.9, Grade L END OF SECTION 06402 INTERIOR ARCHITECTURAL WOODWORK 06402-3 Fayetteville Senior Center 02/00 SECTION 06600 - PLASTIC FABRICATIONS PART I - GENERAL 1.1 ' SECTION REQUIREMENTS A. Submit Product Data and Shop Drawings. B. Surface -Burning Characteristics: ASTM E 84, flame -spread rating of 25 or less and smoke -developed rating of 450 or less. Identify products with appropriate markings of applicable testing agency. PART 2- PRODUCTS- N/A PART 3- EXECUTION 3.1 INSTALLATION A. Install plastic fabrications level, plumb, true, and aligned with adjacent materials. Use concealed shims where required for alignment. Scribe and cut to fit adjoining Work B. Install to.a.tolerance of 1/8 inch in -Sleet for level -and -plumb. Install adjoining members with 1/16 - inch maximum offset for flush installation and 1/8 -inch maximum offset for reveal installation. C. Install with minimum number of joints practical, using full-length pieces from maximum lengths available. Stagger joints in adjacent and related standing and running trim. Cope at returns and miter at corners to produce tight -fitting joints with full -surface contact throughout length of joint. Use scarf joints for end -to -end joints. Attach pieces at joints with adhesive. D. Do not use pneumatic staple guns to drive fasteners. END OF SECTION 06600 PLASTIC FABRICATIONS 06600 - 1 Fayetteville Senior Center 02/00 SECTION 07110 - FOUNDATION WATERPROOFING PARTI- GENERAL 1.0 RELATED SECTIONS A. SECTION 03310 - CAST IN PLACE STRUCTURAL CONCRETE 1.1 SECTION REQUIREMENTS A. Submittals 1. Submit two copies of manufacturers literature for all products furnished and one copy of the guaraptee to be furnished. 2. Submit list of three projects similar in nature which have been completed by the applicator during the last five years, identified with the project name, location and date. PART2-PRODUCTS 2.1 Acrylic Latex Masonry Wall Coating: "Wall - Up" by Conklin Company Inc., Shakopee, MN. 2.2 Capillary Waterproofing Materials(Only cistern concrete) A. Permaquik Super 200, Permaquik Mortar 300 by Permaquik Inc., Plainview, NY. PART 3- EXECUTION 3.1 PREPARATION A. Prepare substrate by cleaning, removing projections, filling voids, sealing joints, and as otherwise recommended in the manufacturer's written instructions. 3.2 INSTALLATION A. Comply with manufacturer's written instructions for methods and rates of application, cleaning, and installation of protection course. B. Apply waterproofing to locations as shown in drawings. C. Apply sufficient coats to produce a dry film thickness as per manufactures recommendations. END OF SECTION 07110 FOUNDATION WATERPROOFING 07110- Fayetteville Senior Center 02/00 SECTION 07210 - BUILDING INSULATION PART I - GENERAL 1.1 SECTION REQU02EMENTS A. Submit Product Data for each type of insulation product specified. B. Surface -Burning Characteristics: ASTM E 84, flame -spread ratings of 75 or less and smoke -developed ratings of 450 or less PART2-PRODUCTS 2.1 INSULATION PRODUCTS A. Extruded -Polystyrene Board Insulation: (2") thick CFC free and treated for termite protection. B. Mineral -Fiber -Blanket Insulation: ASTM C 665, Type I, unfaced with fibers manufacatured from rock wool and with R -value of (30) with a 1" air space above in vaulted ceilings with 2 x 10 joist space. R -value of (38) with a P" air space above in other sloped roof installations. R -value of (21) in wall applications. C. Recycled Cellulosic -Fiber Loose -Fill Insulation: ASTM C 739; chemically treated for flame -resistance, processing, and handling characteristics. Achieve R -value of (38). D. Rigid isocyanurate foam: Type, specifications, and installation to be coordinated with Modified Bitumen System. 2.2 ACCESSORIES A. Vapor Retarder: Reinforced polyethylene 6 mil. thicic B. Pave Ventilation Troughs: Preformed, rigid fiberboard or plastic sheets designed and sized to fit between roof framing members and to provide cross -ventilation between attic spaces and vented eaves. C. Fasteners: Types and sizes as recommended by building insulation manufacturer. PART 3- EXECUTION 3.1 INSTALLATION A. Install insulation in areas and in thicknesses indicated. Cut and fn tightly around. obstructions. and fill voids with insulation. 1. Install products in accordance with manufacturers instructions. B. Extend vapor retarder to extremities of areas to be protected from vapor transmission. Secure in place with adhesives or other anchorage. BUILDING INSULATION 07210-! 1 • • Fayetteville Senior Center 02/97 ' SECTION 07220 STRUCTURAL PANELS sa.tss-s .t 54J.4 -J ps..k 'm 4. :.tce.porii. :n4J.a I �.•1,,'� c Guideline Specifications for R -Control®® Structural Panels I I I I L L ri I I I I I I Part 1 - General 1.01 Dc5cription of Work A. Provide all materials, labor, and equipment to install the AFM ° R -Control Panels as shown on the drawings. B. AFM R -Control Panels are pressure laminated com- posites of approved oriented strand board (OSB) and AFM Certified expanded polystyrene (EPS) insulation, manufacturer supplied connecting splines and approved fasteners as detailed in manufacturer's literature: and dimensional plates, headers, and sills supplied by contractor. 1.02 Pelated Documents The general provisions of the contract and Division I. General Supplementary and Special Conditions apply to the work specified in this section. 1.03 submittals A. Provide evidence of compliance with code require- ments as an alternate method of construction. Contact AFM for current compliance report numbers from ICBO, BOCA, SBCCI, etc. B. Each AFM A -Control panel type shall be accompanied with verified structural calculations by a registered architect or professional engineer qualified to perform such work. C. Manufacturer shall certify that panels have been tested in accordance with ASTM E 72 . ASTM E 119, ASTM E 84, and other applicable tests. D. Manufacturer shall supply a hard copy product certifi- cateshowing compliance toThird Partyouality Control. E. Provide AFM Material Data Sheets 2.3. 2.4 and 2.5 of the AFM R -Control OC Manual regarding panel material components described in Section 2.01 of this specification. F. All submissions shall be attached to bid in order for bid to be considered. 1.04 Quality Assurance A. Each panel shall be labeled indicating the maintenance of in -plant Quality Control/Third Party Inspection Service in compliance with national codes. B. Provide evidence of third party inspection and labeling of all insulation used in manufacture of panels. Both flame and physical characteristics will be covered by manufacturer's Quality Control and Listing programs. C. Panel manufacturer will provide Lamination. R -Value. and insect resistance Warranty documents for building owner acceptance and execution. Manufacturer's standard forms will be submitted. D. Provide panels with insect treatment. Treatment must be EPA registered, with treatment efficacy substantiated by independent research and on -going in -plant testing. 1.05 Product Delivery. Storage and Handling A. All panels shall be stored in a protected area and supported to prevent contact with the ground. B. Prior to installation, panels shall be covered and protected from exposure to sunlight and moisture. C. After installation, all panels shall be covered to prevent contact with water on all exposed panel edges and faces. STRUCTURAL PANELS Part 2 - Products 2.01 Description of Work A. AFM R -Control Structural Stress Skin Panel - A pressure laminated panel consisting of the following: 1. Expanded polystyrene core - minimum of .95 Oct AFM Certified EPS complying with ASTM C 578 (other densities may be specified). Insulation manufacturer must provide certification of Third Party Inspection and Listing as an AFM Certified EPS manufacturer. 2. OSB - shall be identified on the panel with an APA performance rating mark, with an Exposure 1 durability rating: minimum physical properties shall be tested and described in APA PRP-108. 3. Adhesives - shall be an AFM approved laminating adhesive having an in use temperature range of -40' to +250-F. B. Splines - spines for use in joining panels shall be supplied by panel manufacturer. C. Fasteners - shall be #14 corrosion resistant R -Control Screws for roof, corners and attachment of panel to frames. In addition, zinc galvanized screws, nails or staples for spline and plate attachments. All fasteners as supplied or approved by panel manufacturer following AFM fastening requirements. 0. Caulk - a caulk compatible with all components of the panel and adjacent materials as supplied by the panel manufacturer and approved by AFM. E. Construction Adhesive - adhesive for installing accessories and dimensional lumber to be supplied by panel manufacturer and approved by AFM. F. Foam Sealant - a sealant compatible with all compo- nents of the panel and adjacent materials. G. Install caulks, adhesives and sealants per manufacturer's details. H. Dimensional Lumber-SPF or While wood #tor better or pre-engineered equivalent supplied by the contractor. 2.02 Performance Characteristics A. Sizes -panels are available in 4' x 8sizes up to 8' x 24. B. Thermal Characteristics R -Value Design Chart R -Control Structural Panel Panel R -Value R -Value Thickness at 75' F. at 40- F. 4 1/7 14.88 16.00 61/2' 22.58 24.33 81/4' 29.31 31.63 101/4- 37.00 39.88 121/4- 44.71 48.31 . Typical R -Control section - 7/16. OSB both sides. Type I AFM Certified EPS Core NOTE: R -Values are for panels alone and do not include air films, cladding materials or reflective barrier. C. Dimensional Tolerance - shall comply with values listed in the manufacturer's Quality Control Manual. NOTE: Panels are manufactured in order to create a 1/8 gap between sheathing edges to allow for movement and placement ci caulk. 07220 - 1 Fayetteville Senior Center • • 02/97 I O. Structural Testing - Each panel type shown on 2.0 the drawings shall meet or exceed performance A. standards when tested in accordance with the following methods: 1. Compressive Load B Test Method: ASTM E 72 E. F. 2. Transverse Load Test Method: ASTM E 72 3. Concentrated Load Test Method: ASTM E 72 C 4. Racking Load Test Method: ASTM E 72 5. Diaphragm Testing Test Method: Modified ASTM E 72 6. Combined Axial and Bending Test Method: ASTM E 72 7. Header Testing Test Method: APA Large Scale 8. Long Term Cold Creep Under Load Test Method: ASTM E 72 9. Tension Testing B. Test Method: ASTM C 297 Pa 3.01 General A. 3 Manufacturers/Contractors All components called for in this section to be supplied by the panel manufacturer shall be obtained from the selected manufacturer or its approved supplier. Manufacturers approved to supply panels and mate- rials called for in this section are: 10. Impact Testing Test Method: ASTM E 695 11. Accelerated Aging Test Method: ASTM D 1183C 12. Insect Resistance Test 13. Tested values shall meet or exceed those stated on manufacturer's load design charts and applicable technical data reports. Fire Testing - The panel with approved finishes shall have successfully passed the following fire tests as conducted by testing agencies approved and listed by the model code. In addition, panel must be listed in current UL Directories, Sections BLBT, BXUV. & BZXX. 1. UBC 17-5. Room Corner Burn Test. 2. ASTM E 119. 20 Minute with 3 -Story load applied for duration of the test. 3. ASTM E 119, One Hour with 3 -Story load applied for the duration of the test followed by hose stream. 4. ASTM E 119• One -Hour Roof/Ceiling with design load applied for the duration of the test. 5. ASTM E 119 (small scale) 20 -minute and One - Hour wall exposures with openings. 6. ASTM E 84 Surface Burning Characteristics conducted for the rigid insulation core. 7. ASTM E.84 Surface Burning Characteristics conducted for the interior and exterior surfaces of the finished panel. Wind uplift shall be calculated for recommended tastenng of root panels by a certified engineering professional. 2. AFM Corporation, P.O. Box 246, Excelsior, MN 55331. 800-255-0176. All manufacturers seeking to quality under this section shall submit all supporting documentation 30 days prior to the bid date. rt 3- Installation The contractor shall inspect conditions of substrate. grade and other conditions which may affect the proper installation of panels. Any adverse conditions are to be reported in writing to the construction manager. Do not proceed with the installation until adverse conditions are corrected. Installation shall be in strict accordance with manufacturer's published instructions, details and the drawings that are part of the contract documents for this project. Any conflicts between these documents shall be resolved in writing. All plans shall be reviewed by a qualified architecVengineer and shall be signed and/or sealed. Deviations from standard detail and load design values shall be calculated and signed and/or sealed by a qualified architect/engineer. 3.02 Protection A. When storing panels, do not allow them to come into ground contact. Stored panels must remain dry. Do not allow panels to be stored in an unsupported manner. Improper storage may cause tolerance problems in the field. B. Roof panels must be fully protected from weather by roofing materials to provide temporary protection at the end of the day or when rain or snow is imminent. C. Remove and replace insulated wall or roof panels which have become excessively wet or damaged before proceeding with installation of additional panels or other work. D. All refuse created by the installation of the work in this section shall be removed by the construction manager. v.'r UL Classified building units for surface burning characteristics and U• L fire resistive root/ceiling assemblies. A -Control Panels are manufactured under a third party quality control program monitored by Underwriters Laboratories. AFM products are produced exclusively by partner plants in AFM Corporation. AFM and R -Control are registered trademarks of AFM Corporation. 01986.1994 AFM Corporation RCS -0794 STRUCTURAL PANELS 1 AFM' 1J Corporation Box 246. 24000 W. Highway? Excelsior. MN 55331 Phone 612.474-0809. 1-800255-0176 Fax 612474.2074 I H I I I I I J H I I I I I Printed in U.S.A. ' 07220 -2 Fayetteville Senior Center 02/97 SECTION 07320- CONCRETE ROOF TILES Weathered Copper Blend J Technical Guide Introduction 'The objective of the recommendations provided is to help promote the highest standards of workmanship and to ensure a long lasting, beautiful, weather -resistant roof. Local building codes, weather conditions, and experience of the applicator may require variations in application me5hods to those indicated here. It is 'important to recognize that these recommendations are neither warranties, explicit, or implicit nor represen- tative of the only method by which a mechanically fastened tile system should be installed. Rather, they try to summarize for the designer, applicator or developer good roofing practices and some of the industry stan- dards for installation of mechanically set tiles which have been developed over a period of time from actual trade practices. Local conditions and codes must always take precedence. Index ' TG 100 Introduction TG 200 Vent Flashing Index TG 210 Chimney TG 110 Nailing Schedule TG 220 Ridge TG 120 Technical Data Hip Slate TG 230 Rake Shake TG -240 Barge Board and Flash ' Double Roman High Wind Clips Featherstone Slate, Shake, Featherstone TG 130 Technical Data Double Roman Trim Tile TG 250 Pre -Manufactured Sky Light TG 140 Fascia Option TG 260 Alpine Application Nails and Fasteners TG 150 Decking TG 270 Re -Roofing ' Battens TG 280 Efflorescence Underlayment Blending TG 160 Coursing Layout Weathering Effects on Concrete Roof Tile TG 170 Loading TG 290 General Information Installation ' TG 180 Abutting Wall Headwall TG 190 Valleys Open 'Closed Valley -To -Roof CONCRETE ROOF TILE 07320- 1 .�J FIELD ROOF SLOPE SOLID SHEATHING WITH BATTENS4 SOLID • SHEATHING WITHOUT BATTENS 24 NAILING FOR PERIMETER TILE • AND TILE ON CANTILEVERED3 AREAS I Fayetteville Senior Center ' Technical Data I • Series 1000-1 Slate/Shake Width 13" Effective Width 12%" Length 164" Tiles per sq 88 Approx. Tile Weight 10.8 lbs. Approx. Weight per sq. U. 9.5 lbs. 1 l:�'r5s 3N �. 9{' Angled Ridge 1 CONCRETE ROOF TILE i rt 124' •��•�• Slate Angled Hip Starter 164' 13 02/97 Shake y.. 1r 16 Back -view Series 1000-1 Slate/Shake Trim Tiles 07320 - 3 Fayetteville Senior Center • ci Fascia Options In order to maintain a level roof plane, the Fascia Detail needs to be 3/4" above first batten. Always allow for positive drainage at roof edge. Note: Optional counter -batten method. (Install drip edge metal on deck. Nail vertical lath and horizontal bat- tens (2" x 2" is typical first batten to elevate tile). Install metal cover of sufficient length to cover battens. Maintain gap between drip edge and metal cover for drainage.) Eave closure recommended with Double Roman installations. Nails and Fasteners Nails for individual Westile units shall be eleven gauge corrosion resistant, galvanized, copper, or stainless steel box nails of sufficient length to penetrate into the sheathing 3/4" or through the thickness of the sheathing, which ever is less. Note: For nailing requirements of roof tile, see Nailing Schedule. CONCRETE ROOF TILE Underlayment Raised Fascia Board • Antiponding (Required with Raised Fascia) yr ' Battens Underlayment Support Underlayment Doubled lx 2 or 2x 2 Metal Eave (Weep Hot 02/97 -4 Fayetteville Senior Center • • 02/97 I Coursing Layout To insure proper fit and achieve optimum beauty of Westile Concrete Roof Tile, it is important that each tile is aligned so that horizontal joints are parallel to the eave and vertical joints are at right angles. The area between the eave and the ridge should be divided into equal tile courses while maintaining minimum tile headlap. The spacing between rakes and/or walls must be planned to provide for both proper layout and ease of instal- lation. When installing the tile the following steps should be followed to help insure proper layout. 1. Determine the desired overhang at the eave and snap a horizontal line across the roof at the top of the tile (for 1" tile overhang, this distance would be 15" up from the eave face). 2. Snap a horizontal line at the top of the roof 3/4" from center or from ridge board, if used. 3. With a tape laid out in 13-1/2" increments, measure vertically from the batten line, if battens are used, or the top of the tile, without battens, to the line near the ridge at either end of the roof. If the 13-1/2" increment marks on the tape do not fall exactly on the top line, swing the tape right or left until the next increment mark aligns with the top line. 4. Mark the deck undedayment at each increment marked on the tape. 5. Repeat this process at the opposite end of the roof. 6. Snap lines between each mark on the deck. All courses will be equal and the recommended minimum headlap on the tile will be maintained. 7. Repeat the above for all roof planes. 8. Nail tops of battens or tile (if battens are not used) at each horizontal mark per nailing requirements. 9. Install tile beginning normally at the lower right comer of a roof plane. Care shall be taken to remove all foreign particles from the tile interlocking area's to assure proper contact and alignment between tile and to help prevent breakage and damming. Note: All damaged tiles are to be replaced. CONCRETE ROOF TILE Detail Below) 4 of 3/4" min. H I I I I I I H L 07320-6 A I 1 • • Fayetteville Senior Center 02/97 i 1 WESTILE Roofing Products 1 Concrete Roofing Tile Technical Guide I I I I I I I I I I I Eave Line Eave Line 1 CONCRETE ROOF TILE Loading Since laying begins at the eave, the roof should be loaded (in stacks of six tiles) before laying is begun. The tile placed on the roof should be in a pattern to meet the following main objectives: (1) to distribute the load evenly over the roof area; (2) to have the tile where they are needed for laying, thus minimizing the need for walking on the file, which can increase the possibility of damaging the tile. Note: All damaged, cracked or broken file should be discarded and replaced. Installation To ensure proper fit and appear- ance, care must be taken to ensure both horizontal and vertical align- ment is maintained. All foreign mate- rial and/or particles must be removed from the interlocking area of the file to allow for proper fit. Cracked or broken tiles should not be installed. Tiles cut to match angles of hips or valleys are to be inspected that they are not damaged, cracked, etc. Westile Series 1000-1, Slate/Shake/FeatherStone must be installed with courses staggered. Series 2000 Double Roman Tile may be laid in straight or staggered courses. 07320-7 ri Fayetteville Senior Center • Abutting Wall Abutting wall flashing shall not be Siding —)j less than 28 -gauge galvanized ' corrosive resistant metal installed Hold Siding 3 1/2 Up over the underlayment. Lap on . From Top of Sheathing metal shall be 6minimum. Run Underlayment Note: Top flashing is optional. Under Pan Flashing Maintain crimped edge (do not and Up The Side Wall flatten when installing battens). (6' minimum) Partial (cut pieces) shall be glued Optional Counter Flash (approved construction adhesive) -- to adjacent tile. Batten Ur 1/2' Above Pan Flashing Height of Tile Metal Detail C Headwall Headwall top flashing metal shall be a minimum 28 -gauge galva- nized metal or flexible material such as lead. A minimum 4" top flashing of last row of file is required. Note: When using rigid metal with Double Roman Tile, Ridge Closure or equal shall be used as wind/rain block. CONCRETE ROOF TILE Minimum 3/6" 6" Approx. 300 <— 6"—_ Pan Flashing Run Underlayment Under Roof To Wall Metal And 6" Up The Wall 02/97 Siding Held Up 1/2' Above Bend In Metal Siding Held 3 1/2" Above Plywood Deck. Apply Flashing Prior To Siding Installatt�on,20 _ 8 1 I 1 1 1 I Fayetteville Senior Center • • 02/97 Ridge Underlayment is carried over or under ridge board. A 10 continuous strip of #30 felt underlayment is draped over ridge boards. Nail ridge tile with corrosive -resistant nail to penetrate 3/4" into ridge board. Note: A bead of mastic or approved construction adhesive between laps may be required per code. Ridge boards are optional, but suggested above 7:12. Ridge closure or equal is required when using Double Roman Roof Tiles. Hip Hips are installed as per ridge specification with the following additions: I. Hold hip board 6" from end of hip. 2. Finish hip with pre -manufactured hip starter or grout end. CONCRETE ROOF TILE Continuous 10" Strip of Minimum #30 Fell Underlayment Draped Over Ridge Boa Underlayment Carried Over or Under 1RidgetHiP Nailer Bead of Roofers Mastic t eas 1 1 I II 1 nl0a TG 220 Fayetteville Senior Center • • 02/97 ' Barge Board and Flash Barge board detail requires no trim tile. Barge board is elevated 1/4" Minimum minimum above highest point of 1/4' Above; tiles. A pan flashing with a lip to Root Tile cover barge is installed. Tiles are cut flush to barge board. High Wind Clips In high wind areas (see nailing schedule) a High Wind Clip is required. Nail one clip per tile around perimeter row of roof. CONCRETE ROOF TILE 28 GA Galvanized Timber Rake Flashing (1 piece) Remove Water Channel 6' Batten Solid Sheathing Gable or End Rafter Timber Rake (2' x ? ) High Wind Clii Slate, Shake, FeatherStonE High Wi Double 07320-14 1 1 1 1 1 1 i 1 1 1 1 1 1 1 I. Fayetteville Senior Center • • 02/97 1 y WESTILE Roofing Products Concrete Roofing Tile Technical Guide General Information We at WESTILE appreciate your selection of our Concrete Roof Tile. We believe you will continue to be satisfied with your investment because of the aesthetics of the tile and the minimal maintenance and lack of replacement consideration. The fire resistance afforded your property with the use of Concrete Roof Tile is an added benefit for the protection from roof fires caused by lightning, downed power lines, fireworks, vandalism, arson, or sparks and burning embers from fires of adjoining combustible roofs. The inert nature of concrete, its characteristics of gaining strength with age, and its durability, all contribute to a life expectancy for Concrete Roof Tile equivalent to the anticipated life of the property. With a good installation ' and reasonable precautions against severe roof traffic, this roof tile system should provide trouble free service for many years. ' To this end we would offer several suggestions for the control of undue roof traffic and the proper precautions to accommodate necessary traffic. 1. Movement atop the Concrete Roof Tile should be done with extreme caution as the tile surfaces can become slippery. Use non-skid shoes or safety lines depending on roof -pitch. 1. 2. Place antennas and roof mounted equipment where a minimum of ' roof traffic will be necessary for servicing and maintenance. 3. If necessary to walk on the tile surfaces, pressure should only be applied on the lower 1/3 of the tile units (lower 4 to 5 inches). This ' distributes the load near the bearing points of the tile. 4. When painting or repairing adjoining walls or appurtenances, cover the tile surface with plywood to distribute traffic loads and prevent dirt, ' building materials, and paint/stain from damaging or discoloring the tile. 5. Use a long stick or rope to remove items from roof surfaces rather than unnecessary walking on roof. I I I ' CONCRETE ROOF TILE 07320-15 S1�ipr Center Flat Tilelnt 02/97 VNTFLAT =.i 100 sq. in. / Galy. ncludes deck screen" $ / Venty -._________ I 3/4" High Wind Clip CLIPS -F Raised Facia Application / Flat Tile" 500 per box $ /Box exsC �: Co 1/95 CONCRETE ROOF TILE L 1 1/2" High Wind Clip ' CLIPS -D "Raised Facia Application / Double Roman" 500 per box $ /Box , 2" High Wind Clip ' CLIPSFD "Riser Metal Application / Flat Tile" 500 per box $ /Box 2 7/8" High Wind Clip CLIPSDD "Riser Metal Application / Double Roman" 500 per box $ /Box RT-600 (Roof Tile Adhesive) Grey RT600GR Terra Cotta RT600TC 12/10.5 oz. Tubes per Case $ /Case 1NESTILE 8311 W. Carder Court, Littleton, Colorado 80125 303-791-1700 FAX 303-791-9906 1-800-433-8453 J I [-1 An Oldcastlet" Company 07320 -Jo Fayetteville Senior Center I I I 2/00 SECTION 07531 - EPDM ELASTOMERIC MEMBRANE ROOFING PARTI- GENERAL 1.1 SECTION REQUIREMENTS IA. Submit Shop Drawings. C I I B. Exterior Fire -Test Exposure: ASTM E 108. C. Provide standard manufacturer's written warranty, without monetary limitation, signed by roofing system manufacturer agreeing to promptly repair leaks resulting from defects in materials or workmanship for the period of 20 years. PART2-PRODUCTS 2.1 ROOFING MATERIALS IA. EPDM Sheet: Celo-1 Fabric Reinforced Sheet (ASTM D 4637, Grade 1, Class SR). I. Celo-1 Fabric Reinforced Sheet by Celotex Corporation. B. Auxiliary Materials: Recommended by roofing system manufacturer for intended use and as follows: 1. Sheet Flashing: 60 -mil- (1.5 -mm-) thick EPDM. 2. Splice Materials: Single -component, butyl splicing adhesive and solvent -based splice cleaner. ' PART 3- EXECUTION 3.1 INSTALLATION ' A. Install EPDM sheet according to roofing system manufacturer's written instructions and as follows: I I I 1. Mechanically Fastened Sheet Installation: Secure one edge of the sheet using fastening plates or battens centered within the membrane splice and mechanically fasten sheet to roof ,deck. B. Seams: Clean splices, apply splicing cement and firmly roll side and end laps of overlapping sheets. Seal exposed edges of sheet terminations. C. Install sheet flashings andpreformed flashing accessories and adhere to substrates. Protect roofing from damage and wear during remainder of construction period. EPDM ELASTOMERIC MEMBRANE ROOFING 07531-1 I Fayetteville Senior Center • • 2/00 D. Correct deficiencies in or remove and reinstall roofing and sheet flashing that does not comply with requirements. END OF SECTION 07531 EPDM ELASTOMERIC MEMBRANE ROOFING 07531 -2 I ' Fayetteville Senior Center 02/00 ' SECTION 07552 - SBS-MODIFIED BITUMINOUS MEMBRANE ROOFING PARTI- GENERAL I1.1 SECTION REQUIREMENTS A. Submit Shop Drawings of tapered insulation. ' B. Exterior Fire -Test Exposure: ASTM E 108, Class A C. Installation Standard: NRCA/ARMA's "Quality Control Recommendations for Polymer Modified Bitumen Roofing." Manville Industrial/Commercial Roofing Systems manual. D. Provide standard manufacturer's written warranty, without monetary limitation, signed by roofing system manufacturer agreeing to promptly repair leaks resulting from defects in materials or workmanship for the period of 15 years. PART2-PRODUCTS ' 2.1 ROOFING MATERIALS A. Base Ply: Manville, Roofing Systems Division; Savannah, GA standard SBS-modified bituminous sheet, smooth surfaced DynaBase or Firestone SBS ' B. Roofing Membrane: Manville standard SBS-modified bituminous sheet, mineral -granule surfaced DynaKap FR or equal. ' C. Auxiliary Materials: Recommended by roofing manufacturer for intended use and as follows: I. Base Flashing: Manufacturer's standard SBS-modified bituminous sheet 2. 190°, Type III, Steep Bitumen ' 2.2 ROOFING INSULATION A. Tapered Fesco Foam by Manville or equal, 4" average thickness. B. Fabricate tapered insulation with slope of 1/4 inch per 12 inches (1:48), unless otherwise indicated. PART 3- EXECUTION 3.1 INSTALLATION ' A. Install Modified Bitumen Roofing according to roofing system Manufacturer's written instructions and specifications. B. Install and secure treated wood cant strips and nailer strips. SBS-MODIFIED BITUMINOUS MEMBRANE ROOFING 07552 - 1 Fayetteville Senior Center 02/00 C. Coordinate location of scuppers with Architectural Drawings. D. Protect roofing and base flashings from damage and wear during construction period. E. Correct deficiencies in or remove and reinstall roofing and base flashing that does not comply with requirements. END OF SECTION 07552 SOS -MODIFIED BITUMINOUS MEMBRANE ROOFING 07552-2 I 1 1 1 I CI Fayetteville Senior Center SECTION 07620 - SHEET METAL FLASHING AND TRIM PART1-GENERAL 1.1 SECTION REQUIREMENTS A. Submit Product Data, Shop Drawings, and Samples. PART2-PRODUCTS 02/00 2.1 SHEET METAL A. Galvanized Sheet Steel ASTM A 653, G90 (ASTM A 653M, Z275), commercial quality, lock - forming quality, hot -dip galvanized, mill phosphatized where indicated for painting; at least 0.0396 inch thick.. 2.2 FLASHING AND TRIM A. Fabricate sheet metal flashing and trim to comply with recommendations of SMACNA's "Architectural Sheet Metal Manual" that apply to the design, dimensions, metal, and other characteristics of the item indicated. B. Coil -coat galvanized steel steel with 2 -coat fluoropolymer Hylar 5000 or Kynar 500 finish. C. Finish gutters, downspouts, and similar exposed units with baked -on, white -acrylic shop finish; 1.0 -mil (0.025 -mm) dry film thickness. 2.3 ACCESSORIES A. Solder: ASTM B 32, Grade Sn50. B. Asphalt Mastic: SSPC-Paint 12, asbestos free, solvent type. C. Rpofing Cement: ASTM D 4586, Type I, asbestos free, asphalt based. PART 3- EXECUTION 3.1 INSTALLATION SHEET METAL FLASHING AND TRIM 07620 - 1 S • ! Fayetteville Senior Center 02/00 A. Comply with manufacturer's written instructions and SMACNA's "Architectural Sheet Metal Manual." Allow for thermal expansion; set true to line and level. Install Work with laps, joints, and seams permanently watertight and weatherproof, conceal fasteners where possible. I. RoofrEdge Flashings: Secure metal flashings at roof edges according to FM Loss Prevention Data Sheet 1-49 for specified wind zone. B. Sealed Joints: Form nonexpansion, but movable, joints in metal to accommodate elastomeric sealant to comply with SMACNA standards. C. Fabricate nonmoving. seams in sheet metal with flat -lock seams. Tin edges to be seamed, form seams, and solder.. I. Clean surfaces to be soldered, removing oils and foreign matter. Pre -tin edges of sheets to be soldered to a width of 1-1/2 inches (38 nun), unless pre -tinned surface would show in finished Work. D. Separations: Separate noncompatible metals or corrosive substrates with a coating of asphalt mastic or other permanent separation. END OF SECTION 07620 1 LI I I I I I I SHEET METAL FLASHING AND TRIM 07620 - 2 ' I 1 • • Fayetteville Senior Center 02/00 SECTION 07811 - SPRAYED FIRE -RESISTIVE MATERIALS I. PART I - GENERAL 1.1 SECTION REQUIREMENTS IA Submit Product Data and manufacturer's certificates evidencing compliance of fire -resistive materials with specified requirements. ' B. Provide sprayed fire -resistive materials identical to those used in assemblies tested for fire -resistance ratings according to ASTM E 119, and surface -burning characteristics according to ASTM E 84, by UL or another testing agency acceptable to authorities having jurisdiction. ' C. Provide fire -resistive materials containing no detectable asbestos as determined by the method specified in 40 CFR, Part 763, Subpart F, Appendix A, Section 1, Polarized Light Microscopy. PART 2- PRODUCTS ' 2.1 SPRAYED FIRE -RESISTIVE MATERIALS A Sprayed fibrous and cementitious materials used for structural fire resistance for file protection shall be tin accordance with ASTM E 605. Rating to be determined by local code. PART 3- EXECUTION ' 3.1 INSTALLATION A. Clean substrates of substances that could impair bond of fire -resistive materials, including oil, grease, rolling compounds, incompatible primers, and loose mill scale. B. Comply with manufacturer's written instructions for mixing materials, application procedures, and types of equipment used to convey and spray on fire -resistive materials as required to achieve fire- ' resistance ratings indicated. C. Apply fire -resistive materials in thicknesses indicated, but not less than those required to achieve fire- ' resistance ratings designated for each condition. D. Provide spray -textured finish on exposed fire -resistive materials. ' E. Scope of work clarification: All exposed beams and columns must be sprayed with fire -resistive materials as specified in this section. All mecanical room and pent house styeel floor and roof structure including columns, beams and metal deck on ' both must be.sprayed with fire- resistive materials. Composite metal decks over crawl space and basement will not be sprayed with fire -resistive materials. Over -spray of beams and columns onto deck is acceptable. Exposed steel including that which is necessary for terraces and decks will not be sprayed with fire -resistive ' materials. SPRAYED FIRE -RESISTIVE MATERIALS 07811 - 1 •S • 1 Fayetteville Senior Center 02/00 END OF SECTION 07811 ' 1 1 1 1 1 1 I 1 1 SPRAYED FIRE -RESISTIVE MATERIALS 07811 -2 1 Fayetteville Senior Center SECTION 07920 - JOINT SEALANTS PARTI-GENERAL 1.1 SECTION REQUIREMENTS A. Spbmit Product Data and color Samples. PART2-PRODUCTS 2.1 JQINT SEALANTS A. Compatibility: Provide joint sealants; joint fillers, and other related materials that are compatible with qne another and with joint substrates under service and application conditions. B. Provide elastomeric sealant complying with ASTM C 920. I. One -part, mildew -resistant silicone sealant, Type S; Grade NS; Class 25; Uses NT, G, A, and O; formulated with fungicide. 2. Multipart, nonsag urethane sealant, Type M; Grade NS; Class 25; C. Acoustical Sealant: Nonsag, paintable, nonstaining, latex sealant complying with ASTM C 834. D. Acoustical Sealant for Concealed Joints: Nondrying, nonhardening, nonskinning, nonstaining, gunnable, synthetic rubber sealantrecommended for sealing. interior concealed joints to reduce trpnsmission of airborne sound. PART 3- EXECUTION 3.1 I NjSTALLATION A. Comply with ASTM C 1193. B. Comply with ASTM C 919 for use of joint sealants in acoustical applications. END OF SECTION 07920 JOINT SEALANTS 07920 - 1 Fayetteville Senior Center 02/00 SECTION 08110 - STEEL DOORS AND FRAMES PART 1 - GENERAL 1.1 SECTION REQUIREMENTS A Submit Product Data and door schedule. B. Comply with ANSI/SDI 100. C. Comply with NFPA 80 for fire -rated door assemblies. Provide assemblies identical to those tested per ASTM E 15�, and labeled and listed by UL, Warnock Hersey, or another testing and inspecting agency acceptable to authorities having jurisdiction. PART2-PRODUCTS 2.1 MATERIALS A Galvanized Steel Sheets: ASTM A 653, commercial quality or ASTM A 642, drawing quality, with A60 or G60 coating designation, mill phosphatized. 2.2 STEEL DOORS AND FRAMES A. Double door sets to include weather protection astragal. Double door sets do not have center mullion. B. Steel Doors: 1 -3/4 -inch- thick of materials and ANSUSDI 100 grades and models specified below, or as indicated on Drawings or schedules: 1. Exterior Doors: Grade III, extra heavy-duty, Model 2, seamless design, minimum 0.0635-inch- jhick, galvanized steel sheet faces. C. Fabricate steel frames to be rigid, neat in appearance, and free from defects, warp, or buckle. PART 3- EXECUTION 3.1 INSTALLATION A. Place steel frames to comply with provisions of 5O1 105. B. Install steel doors accurately in frames, within clearances specified in ANSUSDI 100. END OF SECTION 08110 STEEL DOORS AND FRAMES 08110- 1 Fayetteville Senior Center SECTION 08211 - FLUSH WOOD DOORS PART I - GENERAL 1.1 SECTION REQUIREMENTS A. Submit samples for factory -finished doors. B. Quality Standard: NWWDA IS. 1-k PART 2- PRODUCTS 2.1 FLUSH WOOD DOORS A. Interior Solid Core Doors for Transparent Finish: Premium Grade, 5 -ply, glued -block core. 1r Faces: Douglas Fir, rotary cut 2.2 FABRICATION AND FINISHING 02/00 A. Factory fit doors to suit frame -opening sizes indicated and to comply with referenced quality standard. B. Factory machine doors for hardware that is not surface applied. C. Cut and trim openings to comply with referenced standards. 1. Trim light openings with moldings indicated. 2. Factory install louvers in prepared openings. D. Factory finish wood doors. All finishes to be water based.. PART 3- EXECUTION 3.1 INSTALLATION A. Install doors to comply with referenced quality standard. B. Aligaand fit doors in frames with uniform clearances and bevels. Machine doors for hardware. Seal cut surfaces after fitting and machining. C. Align factory -fitted doors in frames for uniform clearances. D. Repair, refinish, or replace factory -finished doors damaged during installation, as directed by Architect. END OF SECTION 08211 FLUSH WOOD DOORS 08211 - Fayetteville Senior Center 02/00 SECTION 08212 - STILE AND RAIL WOOD DOORS PART 1 -GENERAL 1.1 SECTION REQUIREMENTS A Submit Product Data for doors, including details of construction and factory -finishing specifications. B. Submit finish samples for factory -finished doors. C. Quality Standard: NWWDA 1.5.6, "Industry Standard for Wood Stile and Rail Doors." D. Safety Glass: Comply with 16 CFR, Part 1201. PART 2- PRODUCTS 2.1 STILE AND RAIL DOORS A. Exterior Doors: Manufactured Aluminum -Clad Doors are to be PR0077 Boysenberry color. B. C. Interior Doors: NWWDA Premium or Select grade with raised panels. 1. Room Doors: See Door Schedule 2.2 FABRICATION AND FINISHING A Factory fit doors to suit frame -opening sizes and to comply with referenced quality standard 1. Provide 1/8 -inch clearance at jambs, heads, and meeting, stiles and 1/2 inch at bottom. At thresholds, provide 3/8 -inch clearance. 2. Comply with NFPA 80 for fire -resistance -rated doors. B. Factory machine doors for hardware that is not surface applied. C. Glaze doors at factory. D. Aluminum -Clad doors to receive manufacturers finish. E. Factory finish wood doors with manufacturer's standard stain and 2 -coat conversion varnish finish in color selected. All finishes to be water based. PART 3- EXECUTION STILE AND RAIL WOOD DOORS 08212- 1 Fayetteville Senior Center 02/00 3.1 INSTALLATION A Align and fit doors in frames with uniform clearances and bevels indicated below. Machine doors for hardware. Seal cut surfaces after fitting and machining. 1. Provide 1/8 -inch clearance at jambs, heads, and meeting stiles and 1/8 inch at bottom. At .thresholds, provide 1/4 -inch clearance from bottom of door. B. Align factory -fitted doors in frames for uniform clearances. C. Repair, refinish, or replace factory -finished doors damaged during installation as directed by Architect. END OF SECTION 08212 STILE AND RAIL WOOD DOORS 08212 -2 Fayetteville Senior Center 02/00 SECTION 08310- ACCESS DOORS AND PANELS PART 1 -GENERAL 1.1 SECTION REQUIREMENTS A Submit Product Data. B. Where fire -rated access doors are required, provide doors that comply with NFPA 80, are identical to door and frame assemblies tested for fire -test -response characteristics per ASTM E 152 for vertical installations and ASTM E 119 for horizontal installations and are labeled and listed by UL, Warnock Hersey, or another testing and inspecting agency acceptable to authorities having jurisdiction. PART 2- PRODUCTS 2.1 ACCESS DOORS AND PANELS A. See Door Schedule. PART 3 - EXECUTION 3.1 INSTALLATION A. Install access doors and panels accurately in position. Adjust hardware and door and panels for proper operation. B. Install fire -rated access doors and panels according to NFPA 80. END OF SECTION 08310 ACCESS DOORS AND PANELS 08310- 1 I 1 1 1 1 1 C1 Fayetteville Senior Center SECTION 08550 - WOOD WINDOWS PARTI- GENERAL 1.1 SECTION REQUIREMENTS A. Submit Product Data and Shop Drawings. B. All Glazing to be Low E Argon filled (R-4) PART2-PRODUCTS 02/00 2.1 WOOD WINDOWS A. All wood windows, and prefabricated window units as indicated: See Window Schedule B. Windows that comply with NWWDA I.S 2 for Performance Grade to comply with local code requirement for wind design pressure. PART 3- EXECUTION 3.1 INSTALLATION A. Provide all hardware, operators, anchors, clips, limit devices, and other components necessary for a complete and weathertight installation. B. Provide all hardware, operators, switches, and other components necessary for proper operation of power window operators. C. Contractor shall employ the services of a.professional window washer to wash all glass which has been installed under this contract, following the completion of all work END OF SECTION 08550 WOOD WINDOWS 08550- 1 I Fayetteville Senior Center 02/00 1 SECTION 08710 - DOOR HARDWARE ' PART I - GENERAL ' 1.1 CONDITIONS IA. The General Conditions, Supplementary General Conditions, and all Contract Documents are a part of this Division of the Specifications and all provisions contained herein. Submission of proposal implies that the Bidder is fully familiar with all requirements of said documents. ' 1.2 SCOPE A. The finish hardware supplier shall furnish all necessary items for completion of this project, as ' specified in paragraph 3.5, hardware sets, or as necessary to complete this building excepting the items specifically excluded 1.3 WORK NCR INCLUDED A. Window Hardware B. Foldipg Partition Hardware C. Toilet Partition Hardware D. Cabinet and Millwork Hardware 1.4 QUALITY ASSURANCE A. The Hardware Supplier shall submit six ( 4 ) typewritten hardware schedules to the Architect through ' the General Contractor for Approval. Each Schedule shall contain the door index listing or opening on the project and the hardware for said opening. Each item of hardware listed is to be clearly identified by manufacturer, manufacturer's number and finish. Each applicable item of hardware must meet or ' exceed the standards set forth by the Americans with Disabilities Act. B. The Architect retains his authority to approve or reject any schedule based upon his knowledge of the supplier's experience and capabilities, the general quality of the products submitted and compliance with the specifications. C. If requested, the supplier shall provide working samples of any items he proposes to substitute. Samples will be returned to the jobsite for installation. D. The hardware supplier shall forward template information to all trades within ten ( 10 ) days after receipt of approved hardware schedules. Template submission shall be made in accordance with the 'latest standards as published by the Door and Window Institute. E. The supplier shall forward wiring diagrams to all affected trades within ten ( 10 ) days after receipt of ' approved hardware schedule. 1.5 DELIVERY, STORAGE AND HANDLING A. All items of hardware shall be clearly marked with door number, key symbol, and heading number to correspond with the approved hardware schedule. ' B. The General Contractor will be responsible for providing a dry, clean, locked room of adequate size for storage of hardware. DOOR HARDWARE 08710-1 Fayetteville Senior Center .02/00 PART2-PRODUCTS , 2.1 MANUFACTURERS ' A. Product numbers listed in the following specifications are taken from the catalogs of manufacturers listed as follows: (H) Hager Hinge Company St. Louis, Missouri (R) Corbin Russwin Berlin, Connecticut (A) Adams Rite City of Industry, California (RK) Rockwood Rockwood, Pennsylvania (D) Dorma Door Controls Reamstown, Pennsylvania (NG) National Guard Products Memphis, Tennessee Products of the following manufacturer's will be considered acceptible provided they are of equivalent weight, function and design: Butts: ' Stanley McKinney Mont Hard Locks: , PDQ ST Series Falcon T Series Yale 5400 Series Panic Devices- Yale Monarch Door Closers: Norton Corbin Russwin Yale Door Trim: , Quality Trimco Hager Door Stops and Misc. Holders: Quality Rockwood ' Thresholds and Weatherstripping: Reese Pemko Hager 2.2 FINISH A The finish ingeneral shall be Satin Chrome (BHMA 626) ' B. Satin Stainless Steel (BHMA 630) may be provided at the supplier's option. C. Door closers shall be painted aluminum {BHMA 689) D. Thresholds and Weatherstrips shall be mill finish aluminum. 2.3 FASTENERS A. Where sex nut bolts are specified in paragraph 3.5, furnish sex bolts sized to the thickness of the door. ' B. Wood.screws are to be threaded to the head C. Material of fasteners shall be ferrous or non-ferrous matching the product being applied D. Length of fasteners shall be sufficient to afford adequate thread engagement. , DOOR HARDWARE 08710-2 LEI Fayetteville Senior Center 2.4 KEYING 02/00 A All locks to be subject to a new masterkey system. Locks are to be keyed alike in-groups as required. B. Furnish four ( 4 ) keys per keyed alike set and two ( 2 ) keys each for all other locks. C. There shall be six (6) masterkeys furnished. 2.5 KEY CONTROL SYSTEM A. Provide a complete key control system including envelopes, labels, tags with self locking key clips, receipt form% 3 -way visible card index, temporary markers and standard metal cabinet. The size of the system is to be 150% of the number of locks required for the project. PART 3- EXECUTION 3.1 INSPECTION A. Conditions of opening size shall be verified by the General Contractor as to door frames being .plumb and of correct tolerances to receive door and hardware. 3.2 INSTALLATION A. The installer shall be competent and have knowledge of hardware B. Mounting heights for all hardware shall be recommended by the Door and Hardware Institute. 3.3 ADJUSTING A. The General Contractor shall be responsible for final adjustments on all items of finish hardware. He shall replace or repair any items of hardware until owner accepts the project as complete. 3.4 PROTECTION A. The General Contractor is responsible for..protection of all items of Hardware until Owner accepts the project as complete. 08710-3 I Fayetteville Senior Center 1 02/00 3.5 HARDWARE SETS A. The following is a general listing of the minimum hardware requirements. Any item of hardware normally required by good practice, or as to meet state or local codes, shall be furnished even though it may not be specifically mentioned. HW-1 A/72 (A) 2 Ea -Exit -Device (A) 2 Ea -Entry Lever (D) 2 Ea Closer <H) 2 - Ea-Kiekplate- 2 Ea Stop IMVJM B/72, E/72 (A) 2 Ea Exit Device (A) 2 F.a Pu11 (D) I Ea Closer (H) 2 Ea Kickplate 2 Ea Stop FEW -3 C/36, D/36, F/36, (A) I Ea Exit Device (A) I Ea Pull (D) 1 Ea Closer (H) 1 Ea Kickplate I:k''ff'! G/36, J/36 M/36 (A) 1 Ea Exit Device (A) I Ea Pull (D) 1 Ea Closer (H) 1 Ea Kickplate 11/36 (A) 1 Ea -Pull. 1 EaStop (H) 1 Ea Kickplate HW-6 J/36, M/36 interior (A) I Ea Exit Device (A) 1 Ea Pull (D) I Ea Closer (H) 1 Ea Kickplate I.\ K/42 (A) (D) (A) DOOR HARDWARE 1 Ea.Exit Device 1 Ea Closer - 1 Ea Pull Series-8100.w/surface vertical rod and electric. actuation 301-7 800- Se-rres-w/low-ener ' power assist, technolo ' -10" x-DW-14/2" Series 8100w! surface vertical rod 3001 No Cylinder PA760IDS x SNl 10"xDW-2" ED8700 x 3088-39 3001 No Cylinder PA760IDS x SNI 10"xDW-2" ED8700 x 3088 - 39 3001 With Cylinder PA760IDS x SNl 10"xDW-2" 3001 No -Cylinder - 10" x DW -2" ED8700 x 3088 - 39 3001 With Cylinder PA760IDS x SNI 10"xDW-2" ED870O x 3088-- 39- PA7601•DS x-SNI- 3001 With Cylinder I I I 1 1 08710-4 Fayetteville Senior Center 02/00 HW-8 ' U36 (D) 1 Ea Closet 7601DSx.SNI- (A) I Ea -Pull 3004 With -Cylinder ' (A) I Ea Exit -Device ED8700-x 3088-39 HW-9 N/72 (H) 6 Ea -Butts- BB4191.4-1/2" x.4-112" R"IRP • (H) 1 Ea -Surface Bolt& 276D (A) I Ea Pull 3001 With Cylinder ' HW-10 1/80 ' (H) 8 EaBuus. BRI1914-1/2" x 4.1/2" NRP 2 Ea Push (A) 2 Ea Pull 3001 No Cylinder (H) 2 Ea Kickplate 10" x DW - 2" ' 2 Ea Stops w/ catch (D) 2 Ea Closer Concealed BTS 75V/80 Offset ' HW-11 2/75, 7/75, 9/75 (H) 6 Eu Butts 2 Ea Push 2 Ea Pull (H) 2 Ea Kickplate 10" x DW - 2" 2 Ea Stops (D) 2 Ea Closer ITS 96 Series HW-12 ' 3/38 (H) 3 Ea Butts I Ea Locksct ' HW-13 4/72 (H) 6 Ea -Butt& ' (1) I Ea -Flush -Bolt I Ea Lockset- 1 Ea Stop ' HW-14 5/38 ' (H) 3 Ea Butts 1 Ea Push l Ep Pull (H) 1 Ea Kickplate 10" x DW - 2" I Ea Stop HW-15 ' 6/38. (1-I) 3 Ea Butts DOOR HARDWARE 08710-5 Fayetteville Senior Center 02/00 1 Ea Privacy Lockset , 1 Ea Stop (H) I Ea Kickplate 10" x DW -2" HW-16 ' 10/38 12/38 (H) 3 Ea Butts 1 Ea Lockset I Ea Stop (H) 1 Ea Kickplate 10" x DW -2" HW-17 ' 8/38 (H) 3 Ea -Butts - I Ea Lockset- I ..Ea-Kickplale HW-18 11/38 Suitable Pocket door Hardware END OF SECTION 08710 1 1 1 1 DOOR HARDWARE 08710-6 I Fayetteville Senior Center 02/00 SECTION 08716 - POWER DOOR OPERATORS ' PARTI- GFNERAL 1.1 SECTION REQUIREMENTS A Submit Product Data wiring diagrams and maintenance data. B. Comply with BHMA A156. 10, "Power Operated Pedestrian Door Standard" PART 2- PI{ODUCTS 2.1 DOOR OPERATORS AND ACCESSORIES A $ee Door Hardware Schedule 08710 for locations and types. PART 3- EXECUTION 3.1 INSTALLATION A Install power door operators and controls. After use, readjust door operators and controls and lubricate hardware and moving parts. Securely anchor guide rails level and true to location. ' END OF SECTION 08716 I 1 POWER DOOR OPERATORS 08716 - 1 I 1 1 I Fayetteville Senior Center SECTION 08800 - GLAZING PART 1 -GENERAL 02/00 1.1 SECTION REQUIREMENTS A. Submit Product Data and Samples. B. Comply with written instructions of glass product manufacturers; FGMAs "Glazing Manual"; and publications of AAMA, LSGA, and SIGMA as applicable to products indicated, unless more stringent requirements are indicated C. Insulating -Glass Units: Permanently mark with appropriate certification label of one of the inspecting and testing agencies indicated below: 1. Insulating Glass Certification Council (IGCC). 2. Assoqiated Laboratories, Inc. (ALI). 3. National Certified Testing Laboratories (NCTL). PART2-PRODUCTS 2.1 GLASS A. Float Glass: ASTM C 1036, Type I, clear, Low -E. B. Heat -Treated Float Glass: ASTM C 1048, clear, Low -E, FT (fully tempered). 2.2 FABRICATED GLASS PRODUCTS A. Sealed Insulating -Glass Units: 5/8" Preassembled units complying with ASTM E 774. PART 3 - EXECUTION 3.1 INSTALLATION A. Comply with combined recommendations of manufacturers of glass, sealants, gaskets, and other glazipg materials, unless more stringent requirements are contained in FGMA's "Glazing Manual." B. Set glass lites in each series with uniform pattern, draw, bow, and similar characteristics. END OF SECTION 08800 GLAZING 08800- 1 i • Fayetteville Senior Center 02/00 SECTION 09260 - GYPSUM BOARD ASSEMBLIES PART 1 -GENERAL 1.1 SECTION REQUIREMENTS A. Submit Product Data. B. Where STC-rated assemblies are required, provide materials and construction identical to assemblies whose STC ratings were determined according to ASTM E 90 and classified according to ASTM E 413 by a qualified independent testing agency. C. Where fire -resistance -rated assemblies are required, provide materials and construction identical to assemblies tested according to ASTM E 119 by an independent testing and inspecting agency ' acceptable to authorities having jurisdiction. PART2-PRODUCTS 2.1 GYPSUM BOARD A. Provide gypsum board products in maximum lengths available to minimize end -to -end butt joints. I. Gypsum Wallboard: ASTM C 36, in thickness indicated, with manufacturer's standard edges. Provide regular type, unless otherwise indicated and Type X where required for fire -resistance assemblies. 2. Water -Resistant Gypsum Backing Board: ASTM C 630, in thickness indicated. Provide regular type, unless otherwise indicated and Type X where required for fire -resistance assemblies. 2.2 ACCESSORIES A. Accessories for Interior Installation: Comerbead, edge trim, and zip strip control joints complying with ASTM C 1047, formed from steel sheet zinc coated by hot -dip process or rolled ' zinc or plastic. B. Gypsum Board Joint Treatment Materials: Comply with ASTM C 475. Provide paper ' reinforcing tape and drying -type, job -mixed, all-purpose compound. C. Cementitious Backer Units: ANSI A118.9. D. Cementitious Backer Unit Joint Treatment Materials: Comply with ASTM C 475. GYPSUM BOARD ASSEMBLIES 09260 - 1 H S • 1 Fayetteville Senior Center 02/00 E. Miscellaneous Materials: Provide auxiliary materials forgypsum board construction that comply with referenced standards. PART 3- EXECUTION 1 3.1 INSTALLATION 1 A. Install and finish gypsum panels to comply with ASTM C 840 and GA -216. 1. Isolate the perimeter of non -load -bearing gypsum board partitions where they abut structural elements, except floors, byproviding a 1/4- to 1/2 -inch- (6.4- to 12.7 -mm) wide space between gypsum board and the structure. Trim edges with U -bead edge trim where edges of gypsum _panels are exposed. Seal joints between edges and abutting structural surfaces with acoustical sealant. 2. Where STC-rated gypsum board assemblies are required, comply with ASTM C 919 for location of edge trim and closing off sound -flanking paths around or through gypsum board assemblies. 3. Install cementitious backer units to comply with ANSI A108.11. 4. Single -Layer Fastening Methods: Fasten gypsum panels to supports with screw. A. Finishing Gypsum Board Assemblies: Provide levels of gypsum board finish per GA -214. Provide Level 4 finish, unless otherwise indicated and provide Level 2 finish where panels form substrates for tile. END OF SECTION 09260 1 I I I I GYPSUM BOARD ASSEMBLIES 09260-2 1 Fayetteville SeniorCenter SECTION 09310- CERAMIC TILE PART I - GENERAL 1.1 SECTION REQUIREMENTS A Submit Product Data and material Samples. PART2-PRODUCTS 2.1 CERAMIC TILE A Ceramic tile that complies with Standard Grade requirements of ANSI A137.1, "Specifications for Ceramic Tile." B. Size, shape, pattern and thickness to be determined by interior elevations. C. Tile trim units that match characteristics of adjoining flat tile. D. Tiles mounted, by manufacturer's standard method, into sheets, unless otherwise indicated E. Where indicated, protect exposed surfaces of tile against adherence of mortar and grout by factory precoating them with a hot -applied continuous film ofpetroleum wax. Do not coat unexposed tile surfaces. 2.2 CERAMIC TILE -SETTING AND -GROUTING MATERIALS A Materials complying with ANSI standards. B. Colors and finishes to be determined by architect. 2.3 ACCESSORIES A Setting -bed accessories complying with ANSI A108.1A and as follows: 1. Cleavage Membrane: Asphalt felt, ASTM D 226, Type I (No. 15) or polyethylene sheeting ASTM D 4397, 4.0 mils thick 2. Reinforcing Wire Fabric: Galvanized, welded wire fabric, 2 by 2 inches by 0.062 -inch diameter, .comply with ASTM A 185 and ASTM A 82, except for minimum wire size. B. Cementitious backer units complying with ANSI A118.9, of thickness indicated. PART 3- EXECUTION CERAMIC TILE 09310- 1 Fayetteville Senior Center 3.1 INSTALLATION A. Comply with parts of ANSI A108 series of tile installation standards in "Specifications for Installation of Ceramic Tile" that apply to types of setting and grouting materials and to methods indicated. B. Comply with TCA's "Handbook for Ceramic Tile Installation." C. At showers, .tubs, and whereindicated, providecementitious backer units -and .treat joints to comply with ANSI A108.11. D. Lay tile in grid _pattern, unless otherwise indicated. Align joints where adjoining tiles on floor, base, walls, and trim are the same size. E. Perform cutting and drilling of tile without marring visible surfaces. Carefullygrind cut edges of tile abutting trim, finish, or built-in items for straight aligned joints. Fit tile closely to electrical outlets, piping, fixtures, and other penetrations so plates, collars, or covers overlap tile. END OF SECTION 09310 1 1 1 1 1 1 1 1 1 1 1 1 CERAMIC TILE 09310-2 Fayetteville Senior Center SECTION 09545 - SPECIAL CEILING SURFACES PART 1- GENERAL 1.1 SECTION REQUIREMENTS A. Submit Product Data and material Samples. PART2-PRODUCTS 02/00 3.1 ACOUSTICAL CEILING SYSTEM A NaturaLines Linear Open Wood Ceiling with acoustical option by Conwed; Ladysmith, WI Or Pacific Wood Systems Inc., (Hemlock), or approved equal. 1. Wood Species: Pine and/or Fir PART 3- EXECUTION 3.1 INSTALLATION A. Comply with the following: 1. CISCA's "Ceiling Systems Handbook" 2. CISCA's "Recommendations for Direct -Hung Acoustical Tile and Lay -in Panel Ceilings." 3. U.B.C. Standard 47-18. 4. Manufacturers Specifications and Instructions by Conwed B. For systems requiring seismic restraint, comply with the following: 1. CISCA's "Guidelines for Seismic Restraint of Direct -Hung Suspended Ceiling Assemblies." 2. ASTM E 580, "Standard for Ceiling Suspension Systems Requiring Seismic Restraint." END OF SECTION 09512 SPECIAL CEILING SYSTEMS 09545 - 1 1 - ZI • " ¢ 10-4 1 IO��r� ,0L4' 3 ¢ , ' �� C.e I h e�ooe� to �I' a -'9 I It 3,5 to:.l \D b IO L 10 b 3. �0 6" 1 to -C. JR It it na Inl Iln in rn =I is gut ■TI! ii /III J(ate affrox:na.4e. Uev/i y N u fin- all d nievmiovtS . All Slope 3L/IZ Zc-C.ac�h� 'idr sk .. V Fayetteville Senior Center 02/00 SECTION 09650 - RESILIENT FLOORING PARTI- GENERAL ' 1.1 SECTION REQUIREMENTS A. Submit Product Data and color Samples. IB. Deliver to Owner at least 6 sq. ft. of each type and color of resilient floor to be installed. PART2-PRODUCTS ' 2.1 RESILIENT SHEET FLOOR A. Provide Marmoleum Marbelized Linoleum resilient sheet flooring with E.T.C. as manufactured ' by Forbo Equal or Better. B. Floorcovering shall be all natural materials consisting of linseed oil, cork, Wood flour, resin binders, mixed and calendered onto dimensionally stable man-made webbing. PART 3- EXECUTION 3.1 INSTALLATION A. Preparation I1. Installation of Marmoleum Marbelized Linoleum shall not proceed until the work of all other trades has been completed, especially overhead trades. 2. Areas shall be clean, fully enclosed, weathertight, and heated to a minimum of 64°F for a ' minimum of 72 hours, prior to, during and after installation is completed. 3. Inspect sub -floor surfaces carefully. It is essential that all sub -floors shall be rigid, finished smooth, flat, level, clean, dry and remain permanently dry. ' 4. Concrete sub -floors shall be steel -trowel finished, smooth, flat, and level. Concrete shall be adequately cured and dry. (maximum content of moisture of 3.5%) 5. If needed, sand concrete sub -floor to loosen dirt and other foreign materials. Vacuum to ' remove dust, loose dirt, and other foreign materials. Patch and repair minor cracks and other imperfections with latexpowder and liquidpatching materials. Use Pavelux 657 cement underlayment as manufactured by Forbo or equal, as approved by distributor. ' 6. Marmoleum Marbelized Linoleum will be heat welded at seams using Forbo-Krommenie Marmoleum welding rod. 7. Areas to receive Marmoleum Marbelized Linoleum must be adequately Ijghted to allow for .installation. RESILIENT FLOORING 09650 - 1 Fayetteville Senior Center 02/00 B. Marmoleum Marbelized Linoleum shall be installed in a workmanlike manner in strict accordance with manufacturer's approved installation instructions (see Marmoleum Marbelized Linoleum Installation Instructions Brochure), and using Forbo #635 Elastocol Adhesive. C. All scams shall be welded as per manufacturer's instructions. D. Sheet flooring with elaborate and extensive colorpattems to be selected by and coordinated with the Architect.. END OF SECTION 09651 RESILIENT FLOORING 09650-2 Fayetteville Senior Center 02/00 1 SECTION 09800 BASE MORTAR FINISH SYSTEM PART I - GENERAL SECTION REQUIREMENTS A. Refer to all drawings and other sections of these specifications to determine the type and extent of work. ' 1.2 SCOPE OF WORK A. The contractor shall provide all materials, labor and equipment required to apply the Finestone Base Mortar System or equal and related work necessary for the proper completion of the operation. B. T ' 2 3 5 he following related work is specified under other sections of these specifications Caulking and Sealants; Division 7 Exterior Gypsum Substrates; Division 9 Masonry Substrates; Division 4 Concrete Substrates; Division 3 Exterior Plywood Substrates; Division 5 ' 1.3 QUALITY ASSURANCE A Applicator Requirements I. Must be trained in the application of this system. ' 2. Shall provide satisfactory evidence of his/her qualifications to apply the Finestone Base Mortar System. In. Design and Detailing the Base Mortar System 1. The base mortar system shall be installed in strict accordance with current recommended published details and product specifications from Simplex Products Division; Adrian MI or equal. 1.4 SUBMITTALS ' A. The applicator shall, before the project commences, provide the architect with samples for approval. Samples shall be of the system and of suitable size as required to accurately represent each color and texture to be utilized on the project. Each sample shall be prepared using the 'same tools and techniques as required for the actual application. B. The applicator shall, before the work commences, provide the architect with shop drawings showing the location of control and/or expansion joints in all exterior elevations. The applicator • shall not proceed with the work until the architect has reviewed and approved the shop drawings. PART 2- PRODUCTS 2.1 MANUFACTURERS BASE MORTAR FINISH SYSTEM 09800 - 1 Fayetteville Senior Center 02/00 A All system components shall be obtained or approved as compatible from Simplex Products Division; Adrian MI or its approved supplier. 2.2 FINESTONE BASE MORTAR COMPONENTS A. Base mortar is a durable Portland cement based non-structural wall coating system modified with 100% pure acrylic resins and reinforced with chopped fiberglass fibers. B. Starter strips, metal lath, stops, casings, comer beads, drips, expansion and other special accessories for exterior application shall be either zinc or galvanized. 2.3 FINISH COAT A. Finestone Pebbletex Limestone Float finish coat. Color and texture to be approved by architect. PART 3- EXECUTION A. Installation shall be in accordance with Finestone Base Mortar System selected current written instructions. END OF SECTION 09800 BASE MORTAR FINISH SYSTEM 09800-2 C Fayetteville Senior Center SECTION 99910 - PAINTING PART I - GENERAL 02/00 1.1 SECTION REQUIREMENTS A. Submit Product Data and color Samples. B. Obtain primers and undercoat materials for each coating system from the same manufacturer as the finish coats. C. Paint all exposed surfaces, new and existing, unless otherwise indicated. D. Do npt paint prefinished items, finished metal surfaces, operating parts, labels, and materials obviously intended to be left exposed such as brick and tile. Do not paint concealed surfaces, with the following exceptions: I. Label mechanical. piping in accessible ceiling spaces. 2. Paint the back side of access panels. E. Deliver to Owner a 1 -sal. container, properly labeled and sealed, of each color and type of finish coat paint used on Project. PART 2 - PRODUCTS 2.1 PAINT A. Manufacturer's best quality paint material of the various coating types specified. B. All interior paints to be water based products with Low-VOC ratings. C. Use "Pristine" by Benjamin Moore or equal or better. PART 3 . EXECUTION 3.1 INSTALLATION A. Comply with paint manufacturer's written instructions for surface preparation, environmental and spbstrate conditions, product mixing, and application. 3.2 EXTERIOR PAINT SCHEDULE A. See finish schedule. 3.3 INTERIOR PAINT SCHEDULE PAINTING 09910-1 Fayetteville Senior Center .02/00 A. See finish schedule. , END OF SECTION 09910 1 1 1 1 1 I PAINTING 09910-2 1 Fayetteville Senior Center SECTION 99931 - EXTERIOR WOOD STAINS PARTI- GENERAL SECTION REQUIREMENTS Submit Product Data and color Samples. Deliver to Owner a 1 -gal container, properly labeled and sealed, of each color and type of stain used on Project. Stain material shall be taken from batch mix used in the Work. PART2-PRODUCTS EXTERIOR WOOD STAINS Use Benjamin Moore pigmented semi -transparent wood stain. PART 3- EXECUTION INSTALLATION Comply with stain manufacturer's written instructions for surface preparation, environmental and substrate conditions, product mixing, and application. See finish schedule. END OF SECTION 09931 EXTERIOR WOOD STAINS S Fayetteville Senior Center 02/00 SECTION 09986 - SPECIALTY WALL PANELS PARTI- GENERAL 1.1 SECTION REQUIREMENTS A. Submit Product Data and material Samples of Structoglas wall panels by Sequentia Inc.; Grandview, MO. or better. PART2-PRODUCTS 2.1 PANEL MATERIALS A. Structoglas Pyro Paul Fire Retardant (Class A) wall panels B. All exposed panel edges shall be finished with appropriate Structoglas one-piece or two-piece non- staining vinyl extruded moldings. C. Use only high quality construction grade adhesives and clear silicone sealant in accordance with -manufacturer's recommended installation procedures. D. Use only non -corroding mechanical fasteners. PART 3- EXECUTION 3.1 INSTALLATION A. Follow manufacturers written specifications and instructions for installation. END OF SECTION 09986 SPECIALITY WALL PANELS 09986 - 1 I • • Fayetteville Senior Center 02/00 1 SECTION 10155 - TOILET COMPARTMENTS i PART I - GENERAL 1. I SECTION REQUIREMENTS 1 A. Submit Product Data, Shop Drawings, and material Samples. PART2-PRODUCTS 1 2.1 TOILET COMPARTMENTS A. Overhead -braced -and -floor -anchored toilet compartments. 1. Recycled Plastic Partitions and Doors by Santana; Scranton, PA 2. Comtec will be considered equivalent manufacturers of recycled toilet comparments Saston, PA A. See drawings for types, locations and sizes of toliet components. Unless otherwise indicated, 24 -inch wide in -swinging doors for standard toilet compartments and 36 -inch wide out -swinging doors with a minimum 32 -inch wide clear opening for handicapped accessible compartments. B. Door Hardware: Manufacturer's standard hinges, pulls, bumpers, latches and keepers, and coat hooks, fabricated from stainless steel. PART 3- EXECUTION 3.1 INSTALLATION ' A. Install units rigid, straight, level, and plumb, with not more than 1/2 inch between pilasters and panels and not more -than 1 inch between panels and walls. Provide all brackets, pilaster shoes, head rails, and 1 other components required for a complete installation. B. Install all -required barsand.accessoriesfor handicap accesible compartments. All mounting screws shall be stainless steel. 1 1 END OF SECTION 10155 I I 1 TOILET COMPARTMENTS 10155- 1 Fayetteville Senior Center 02/00 SECTION 10200 - LOUVERS AND VENTS PART 1 -GENERAL L 1 SECTION REQUIREMENTS A. Submit Product Data for louvers. B. Submit Samples showing the full range of colors available for units with factory -applied color finishes. PART 2- PRODUCTS 2.1 MATERIALS A. Galvanized Steel Sheet: ASTM A 653, G90 zinc coating, mill phosphatized. B. Fasteners: Of same basic metal and alloy as fastened metal 01 300 series stainless steel. 2.2 LOUVERS A. Horizontal, drainable, fixed -blade, formed -metal louvers. 1. Louver Depth_ 6 inches. 2. Metal and Thickness: Galvanized steel sheet, 0.0635 inch. 3. Free Area: As required per mechanical drawings 4. Static -Pressure Loss: As required per mechanical drawings 5. Water Penetration: As required per mechanical drawings. 2.3 LOUVER SCREENS A. On exterior face of exterior louvers provide louver screens with rewireable frames of same kind and form of metal as louvers. 1. Bird screening made from galvanized steel wire at galvanized steel louvers. 2.4 FINISHES A. High-performance organic coating finish, AA-Cl2C42Rlx, on aluminum louvers. Use manufacturer's standard 3 -coat fluoropolymer system complying with AAMA 605.2, with finish coats containing at least 70 percent polyvinylidene fluoride resin by weight. PART 3- EXECUTION 3.1 INSTALLATION LOUVERS AND VENTS 10200 - • • Fayetteville Senior Center 02/00 A Install louvers level, plumb and at indicated alignment with adjacent work B. Use concealed anchorages where possible. C. Protect metal surfaces from corrosion or galvanic action by applying a heavy coating of bituminous paint on surfaces that will be in contact with concrete, masonry, or dissimilar metals. END OF SECTION 10200 I I I I LOUVERS AND VENTS 10200 -2 Fayetteville Senior Center SECTION 10300 - PRE -MANUFACTURED FIREPLACE SYSTEM PART I - GENERAL 1.1 SECTION REQUIREMENTS A. Submit Product Data for Wood -Burning Fireplace Unit and Gas Burner system. PART2-PRODUCTS 2.1 MATERIALS A. RD -4300 Fireplace system by Superior Fullerton, CA or better. B. Suitable gas burner system. PART 3 - EXECUTION 3.1 INSTALLATION A. Install unit level, plumb and at indicated alignment with adjacent work. B. Follow manufacturers instructions and specifications. END OF SECTION 10300 02/00 PRE -MANUFACTURED FIREPLACE SYSTEM 10300 - 1 Fayetteville Senior Center SECTION 10431 - SIGNS PART 1 -GENERAL 1.1 SECTION REQUIREMENTS A Submit Product Data, Shop Drawings, and material Samples. PART2-PRODUCTS 2.1 SIGNS A. The contractor shall provide and install signage for the following locations: 1. Mens' and. Women' Restroom 2. Unisex Restroom - 3. Payphone PART 3 - EXECUTION 02/00 3.1 INSTALLATION A. Locate signs where indicated or directed by Architect, using mounting methods specified. Install level, plumb, and at height indicated, with sign surfaces free from distortion or other defects in appearance. END OF SECTION 10431 SIGNS 10431 - 1 Fayetteville Senior Center 02/00 SECTION 10522 - FIRE EXTINGUISHERS, CABINETS, AND ACCESSORIES PART I - GENERAL 1.1 SECTION REQUIREMENTS A. Submit Product Data. B. Fire extinguishers approved and listed with UL or FM, and bearing UL or FM markings, for the type, rating, and classification of extinguisher. C. It is not the intent of this division to specify the scope or nature of the contractors' fire protection procedures or policies during the contract period. PART2-PRODUCTS 2.1 FI�2E EXTINGUISHERS A. Owner provided Fire Extinguishers: To be determined by local building requirements and fire codes. r : t �xKnlrfru 3.1 INSTALLATION A. Contractor will install owner provided fire extinguishers. B. Install cabinets and brackets at heights to comply with applicable regulations of authorities having jurisdiction. C. Identify bracket -mounted extinguishers with "FIRE EXTINGUISHER" in red letter decals applied to wail surface. Letter size, style, and location as selected by Architect. END OF SECTION 10522 FIRE EXTINGUISHERS, CABINETS, AND ACCESSORIES 10522-1 Fayetteville Senior Center SECTION 10750 - TELEPHONE SPECIALTIES PART I - GFNERAL 1.1 SECTION REQUIREMENTS A. Submit Product Data. B. Telephone Company to install coin -operated telephone. PART 2- PRODUCTS 02/00 2.1 TELEPHONE A. Wall -Mounted Telephone 1. Telephone Mounting,: Flush mounting telephone company's standard coin operated telephone. 2. Directory Storage: Directory Binder with chain PART 3- EXECUTION 3.1 INSTALLATION A Install telephone specialties as indicated. Provide clips, grounds, backing materials, brackets, anchors, trim, and accessories for a complete installation. END OF SECTION 10750 TELEPHONE SPECIALTIES 10750 - 1 I 1 1 1 1 1 1 Fayetteville Senior Center SECTION 10801 - TOILET AND BATH ACCESSORIES PART I - GENERAL 1.1 SECTION REQUIREMENTS A. Submit Product Data. PART2-PRODUCTS 02/00 2.1 TOILET AND BATH ACCESSORIES A. Toilet and bath accessories as indicated in the Architectural Drawings, including but not limited to grab bars, mirrors, and liquid soap dispensers. B. (5) Paper towel and (8) toilet paper dispensers to be, provided by paper distributor and installed by cpntractor. PART 3- EXECUTION 3.1 INSTALLATION A. Install toilet accessory units using fasteners appropriate to substrate. Install units level and plumb, firmly anchored in locations, and at heights indicated. Comply with provisions of ADAAG for installation of units required to be accessible to the disabled END OF SECTION 10801 TOILET AND BATH ACCESSORIES 10801 - 1 Fayetteville Senior Center SECTION 12496 - WINDOW TREATMENT HARDWARE PART 1- GENERAL 1. l SECTION REQUIREMENTS A. Submit Product Data and Shop Drawings. PART2-PRODUCTS 3.1 WINDOW TREATMENT HARDWARE A. Contractor to install owner provided mini -blinds for all windows. PART 3- EXECUTION 02/00 3.1 INSTALLATION A. Mount track to wall with manufacturer's standard brackets or channels designed to support weight of track assembly and window treatment plus force applied to operate window treatment. B. Install track level and plumb, and at the proper height and location to adjoining window units. C. Isolate metal parts from concrete or mortar to prevent galvanic action. Use tape or another method, as recommended by manufacturer. END OF SECTION 12496 WINDOW TREATMENT HARDWARE 12496 - 1 0 Fayetteville Senior Center 02/00 SECTION 12690 - FLOOR MATS AND FRAMES PART 1 -GENERAL 1.1 SECTION REQUIREMENTS A. Submit Product Data and Material Samples. PART 2- PRODUCTS 2.1 FLOOR MATS AND FRAMES A Pedimat II Recessed Floor Mat System by Construction Specialties, Inc. Muncy,PA PART 3- EXECUTION 3.1 INSTALLATION A. Install recessed floor mats and frames. B. Coordinate tops of recessed mat surfaces with bottom of doors that swing across mats to provide adequate clearance. C. Coordinate size and location with Arch. Drawings. END OF SECTION 12481 FLOOR MATS AND FRAMES 12690 - 1 FAYETTEVILLE SENIORINTER • ' DIVISION 15 - MECHANICAL SECTION ISA - GENERAL REQUIREMENTS 15A-1 CONTRACT DOCUMENTS: a) All contract documents including drawings, alternates, addenda and modifications preceding this specifica- tion division are applicable to Mechanical Contractor and his Subcontractors, and material suppliers. 15A-2 SPECIFICATION FORM AND DEFINITIONS: a) These Specifications are abbreviated form and contain incomplete sentences. Omissions of words or phrases such as "the Contractor shall", "shall be", "as noted on the Drawings", "according to the drawings", ' "a", "an", "the", and "all" are intentional. Omitted words and phrases shall be supplied by inference. b) When a word such as "proper", "satisfactory", "equivalent", and "as directed" is used, it requires Engineer's review. c) "Provide" means furnish and install. d) "Working Day" wherever used in these specifications shall mean the normal working days, Monday through Friday, exclusive of Saturday, Sunday and federally observed holidays. e) Architect -Engineer hereinafter abbreviated A/E shall mean both the Design Architects and the Design Engineers. ' I) Design Engineer hereinafter abbreviated DIE shall mean the engineering firm, MALONE FINKLE & ASSOCIATES, INC., 2040 E. Sunshine, Springfield, Missouri 65804, Telephone (417) 881-0020. Con- tact person: Steve Colvin ' g) Electrical Contractor hereinafter abbreviated E/C shall mean the person or company and their subcontrac- tors who enter into contract with the Owner to perform the electrical division work. ' h) Mechanical Contractor hereinafter abbreviated M/C shall mean the person or company and their subcon- tractors who enter into contract with the Owner to perform the mechanical division work. i) General Contractor hereinafter abbreviated G/C shall mean the person or company and their subcontractors 'who enter into contract with the Owner to perform the general division work. j) Equipment and/or materials manufacturer hereinafter abbreviated E/M shall mean the manufacturer of ' equipment or materials specified or referred to. 15A-3 GENERAL EXTENT OF WORK: ' a) Provide mechanical systems indicated on drawings, specified or reasonably implied. Provide every device and accessory necessary for proper operation and completion of mechanical systems. In no case will claims for "Extra Work" be allowed for work about which M/C could have informed himself before bids 'were taken. b) M/C shall familiarize himself with equipment provided by other Contractors which require mechanical connections and controls. 15A-4 LOCAL CONDITIONS: Ia) Visit site and determine existing local conditions affecting work in contract. b) Failure to determine site conditions or nature of existing or new construction will not be considered a basis ' for granting additional compensation. MECHANICAL 15A -I FAYETTEVILLE SE& CENTER ' 15A-5 CODES, ORDINANCES, RULES AND REGULATIONS: ' a) Provide work in accordance with applicable codes, rules, ordinances, and regulations of Local, State and Federal Governments and other authorities having lawful jurisdiction. b) Conform to latest editions and supplements of following codes, standards or recommended practices as adopted by the authority having jurisdiction. CITY CODES: I. Arkansas Gas Code. 2. Arkansas Plumbing Code. 3. Arkansas Mechanical Code. 4. Standard Building Code. 5. Standard Fire Prevention Code. SAFETY CODES: I. National Electric Safety Code Handbook H30- National Bureau of Standards. 2. Occupational Safety and Health Standards - Department of Labor. 3. Specifications for Making Buildings and Facilities Accessible To, and Usable By, the Physically Handicapped - American National Standards Institute ANSI A 117.1. NATIONAL FIRE CODES: I. NFPA No. 54 Gas Appliance and Gas Piping Code. 2. NFPA No. 70 National Electric Code - 1993 Edition. 3. NFPA No. 89M Clearances, Heat Producing Appliances. 4. NFPA No. 90A Air Conditioning and Ventilation Systems. 5. NFPA No. 91 Blower and Exhaust Systems. 6. NFPA No. 101 Life Safety Code - 1993 Edition. c) Where following standards are applicable to equipment specified, equipment shall conform to requirements of standard and shall display the appropriate seal or seals: I. AGA - The American Gas Association Laboratories. 2. ASME - American Society of Mechanical Engineers. 3. NSF - National Sanitation Foundation. 4. UL - Underwriters Laboratories Inc. d) Drawings and specifications indicate minimum construction standards, but should any work indicated be , sub -standard to any ordinances, laws, codes, rules or regulations bearing on work, Contractor shall execute work in accordance with such ordinances, laws, codes rules or regulations without increased cost to Owner, but not until he has referred such variances to A/E for approval. e) M/C shall secure and pay for necessary permits and certificates of inspection required by governmental ordinances, laws, rules or regulations. Keep a written record of all permits and inspection certificates and submit two copies to A/E with request for final inspection. I5A-6 CONTRACT CHANGE: a) Changes or deviations from contract, including those for extra or additional work must be submitted in , writing for review of A/E. No verbal orders will be recognized. b) Changes in the work shall be submitted in accordance with AIA Document A20 I. General Conditions of the Contract for Construction. 1 15A -2 MECHANICAL FAYETTEVILLESENIOR •NTER • ' c) All change proposals shall be itemized indicating separately the costs for materials, labor, restocking changes, freight, bonds, insurance, overhead and profit. All materials shall be listed separately with quanti- ties and individual unit prices. Labor factors shall be from a nationally recognized source. ' d) The maximum allowable profit for any change order shall be ten percent (10%). ' e) See Example below. PRICING SHEET Project: Fayetteville Senior Center Location: Fayetteville, Arkansas Date: May 24, 1999 Labor Rate: $22.00 Estimator: John Doe Unit Material Man Hours Total Material Material Units Measure Per Unit Per Unit Man Hrs Total 6" Tee I ea. . $45.00 2.000 2.0 $45.00 ' less 6" ell I ea. $30.00 0.000 0.0 $30.00 6" sch 40 pipe 15 ft. $10.43 0.253 3.8 $156.45 6" cap I ea. $11.00 1.500 1.5 $11.00 ' 6" hanger I ea. $12.00 0.400 0.4 $12.00 4" saddle weld I ea. $0.00 1.200 1.2 $0.00 4" sch 40 18 ft. $4.44 0.183 3.3 . $79.92 I4" ell 3 ea. $13.39 2.000 6.0 $40.17 4" hanger 3 ea. $8.00 0.300 0.9 $24.00 4" weld I ea. $3.00 1.000 1.0 $3.00 1 1/2" cond sch 80 21 ft. $1.63 0.080 1.7 $34.23 1 1/2" ell 3 ea. $4.00 0.400 1.2 $12.00 1 1/2" tee I ea. $5.00 0.600 0.6 $5.00 1 1/2" weld I ea. $3.00 0.400 0.4 $3.00 ' 3/4" F & T trap I ea. $73.00 0.500 0.5 $73.00 3/4" stainer I ea. $12.00 0.500 0.5 $12.00 3/4" XH nipples 4 ea. $7.70 0.100 0.4 $30.80 3/4" unions 2 ea. $3.18 0.300 0.6 $6.36 ' 3/4" cap I ea. $0.65 0.100 0.1 $0.65 3/4" pipe sch 80 10 ft. $0.72 0.040 0.4 $7.20 3/4" tee I ea. $1.50 0.300 0.3 $1.50 3/4" ell 3 ea. $0.95 0.200 0.6 $2.85 3/4" hanger 2 ea. $2.50 0.200 0.4 $5.00 SUBTOTAL 28.4 $618.47 SALES TAX 6.125% $37.88 LABOR 28.4 MH $22.00 $624.80 5% OVERHEAD $64.06 ' 8% PROFIT $107.62 TOTAL $1,452.83 ' 15A-7 LOCATIONS AND INTERFERENCES: a) Locations of equipment, piping and other mechanical work is indicated diagrammatically by mechanical drawings. Determine exact locations on job, subject to structural conditions, work of other Contractors, access requirements for installation and maintenance and to approval of A/E. b) Study and become familiar with contract drawings of other trades and in particular the general construction ' plans and details to obtain necessary information for figuring installation. Cooperate with other workmen MECHANICAL I5A-3 FAYETTEVILLE SETA CENTER • , and install work to avoid interference with their work. Minor deviations, not affecting design characteris- tics, performance or space limitations may be permitted if reviewed by A/E prior to installation. c) Any pipe, apparatus, appliance or other item interfering with proper placement of other work as indicated on drawings, specified, or required, shall be removed and if so shown, relocated and reconnected without extra cost. Damage to other work caused by this Contractor, his subcontractor, or his workmen shall be restored as specified for new work. d) Do not scale mechanical and electrical drawings for dimensions. Accurately lay out work from dimensions indicated on architectural drawings unless such be found in error. 15A-8 SYSTEM PERFORMANCE: a) Final acceptance of work shall be subject to the condition that all systems, equipment, apparatus and ap- pliances operate satisfactorily as designed and intended, work shall include required adjustment of systems and control equipment installed under this specification. 15A-9 WARRANTY: , a) M/C warrants to Owner and Architect the quality of materials, equipment, workmanship and operation of equipment provided under this specification division for a period of one year from and after date of sub- stantial completion of building and acceptance of mechanical systems by Owner. b) Where manufacturers' warranties expire during the one year warranty period, M/C shall include provisions for extending warranty for the full one year period and shall include cost for warranty extension in his base bid. c) M/C warrants to Owner and Architect that on receipt of written notice from either of them within one year warranty period following date of acceptance all defects that have appeared in materials and /or workman- ship, shall be promptly corrected to condition required by contract documents at M/C's expense. d) The above warranty shall not supersede any separately stated warranty or other requirements required by I law or by these specifications. I5A-10 MATERIALS, EQUIPMENT AND SUBSTITUTIONS: ' a) The intent of these specifications is to allow ample opportunity for M/C to use his ingenuity and abilities to perform the work to his and the Owner's best advantage, and to permit maximum competition in bidding on standards of materials and equipment required. b) Material and equipment installed under this contract shall be first class quality, new, unused and without damage. c) In general these specifications identify required materials and equipment by naming first the manufacturer whose product was used as the basis for the project design and specifications. The manufacturers product, series, model, catalog and/or identification numbers shall set quality and capacity requirements for compar- ing the equivalency of other manufacturer's products. Where other manufacturer's names are listed they are considered an approved manufacturer for the product specified, however, the listing of their names implies no prior approval of any product they may propose to furnish as equivalent to the first named product unless specific model or catalog numbers are listed in these specifications or in subsequent addenda. Where other than first named products are used for M/C's base bid proposal it shall be his responsibility to determine prior to bid time that his proposed materials and equipment selections are products of approved manufacturers, that will meet or exceed the specifications and are acceptable to the D/E. d) Where materials or equipment are described but not named, provide required items of first quality, ade- quate in every respect for intended use. Such items shall be submitted to A/E for review prior to procure- ment. 15A -4 MECHANICAL I I I I I I I [1 I I I I I I C1 LJ FAYETTEVILLE SENIOR OTER e) PRIOR TO RECEIPT OF BIDS, OTHER THAN THOSE NAMED SUBMIT A WRITTEN REQUEST THAN SEVEN WORKING DAYS AND ACCEPTABLE ITEMS WII PAL BIDDERS. IF M/C WISHES TO INCORPORATE PRODUCTS IN SPECIFICATIONS IN HIS BASE BID, HE SHALL FOR REVIEW OF SUBSTITUTIONS TO DIE NOT LESS PRIOR TO BID TIME. DIE WILL REVIEW REQUESTS ,L BE LISTED IN AN ADDENDUM ISSUED TO PRINCI- f) Materials and equipment proposed for substitutions shall be equal to or superior to that specified in con- struction, efficiency, utility, aesthetic design, and color as determined by A/E whose decision shall be final and without further recourse. Physical size of substitute brand shall be no larger than space provided in- cluding allowances for access for installation and maintenance. Requests must be accompanied by two copies of complete descriptive and technical data including E/M's name, model, and catalog number, photographs or cuts, physical dimensions, operating characteristics and any other information needed for comparison. g) In proposing a substitution prior to or subsequent to receipt of bids, include in such proposal cost of altering other elements of Project, including adjustments in mechanical -electrical service requirements necessary to accommodate such substitution; whether such affected elements be under this contract or under separate contracts. h) Within seven working days after bids are received, apparent low bidder shall submit to A/E for approval three copies of a list of all major items of equipment he intends to provide. As soon as practicable and within 30 working days after award of Contract, M/C shall submit shop drawings for equipment and mate- rials to be incorporated in work, for A/E review. Where 30 day limit is insufficient for preparation of de- tailed shop drawings on major equipment or assemblies, M/C shall submit manufacturer's descriptive cata- log data and indicate date such detailed shop drawings will be submitted along with manufacturer's certifi- cation that order was placed within 30 working day limit. After execution of contract, substitution of product brands for those named in Specifications will be consid- ered, only if; 1) request is received within thirty days after Contract date and request includes statement showing credit due Owner, if any, if substitution products are used, or 2) Owner requests consideration be given to substitute brands. I5A-11 SHOP DRAWINGS, OPERATION AND MAINTENANCE INSTRUCTION: a) M/C shall furnish a minimum of eight sets of shop drawings of all materials and equipment. A/E will retain four sets. b) Where catalog cuts are submitted for review, conspicuously mark or provide schedule of equipment, capac- ities, controls, fittings, sizes, etc. that are to be provided. Mark each submitted item with applicable section and paragraph numbers of these specifications, OR PLAN SHEET NUMBER when item does not appear in specifications. Where equipment submitted does not appear in base specifications of specified equivalent, mark submittals with applicable alternate numbers, change order numbers, change order number or letters of authorization. Each submittal shall contain at least two sets of original catalog cuts. Each catalog sheet shall bear E/M's name and address. All shop drawings on materials and equipment listed by UL shall indicate UL approval on submittal. c) M/C shall check all shop drawings to verify that they meet specifications and/or drawing requirements before forwarding submittals to the A/E for their review. All shop drawings submitted to A/E shall bear M/C approval stamp which shall indicate that M/C has reviewed submittals and that they meet specification and/or drawing requirements. M/C's submittal review shall specifically check for but not be limited to the following: equipment capacities, physical size in relation to space allowed; electrical characteristics, provi- sions for supply, return and drainage connections to building systems. All shop drawings not meeting M/C's approval shall be returned to his supplier for resubmittal. d) No shop drawings submittals will be considered for review by the A/E without M/C's approval stamp, or that have extensive changes made on the original submittal as a result of Contractor's review. All comments I MECHANICAL 15A -5 FAYETTEVILLE SES4 CENTER • or minor notations on shop drawings shall be flagged as follows to indicate originator of comment or nota- tion: I Contractor, 2 Construction Manager, 3 Architect, 4 Engineer. e) A/E will not be responsible for the cost of returning shop drawing submittals that are submitted to them without M/C's review and approval stamp. A letter will be sent to M/C by either the Architect or Engineer indicating receipt of an improper submittal. M/C shall acknowledge receipt of letter and indicate his plans for pick-up or resubmitting. A/E will hold improper submittals for pick-up by M/C or supplier for 15 working days after date of receipt. If not picked up by the 16th working day, submittals will be disposed of by A/E. f) A/E's review of shop drawings will not relieve MIC of responsibility for deviations from drawings and specifications unless such deviations have been specifically approved in writing by Owner of his represen- tative, nor shall it relieve M/C of responsibility for errors in shop drawings. No work shall be fabricated until A/E's review has been obtained. Any time delay caused by correcting and resubmitting shop drawings will be M/C's responsibility. g) Operating and Maintenance Instructions: I. Submit with shop drawings of equipment three copies of installation, operating, maintenance instructions, and parts lists for equipment provided. Instructions shall be prepared by E/M. 2. Keep in safe place, keys and wrenches furnished with equipment under this contract. Present to ' Owner and obtain a receipt for same upon completion of project. 3. Prepare a complete brochure, covering systems and equipment provided and installed under this contract. Submit brochures to A/E for review before delivery to Owner. Contractor at his option may prepare this brochure or retain an individual to prepare it for him. Include cost of this service in bid. Brochures shall contain following: A. Certified equipment drawings and/or catalog data with equipment provided clearly marked as outlined under this specification. B. Complete installation, operating, maintenance instructions and parts lists for each item of equipment. C. Special emergency operating instructions with a list of service organizations (including addresses and telephone numbers) capable of rendering emergency service to various parts of mechanical systems. 4. Provide brochures bound in Wilson -Jones No. B3-367-49 or National No. B2-87-784 black vinyl three-ring binders with metal hinge. Reinforce binding edge of each sheet of looseleaf type , brochure to prevent tearing from continued usage. Clearly print on label insert of each brochure: A. Project name and address. B. Section of work covered by brochure, i.e., "Heating Ventilating and Air Conditioning', and "Plumbing" etc. 15A-12 CUTTING AND PATCHING: , a) M/C shall do cutting and patching of building materials required for installation of work herein specified. Cut no structural members without Architect's approval and in a manner approved by him. ' b) Patching shall be by mechanics of particular trade involved and shall meet approval of Architect. c) Drilling and cutting of openings through building materials requires Architect's review and approval. Make 1 openings in concrete with concrete hole saw or concrete drill. Do not use star drill or air hammer for this work. 15A - 6 MECHANICAL FAYETTE VILLE SENIOR•NTER • 15A-13 MUTILATION: a) Mutilation of building finishes, caused by installation of mechanical equipment, fixtures, piping and other mechanical devices shall be repaired at M/C's expense to approval of Architect. 15A-14 EXCAVATION AND BACKFILL: I I L a) Perform necessary excavating to receive work. Provide necessary sheathing, shoring, cribbing, tarpaulins, etc. as required and remove same at completion of work. Perform excavation in accordance with appro- priate section of these specifications, and in compliance with OSHA Safety Standards. b) Excavate trenches of sufficient width to allow ample working space, and no deeper than necessary for in- stallation work. c) Conduct excavations so no walls or footings are disturbed or injured. Backfill excavations made under or adjacent to footings with selected earth or sand and tamp to compaction required by A/E. Mechanically tamp backfill under concrete and pavings in 6 inch layers to 95% standard density. d) Backfill trenches and excavations to required heights with allowance made for settlement. Tamp fill mate- rial thoroughly and moistened as required for specified compaction density. Dispose of excess earth, rubble and debris as directed by Architect. e) When available, refer to test hole information on Architectural drawings or specifications for types of soil to be encountered in excavation in base bid. 15A-15 SETTING, ADJUSTMENT AND EQUIPMENT SUPPORTS: ' a) Work shall include mounting, alignment and adjustment of systems and equipment. I I I 11 I I I [1 b) Set equipment level on adequate foundations and provide proper anchor bolts and isolation as shown, specified or required by E/M's installation instructions. c) Provide concrete bases for all floor and slab mounted equipment. Refer to drawings for required base type and size. Provide 3 1/2" high base where base is not shown on drawings. I5A-16 START-UP, CHANGE -OVER, TRAINING AND OPERATIONAL CHECK: a) M/C shall perform initial start-up of systems and equipment and shall provide necessary supervision and labor to make first seasonal changeover of systems. Personnel qualified to start-up and service this equip- ment, including E/M's technicians when specified, and Owner's operating personnel shall be present during these operations. 15A-17 PRE -FINAL AND FINAL CONSTRUCTION REVIEW: a) At M/C's request, A/E will make pre -final construction review to determine if to the best of their knowl- edge project is completed in accordance with plans and specifications. Items found by A/E as not complete or not in accordance with requirements of contract will be outlined in report to M/C. After completion and/or correction of these items M/C shall notify Architect he is ready for final review. b) All necessary system adjustments including air and water systems balancing shall be completed and all specified records and reports submitted in sufficient time to be received by A/E at least ten working days prior to date of final construction review. c) At final construction review, MIC and his major subcontractors shall be present or shall be represented by a person of authority. Each Contractor shall demonstrate, as directed by A/E, that his work complies with purpose and intent of plans and specifications. Respective Contractor shall provide labor, services, instru- ments or tools necessary for such demonstrations and tests. MECHANICAL 15A-7 FAYETTEVILLE SEA CENTER I 15A-18 PAINTING OF MATERIALS AND EQUIPMENT: ' a) Equipment and materials exposed to interior dry environment shall have a minimum of one primer and one finish coat. Equipment and materials mounted in exterior location shall have a minimum if one primer and two finish coats with total thickness of at least 5 mils. Finish coat colors in finish areas shall be as selected by A/E. b) After installation, damage to painted surfaces shall be properly prepared and primed with primers equal to , factory materials. Finish coating shall be same color and type as factory finish. c) Where extensive refinishing of factory applied finishes are required equipment shall be completely repaint- ed. A/E will make final determination on extent of refinishing required. d) Paint all exterior natural gas piping with one primer coat and two finish coats. 15A-19 MAINTENANCE OF SYSTEMS: a) M/C shall be responsible for operation, maintenance and lubrication of equipment installed under his con- I tract. 15A-20 FILTERS: ' a) Provide temporary throw -away filters in all permanent heating and air conditioning equipment systems being utilized during construction. Prior to testing and balancing systems remove temporary filter media and install clean unused filters of the type specified. Clean filters shall be installed in equipment for final acceptance inspection by A/E. b) Unless shown or specified otherwise, provide Farr 30-30 filters. ' 15A-21 CLEANING OF SYSTEM AND EQUIPMENT: a) After pressure testing of systems and equipment and before operational test thoroughly clean interiors of , piping and equipment. b) Clean equipment as recommended by manufacturers. Where specific instructions are not provided by , equipment manufacturer clean equipment systems as follows: Hot water piping: Fill system with a solution of I pound caustic soda or 3 pounds of trisodium phosphate per 100 gallons of water. Heat system water to 150 degrees F and circulate for 48 hours before draining system. Flush system thoroughly with fresh water before refilling with treated water. Treat system water as specified under this specifications. 2. Boilers: Remove relief valve(s) from boiler and close heating hot water supply line from boiler. Provide pipe connection from relief valve(s) tapping to drain. Fill boiler with a solution of caustic soda and water at the rate of one pound of caustic soda per 5 HP of boiler rating. Fire boiler for five hours and maintain constant boiler level. Drain boiler while still warm and flush interior surfaces from top to bottom with high water hose. Flush until water leaving boiler drain is clear. Repeat boiling process as required until boiler is properly cleaned. Boiler cleaning shall be complete before steam and condensater systems are cleaned. Boiler water shall be treated as specified under this specification. 3. Air Handling System: Before starting any air system clean all debris, foreign matter and construc- , lion dirt from air system and fan. Provide equipment requiring filters, such as air handling units, fan coil units, blowers, etc., with throwaway filters specified under this specification. After clean- ing air system install temporary filters and run continuously for 8 hours at full volume. , 15A -8 MECHANICAL FAYETTEVILLE SENIOR •TER • ' 15A-22 STERILIZATION OF DOMESTIC WATER SYSTEM: a) After final pressure testing of distribution system thoroughly flush entire system with water until free of dirt and construction debris. Fill system with solution of liquid chlorine or hypochlorite of not less than 50 PPM. Retain treated water in system until test indicate non- spore -forming bacteria have been destroyed or for 24 hours whichever is greater. ' b) All points in systems shall have at least 10 PPM of solution at end of retention period. Open and close each valve at least six times in system during sterilization to sterilize valve parts. c) When time and concentration conditions have been met, drain system and flush with fresh domestic water until residual cleaning solution is less than 1.0 PPM. Open and close each valve in system six times during flushing operation. ' d) Test samples taken from several points in system shall indicate absence of pollution for two full days. Repeat sterilization as required. Acceptance of system will not be given until satisfactory bacteriological results are obtained. I5A-23 PIPE SLEEVES: ' a) Provide proper type and size pipe sleeves and install in walls or floors and where otherwise noted. Sleeves are not required for supply and waste piping through wall supporting plumbing fixtures or for cast iron soil pipe passing through concrete slab on grade except where penetrating a membrane waterproof floor. ' b) Each sleeve shall be continuous through wall, floor or roof and shall be cut flush on each side except where indicated otherwise. Sleeves shall not be installed in structural member except where indicated or ap- ' proved. Sleeves shall be required through floors subject to flooding such as toilet rooms, equipment rooms and kitchens. The contractor shall have the option of: I. Providing a cast iron sleeve with integral flanges extending I inch above finished floor. Sleeve ' shall be cast in concrete when floor is poured. Annular space between sleeve and pipe shall be filled with Kawool. ' or 2. Provide core -drilled opening in concrete with Thunderline Link -Seal or Calpico Sealing Linx between piping and opening. c) Sleeves passing through floors with waterproof membranes shall be core -drilled and sealed with Thunder - line Link -Seal or Calpico Sealing Linx. d) Sleeves passing through walls with waterproof membranes shall be sealed with Thunderline Link -Seal or Calpico Sealing Linx. ' e) Pipe insulation shall run continuous thru pipe sleeves with 1/4" minimum clearance between insulation and pipe sleeve. Provide metal jackets over insulated pipes passing thru fire walls, floors and smoke partitions. Jacket shall be 0.018 stainless steel extending 12 inches on either side of barrier and secured to insulation ' with 3/8" wide band. Provide Kaowool fire master bulk packing between sleeve and metal jacket. Packing thickness shall be sized per manufacturers recommendation for maintaining the integrity of the fire wall/floor or smoke partition. Fire protection system shall be rated per ASTM E 119. Equivalents to Kaowool are 3M, Flame Stop or Flame Safe. I) Where piping passes through walls serving as air plenums or chases, seal annular space between pipe and ' sleeve air tight with Kaowool Firemaster Bulk Packing. 15A-24 WELDING: a) Contractor shall be responsible for quality of welding and suitability of welding procedures. All welding MECHANICAL 15A -9 FAYETTEVILLE SEER CENTER • ' shall be in accordance with American Welding Society Standard B3.0 and ANSI Standards B31.1. I b) Welding shall be done only by welders who have successfully passed welder qualification tests in previous 12 months for type of welding required. Each welder shall identify his work with a code marking before starting any welded pipe fabrication. Contractor shall submit three copies of a list of welders who will work on project listing welders code, date and types of latest qualifications test passed by each welder. c) Welded joints shall be fusion -welded in accordance with Level AR3 of American Welding Society Stan- dard AWS D10.9 "Standard for Qualification of Welding Procedures and Welders for Pipe and Tubing". Welders qualified under National Certified Pipe Welding Bureau will be acceptable. d) Bevel all piping and fittings in accordance with recognized standards by flame cutting or mechanical means. Align and position parts so that branches and fittings are set true. Make changes in direction of piping systems with factory made welding fittings. Make branch connections with welding tees or forged weldolets. 15A-25 PIPING MATERIALS AND FITTINGS: a) Piping used throughout project shall conform to the following specifications. Piping shall be plainly marked with manufacturers name and weight. All materials listed may not be required on this project. See piping material schedules in Section 15B of this specification for materials to be used for each piping system. Piping materials shall be as follows: Cast Iron Bell and Spigot Soil Pipe: A. Pipe and fittings shall be gray cast iron bell and spigot ends with lead grooves and spigot and beads. Pipe and fittings shall be coated inside and out with asphaltum preservative and meet requirements of current cast iron soil pipe institute Standard HS -67 and ASTM Standard A74-69. B. Seal joints with lead and oakum in accordance with current ANSI Specification A40.8. C. (Optional) Seal joints with neoprene pipe gaskets meeting current ASTM Standard C564- 68. D. Pipe and fittings by Alabama Pipe, Tyler Pipe,Charlotte or Central Foundry. 2. Hubless Cast Iron Soil Pipe: A. Pipe and fittings shall be gray cast iron with spigot bead and positioning lug. Pipe and fittings shall be coated inside and out with asphaltum preservative and shall meet re- quirements of current Cast Iron Soil Pipe Institute Standard 301-69T. B. Pipe joints shall be no -hub joint couplings consisting of neoprene rubber sleeve, stainless steel shield and clamp assembly. I L I I L C I I I I C. Pipe and fittings by Alabama Pipe, Tyler Pipe, Charlotte or Central Foundry. 3. Carbon Steel Pipe (118" through 2-1/2"): ' A. Provide continuous weld or electric resistance welded carbon steel pipe conforming to ASTM Specification A-120 or A-53 as scheduled. B. Pipe joints shall be threaded conforming to ANSI Standard B2. 1. C. Pipe by Armco, Jones & Laughlin Steel Corp. Youngstown Sheet and Tube Co., United States Steel or equal. d 15A - 10 MECHANICAL FAYETTEVILLE SENIOR CENTER 4. Carbon Steel Pipe (3" and Above) A. Provide seamless continuous or electric weld carbon steel pipe conforming to ASTM Specification A-120 or A-53 as scheduled. B. Pipe ends shall be beveled for welding. C. Pipe by Armco, Jones & Laughlin Steel Corp., Youngstown Sheet & Tube Co., United States Steel or equal. 5. Polyvinyl Chloride (PVC) Pipe: A. Provide Type 1, Grade 1, Polyvinyl Chloride Pipe conforming to requirements of current ASTM Specification D-1785. Pipe shall be approved by National Sanitation Foundation (NSF) for potable water. B. Pipe shall have plain ends for socket type fittings with joints made with PVC solvent cement conforming to ASTM Specification D-2546. C. Pipe and fittings by Cabot Piping Systems, Barrett or equal. 6. Copper Tube: A. Provide hard temper copper water tube conforming to requirements of current ASTM Specification B-88. Tubing shall be Type K, L or M as listed in schedule. B. Tubing joints shall be soldered or brazed. See schedule for joining method to be used. C. Pipe by Anaconda, Cerro, Chase, Mueller, Revere Copper or equal. 7. Copper Tube Type ACR: A. Provide hard temper nitrogenized copper refrigerant tube conforming to requirements of current ASTM B-88. Tube shall be type L or K as listed in schedule. B. Tubing joints shall be brazed. C. Pipe by Anaconda, Cerro, Mueller or equal. 15A-26 PIPING FITTINGS: a) Piping fittings used throughout project shall be proper type for installation method used and shall be compatible with piping system materials. Fittings listed in piping material schedule shall conform to the following specifications: 1. Carbon Steel Welding Fittings: A. Provide Carbon Low Alloy Seamless Steel Welding Fittings conforming to current ANSI Standard B16.9 and ASTM Specification A234. B. Fittings by Grinnell, Midwest, Tube Turn, or equal. 2. Branch Connection Welding Fittings: A. Provide carbon steel Weldolet fittings conforming to ANSI Standards B16.9, 816.1 1, 831.1.0 and ASTM Specification A 105 grade 11. B. Fittings by Bonney Forge or equal. MECHANICAL ISA - I l FAYETTEVILLE SErR CENTER • I 3. Branch Connection, Welding to Screwed Fitting: ' A. Provide carbon steel Threadolet fitting conforming to ANSI Standards B16.9, B16.11, 831.1 and ASTM Specification A105 Grade 11. B. Fittings by Bonney Forge or equal. 4. Carbon Steel Flanges: A. Provide carbon steel flanges conforming to ASTM Specification A 181 Grade I and ANSI Standard B 16.5. B. Flanges by Babcock & Wilcox, Grinnell, Midwest, Tube Turn or equal. 5. Grooved End Pipe Coupling: A. Provide Style 77 malleable iron standard couplings conforming to ASTM Specification A-47 Grade 32510 with "triple seal" gasket and track type oval neck bolts conforming to ASTM Specification A183. B. Couplings by Victaulic Company or Gruvagrip by Gustin-Bacon. ' 6. Malleable Iron Screwed Fittings: A. Provide screwed malleable iron fittings conforming to ANSI Standard 816.3, B2.1 and ' ASTM Specification A-47 grade 32510. B. Fittings by Crane, Grinnell, Stockham or equal. ' 7. Cast Iron Screwed Fittings: A. Provide screwed cast iron fittings conforming to ANSI Standard B 16.4, B2.1, and ASTM , Specification A-126, Class A. B. Fittings by Crane, Grinnell, Stockham or equal. 8. Wrought Copper Fittings: A. Provide wrought solder joint copper tube fitting conforming to ANSI Standard B16.22. B. Fittings by Anaconda, Chase, Nibco or equal. 9. Cast Bronze Fittings: A. Provide cast bronze solder joint fittings conforming to ANSI Standard B 16.18. ' B. Fittings by Anaconda, Chase, Nibco or equal. I5A-27 INSULATING UNIONS AND FLANGES: ' a) Provide insulating unions and flanges conforming to following specifications and plainly and permanently marked with manufacturer's name and pressure class rating. Unions and flanges shall be as follows: I. Iron or steel pipe to copper pipe: A. Provide Epco dielectric union or flange with screwed or solder joint as required. Union shall have 250 PSI rating and flange 175 PSI rating at 190 degrees F. 15A- 12 MECHANICAL FAYETTEVILLE SENIOR *TER • ' 15A-28 STRAINERS: a) Install strainers upstream from automatic control valves and pumps. Where strainers are an integral part of these items or incorporated in accessory equipment directly upstream, individual line strainers will not be required. Strainers shall be same size as piping. Provide strainers with proper isolation and blow down valves to allow basket removal for cleaning. ' I. General: Provide Zum "Y" type self-cleaning strainers with FIPT blow -off outlet, flanges or screwed end with pressure rating as required by piping system. Provide strainers with removable stainless steel or monel screens with perforations as follows: TYPE OF STRAINERS SIZE, INCHES SERVICE 1/4 to 2 2-1/2 to 6 8 to 24 Water .005 1/16 1/8 ' Provide strainers sizes 1-1/2" and above with the following accessories: SYSTEM ACCESSORIES ' HOT WATER Blowdown pipe and valve ' b) Equivalent strainers by Armstrong, Dunham Bush, Musseco, Trane, Paget or Yarway. 15A-29 UNIONS: . a) Provide unions or flanged joint in each line preceding connections to equipment or valves requiring main- tenance. ' b) Provide Stockham brass seat unions of material and pressure rating required by piping system. c) Where piping systems of dissimilar materials are jointed together provide proper insulating union as speci- ' fled under this specification. d) Equivalent union by Fairbanks, Grinnell or equal. 15A-30 PIPING INSTALLATION: a) Piping systems materials and installation shall conform with the following standards and codes. ' 1. System: Heating and Air Conditioning Piping Code: ANSI Standard B3 1.1.0 "Power Piping" ' 2. System: Natural Gas Piping Code: ANSI Standard B31.2 "Fuel Gas Piping" ' 3. System: Refrigeration Piping Code: ANSI Standard B31.5 "Refrigeration Piping" 4. System: Plumbing System Piping Code: International Association of Plumbing and Mechanical Officials "Uniform Plumbing Code" b) Pipe sizes indicated on plans and as specified refer to nominal size in inches for steel pipe, cast iron pipe and copper tubing, unless otherwise indicated. Pipes are sized to nearest 1/2". In no case shall piping smaller than size specified be used. MECHANICAL I5A - 13 FAYETTEVILLE SErR CENTER • I c) Contractor shall provide and be responsible for proper location of pipe sleeves, hangers, supports and in- serts. Install hangers, supports, inserts, etc., as recommended by manufacturer and as specified and detailed on drawings. Verify construction types and provide proper hangers, inserts and supports in accordance with manufacturers load ratings and provide for thermal expansion of piping without exceeding allowable stress on piping or supports. Provide solid type hangers and supports where pipe travel exceeds manufac- turers recommendations for fixed hanger and supports. Provide copper plated hangers and supports for suspension of uninsulated copper tubing lines. d) Install all piping parallel with building lines and parallel with other piping to obtain a neat and orderly appearance of piping system. All piping shall be concealed unless noted otherwise. Secure piping with approved anchors and provide guides where required to insure proper direction of piping expansion. Piping shall be installed so that allowable stress for piping, valves and fittings used are not exceeded during normal operation or testing of piping system. e) Install piping so that systems can be completely drained. Provide piping systems with valved drain connec- tions at all low points and ahead of all sectionalizing valves whether shown on plans or not. Drain lines shall be as follows: PIPE SIZE 3/4" thru 2" 2-1/2" thru 5" DRAIN SIZE 3/4" 1" Drain valves on closed piping systems such as heating hot water systems shall be with plugged or capped outlets to protect system from inadvertent drainage. f) Pitch all piping and where possible make connections from horizontal piping so that air can be properly vented from system. Provide air vents as specified at all system high points and at drops in piping in direc- tion of flow. Use eccentric reducers where necessary to avoid air pockets in horizontal piping. I I L] I I I I I g) Provided piping materials and wall thickness for specific piping systems as listed in piping schedules in Section 15B. Steel piping systems 2-1/2" under shall be threaded pipe and fittings. Steel pipe systems 3" and above shall be weld end pipe and fittings unless required otherwise by Code. h) Provide unions or flanged joints in each pipe line preceding connections to equipment to allow removal for repair or replacement. Provide all screwed end valves with union adjacent to valve unless valve can be otherwise easily removed from line. Provide unions on identical sizes of equipment for which one re- placement item to be installed between unions without making any piping changes. Piping fitting materials for specific piping systems shall be as listed in piping schedule. Fittings shall be approved factory made type with threaded or weld ends as required. Fitting pressures and temperature ratings shall be equal to or exceed maximum operating temperature and working pressure of piping system No mitered or field fabricated pipe fittings will be permitted. j) All pipe threads shall meet ANSI Standard B2.1 for taper threads. Lubricate pipe threads with Astroseal teflon thread sealant and lubricating compound applied full strength. Powdered or made up compound will not be permitted. Pipe thread compound shall be applied only to male pipe threads. k) Welded pipe joints shall be made by qualified welding procedures and welders. Welding electrodes shall be type and material recommended by electrode manufacturer for materials to be welded. All pipe fitting ends shall be beveled a minimum of 30 degrees prior to welding. I) Brazed socket type joints shall be made with suitable brazing alloys. Minimum socket depth shall be suffi- cient for intended service. Brazing alloy shall be end fed into socket and shall fill completely annular clearance between socket and pipe or tube. Brazed joints depending solely upon a fillet rather than a socket type joint will not be acceptable. I I I I I 15A- 14 MECHANICAL FAYETTE VILLE SENIOR NTER 0 ' m) Soft soldered socket type joints shall be made in with 95-5 tin -antimony solder as required by temperature and pressure rating of piping system. Soldered socket joints shall be limited to systems containing non- flammable and non-toxic fluids. Soldered socket -type joints shall not be used on piping systems subject to shock or vibration. Soldered joints depending solely upon a fillet rather than a socket -type joint will not be acceptable. I n) n Li Make changes in piping size and direction with approved factory made fittings. Steel pipe and fittings 2- 1/2" and smaller shall be threaded type, pipe and fittings 3" and larger shall be weld and type. Provide fittings suitable for at least 125 PSI working pressure or of pressure rating required for maximum working pressure of system whichever is greater. I5A-31 VALVES AND INSTALLATION: ' a) Install necessary valves within piping systems to provide required flow control and to allow isolation for inspection, maintenance and repair of each piece of equipment or fixture, and on each main and branch service loop. For application of specific valve types see Section 15B of this specification. b) Valves 2-1/2" and smaller shall have solder, socket weld, flanged or screwed end connections as required by piping materials unless otherwise specified or shown on drawings. Install union connection in the line within two feet of each screw end valve unless valve can be otherwise easily removed from line. Valves 3" and over shall have flange end connections or butt weld ends as scheduled. c) Each valve shall be installed so that it is easily accessible for operation, visual inspection, and maintenance. ' d) Non -rising stem valves shall not be installed at any point in the piping systems. With permission of Archi- tect -Engineer, non -rising stem valves may be installed at particular points where space is restricted. e) Valves installed in piping systems shall be compatible with system maximum test pressure, pipe materials, pipe joining method, and fluid or gas conveyed in system. f) Valves shall be the same size as piping shown on drawings. Do not reduce valve size. g) Gate valves shall not be installed in pipe lines where intended service is throttling service or where piping ' is subject to vibration as part of normal operation conditions. h) Valves shall be designed for repacking under pressure when fully opened and backseated. i) Equivalent gate, butterfly, globe and plug valves listed on current comparison charts of specified valve manufacturers by Crane, Centerline, Nibco, Fairbanks, Hale, Muesco Stockham, Jenkins, Kennedy, Key- stone, Powell, Walworth or Apollo will be acceptable. j) Equivalent balancing valves by Taco, Flowset, Thrush, or Illinois. k) Equivalent silent check valves listed on current comparison charts of specified valve manufacturers by Combination Pump Valve Co., Pagent, Muessco, Nibco, Stockham, Williams Hager or Mission will be acceptable. 15A-32 VALVES: a) Ball valves shall be scheduled as Type "BLV" valves. Valve specifications by type number shall be as ' follows: TYPE NO. SPECIFICATION ' BLV-1 3" valves and smaller, Apollo bronze full port ball valve 600 PSI -WOG, teflon seats, stainless steel ball, stem with insulated handle (model no. 70-140), with screwed ends. MECHANICAL 15A - 15 FAYETTEVILLE SEI CENTER • 1 b) Butterfly valves shall be scheduled as Type "BFV" valves. Valve specifications by type number shall be as follows: TYPE NO. SPECIFICATION BFV-I 3" thru 8", Stockham series LD21 I ductile iron drilled wafer body, lever operator, 150 lb. bronze disc, type 304 stainless steel stem and Nordel (EPT) sleeve. Use lug body valves adjacent to all equipment. c) Plug valves shall be scheduled as type PLV valves. Valve specifications by type number shall be as fol- lows: I TYPE NO. SPECIFICATION PLV-I I" valves and smaller Hays 7400 series iron body gas cock, 175 PSI -WOG bronze , plug washer and nut, screwed ends. PLV-2 1-1/4" thru 2-1/2" valves, Rockwell- Nordstrom Fig. 142, semi -steel lubricated plug valve, 175 PSI -WOG, coated plug, two bolt cover, short pattern screwed ends. Provide complete with standard pattern cast handle. PLV-3 3" thru 12" valves, Rockwell -Nordstrom Fig. 143 semi -steel lubricated plug valve, 3" thru 5" 175 PSI -WOG, 6" thru 12" 200 PSI -WOG, coated plug, bolted cover, short pattern, flanged ends. Provide complete with standard pattern cast or pipe , handle as required. d) Silent check valves shall be scheduled as type "SCV" valves. Valve specifications by type number shall be as follows: ' TYPE NO. SPECIFICATION SCV-1 2" valves and smaller Crane No. 34 bronze check valve, 125 PSI -WOG, beryllium ' copper spring, brass stem, bronze disc and seat ring, screwed or solder ends. SCV-3 2-1/2" and larger Muessco #101 -DT iron body, stainless steel trim check valve 150 PSI-ASA with flanged ends. ISA-33 PIPE HANGERS AND SUPPORTS: a) Provide and be responsible for location of piping hangers, supports and inserts, etc., required for installa- tion of piping under this contract. Design of hangers and supports shall conform to current issue of Manu- facturer's Standardization Society Specification (MSS) SP -58. b) Pipe hangers shall be capable of supporting piping in all conditions of operation. They shall allow free expansion and contraction of piping, and prevent excessive stress resulting from transferred weight being induced into pipe or connected equipment. Support horizontal or vertical pipes at locations of least vertical movement. c) Where horizontal piping movements are such that hanger rod angularity from vertical is greater than 4 ' degrees from cold to hot position of pipe, offset hanger, pipe, and structural attachments so that rod is verti- cal in hot position. Hangers shall not become disengaged by movements of supported pipe. d) Provide sufficient hangers to adequately support piping system at specified spacing at changes in piping direction and at concentrated loads. Hangers shall provide for vertical adjustments to maintain pitch re- quired for proper drainage and for longitudinal travel due to expansion and contraction of piping. Fasten hangers to building structural members wherever practicable. e) Hangers in direct contact with copper pipe or tubing shall be copper plated. 15A - 16 MECHANICAL I I II I I I I I I I I I I I FAYETTE V I LLE SENIOR •TER • f) Unless indicated otherwise on drawings support horizontal steel piping as follows: PIPE SIZE ROD DIAMETER MAXIMUM SPACING Up to 1-1/4" 3/8" 8 Ft. 1-1/2" to 2" 3//8�" 10 Ft. 2-1/2" to 3-1/2" 112" 12 Ft. 4" to 5" 5/8" 15 Ft. g) Unless indicated otherwise on drawings support horizontal copper tubing as follows: NOM. TUBING SIZE ROD DIAMETER MAXIMUM SPACING Up to I" 3/8" 6 Ft. 1-1/4" and 1-1/2" 3/8" 8 Ft. 2" 3/8" 9 Ft. 2-1/2" 1/2" 9 Ft. h) Support horizontal cast iron soil pipe with one hanger for each joint located close to hub. i) Support plastic piping as recommended by piping manufacturer. j) Support vertical cast iron soil pipe and PVC pipe at every floor and steel and copper tubing at every other floor except where indicated otherwise on drawings. k) Provide continuous threaded hanger rods wherever possible. No chain, wire, or perforated straps shall be used. Hanger rods shall be subjected to tensile loading only, where lateral or axial pipe movement occurs provide suitable linkage to permit swing. Provide pipe support channels with galvanized finish for con- cealed locations and painted finish for exposed locations. Submit design for multiple pipe supports indicat- ing pipe sizes, service and support details to Architect- Engineer for review prior to fabrication. I) Provide Grinnell pipe hangers for vertical pipe risers as follows: PIPE MATERIAL PIPE SIZE HANGER FIG. NO. Copper 1/2" thru 4" CT -121 Steel 3/4" thru 4" 261 m) Provide Grinnel Fig. 194, 195, 199 steel wall brackets for piping suspended or supported from walls. Brackets shall be prime coated carbon steel. n) Mount hangers for insulated piping on outside of pipe, insulation sized to allow for full thickness of pipe insulation. Provide Grinnell Fig. 167 protection shields sized so that line compressive load does not exceed one-third of insulation compressive strength. Shield shall be galvanized steel and support lower 180 de- grees of pipe insulation. Omit copper plating on hangers mounted outside insulation on copper tubing. o) Structural Attachments for pipe hangers shall be as follows: Concrete Structure: Provide Grinnel Fig. 285 concrete insert for loads up to 400 lbs. and Grinnell Fig. 281 wedge type concrete insert for loads up to 1200 lbs. 2. Steel Beam Structure: Provide Grinnell Fig. No. 86 malleable iron C -clamp for pipe size 2" and smaller and Grinnell Fig. 229 malleable iron beam clamp for pipe size 2- 1/2" and larger. 1 3. Wooden beams or Ceilings: Provide Grinnell Fig. 153 pipe runs as follows: I MECHANICAL 15A-17 FAYETTEVILLE SEI4 CENTER • ' PIPE MATERIAL PIPE SIZE HANGER FIG. NO. Copper 1/2" thru 4" CT -65 Steel 3/8" thru 4" 65 Steel 5" thru 30" 260 p) Provide Fee & Mason Fig. 600 channel trapeze pipe hangers for horizontal multiple pipe runs with pipe clamps or pipe rollers as follows: PIPE MATERIAL PIPE SIZES CLAMP NO. ROLLER NO. Copper 3/8" thru 4" 8600 CP* 8010 CP* Steel 3/8" thru 6" 8500 8010 *Copper Plated , q) Pipe supports for horizontal piping mounted on pipe racks or stanchions shall be Elcen Teflon Slide Plates supports or equivalent by Advanced Thermal systems or Grinnell. Where racks and supports are not de- tailed on drawings submit detailed support drawings to A/E for review prior to fabrication. r) Provide Fee and Mason Fig. 404 vibration control hangers at locations where piping vibrations would be transmitted to building structure by conventional hangers. Apply hangers within their load supporting range. s) Provide Elcen Fig. 50 pipe saddle with adjuster to support piping from floor. Provide complete with pedes- ' tal type floor stand. t) Provide necessary structural steel and attachment accessories for installation of pipe hangers and supports. Where heavy piping loads are to be attached to building structure verify structural loading with A/E prior to installation. u) Equivalent hangers and supports by Auto -Grip, Basic Engineer, Elcen, Fee and Mason or Fluorcarbon Company. I5A-34 EQUIPMENT ANCHORS: a) Provide floor or foundation mounted equipment such as pumps, boilers, air handling units, etc. , with Decature Engineering Company concrete anchors. b) Where equipment anchors can not be installed during forming of floors or foundations anchor equipment with McCullock Kwik-Bolt concrete anchors. c) Anchors shall be proper type and size recommended by manufacturer for equipment to be anchored. I5A-35 CONCRETE INSERTS AND ANCHORS: a) Provide concrete inserts for attaching piping and equipment as follows: 1. In new construction where attachment points can be predetermined provide Fee & Mason Fig. ' 9000 continuous concrete insert of Fig. 186 Universal Steel Concrete insert. 2. In existing construction or new construction where attachment points can not be located before ' setting concrete forms provide McCullock Kwik-Bolt or Phillips red head concrete anchors of proper type for attachments. ISA-36 PRESSURE GAUGES: a) Provide Marsh Quality gauges of type and dial range listed in schedule. ISA - 18 MECHANICAL FAYETTEVILLE SENIOR *TER • b) Provide gauges with 1/4" N.P.T. male bottom or back connection as required with Marsh 1/4" type 1900 FFG alloy steel needle valves. c) Provide gauges with pattern MT Turret case and 4- 1/2" dial. d) Provide each gauge with 1/8" O.D. probe assembly suitable for inserting into a Peterson Equipment Company connector plug. Probes shall be 6" long. e) Gauges shall have recalibrator for zero adjustment of gauge pointer. f) Equivalent gauges by Ashcroft, Mueller, Weksler or Rochester. g) For gauge locations see Section 15B and the drawings. 15A-37 PRESSURE GAGE AND THERMOMETER CONNECTOR PLUGS: a) Provide pressure gage and thermometer connector plugs rated for 500 psi and 200°F. Construct of brass and finish in nickel -plate. Equip with 1/2" NPT fitting with self-sealing valve core type neoprene gasketed orifice suitable for inserting 1/8" O.D. probe assembly from thermometer or pressure gage. Equip orifice with gasketed screw cap and chain. Provide extension length equal to insulation thickness for insulated pipe. b) Connector plugs shall be as manufactured by Peterson Equipment Company or approved equal. I5A-38 DIAL THERMOMETERS: a) Provide Marsh Master Therm Bimetal Dial Thermometers with 5" dial and recalibrator. b) Provide thermometers with polished 304 stainless steel case and stem, 1/2" NPT male back or bottom connections. Accuracy shall be within I% of range. c) Provide each thermometer with separable well for installation in 3/4" F.P.T. pipe connections. d) Provide each thermometer with Peterson Equipment Company 1/8" O.D. 6" long probe for insertion into a gage connector plug. e) Equivalent thermometers by Mueller, Rochester, Taylor, Trerice, Weksler, or Weston. 0 For thermometer locations see Section 15B of this specification and the drawings. I5A-39 TESTING PROCEDURES: a) Test all lines and systems before they are insulated, painted or concealed by construction or backfilling. Provide fuel, water, electricity, materials, labor and equipment required for tests. b) Where entire system can not be tested before concealment, test system in sections. Upon completion, each system shall be tested as an entire system. c) Repair or replace defects, leaks and materials failures revealed by tests and then retested until satisfactory. Make repairs with new materials. d) Verify that system components are rated for maximum test pressures to be applied. Where specified test pressures exceed component ratings remove or isolate components from system during tests. e) Test methods and pressures shall be as follows: I. Hydrostatic Test (Closed Systems): MECHANICAL 15A - 19 FAYETTEVILLE SEA CENTER 0 t A. Hydrostatic test shall be performed using clean unused domestic water. Test pressures shall be as scheduled for system or 150% of operating pressure where not specified. 2. Hydrostatic Test (Open System): ' A. Test entire system with 10 foot head of water. Where system is tested in sections each joint in building except uppermost 10 feet of system shall be submitted to at least 10 feet head of water. Water shall be held in system for 15 minutes before inspection starts. System shall hold test pressure without leaks. 3. Pneumatic Test: A. Test entire system with compressed air. Systems operating above 2 PSI shall be tested at 75 PSI or 150% of operating pressure or whichever is greater. B. Allow at least I hour after test pressure has been applied before making initial test. C. During test, completely isolate entire system from compressor or other sources of air pressure. 4. Refrigerant Piping: A. Test piping by pneumatic test using carbon dioxide or dry nitrogen. Test high and low side of refrigerant system for minimum leakage as specified in ANSI Standard B9.1 for refrigerant used. B. System shall successfully hold test pressure for 24 hours without pressure drop. Follow- ing pressure test, evacuate entire system to an absolute pressure of 5,000 microns at ambient temperature of not less than 55 degrees F. System shall hold vacuum for two hours with absolute pressure increase of not more than 25 microns. C. Following successful completion of vacuum test, immediately charge system with refrig- erant. 5. Pressure Relief and Safety Valve: A. Before installation, test pressure temperature, and safety relief valves to confirm relief settings comply with specifications. B. Tag items that pass test with date of test, observed relief pressure setting and inspector's signature. C. Items installed in systems without test tag attached will be rejected. t) All systems shall hold scheduled test pressures for specified time without loss of initial test pressure. g) Upon completion of testing submit five copies of a typewritten report to A/E. Report shall list systems tested, test methods, test pressures, holding time and all failures with corrective action taken. h) For test pressures see Piping Material Schedule. 15A-40 PIPING PROTECTIVE COATING: a) Provide pipe lines listed in pipe schedule to be coated with Pipe Line Service Company X-Tru-Coat high density polyethylene or polypropylene coating extruded on pipe over a thermal plastic adhesive. b) Coating shall be minimum of 25 mils thick over minimum 10 mil thickness of thermal plastic adhesive. 15A - 20 MECHANICAL • FAYETTEVILLE SENIOR INTER • c) Prepare and coat field made pipe joints and make coating repairs according to manufacturer's recommenda- tion. Cover joints with shrinkable polyethylene sleeve. Coated piping passing through pipe sleeve shall have double thickness coating through sleeve. ' 15A-41 PIPING AND EQUIPMENT INSULATION: ' a) Provide necessary materials and accessories for installation of insulation for plumbing and mechanical systems as specified and/or detailed on drawings insulation type, jacket, and thickness for specific piping systems or equipment shall be as listed in insulation schedule. b) Provide insulation materials manufactured by Certain Teed, Knauf, Dow Chemical, Johns Manville or Owen/Coming Fiberglas. ' c) Insulation, except where specified otherwise, shall have composite fire and smoke hazard ratings as tested by ASTM E-84, NFPA 255, and UL 723 procedures not exceeding: ' FLAME SPREAD 25 SMOKE DEVELOPED 50 FUEL CONTRIBUTED 50 ' Provided insulation accessories such as adhesives, mastics, cements, tape and glass fabric with same component ratings as listed above. Products or their shipping cartons shall bear label indicating their flame and smoke ratings. Treatment ofjackets or facings for impart flame and smoke safety shall be permanent. ' Use of water soluble treatments such as corn paste or wheat paste is prohibited. This does not exclude approved lagging adhesives. Id) Install insulation over clean dry surfaces with joints firmly butted together. Insulation at equipment, flang- es, fittings, etc., shall have straight edges with box type joints with corner beads as required. Where plumb- ing and heating insulation terminates at equipment or unions, taper insulation at 30 degrees angle to pipe with one coat finishing cement and finish same as fittings. Total insulation system shall have neat smooth ' appearance with no wrinkles, or folds in jackets, joint strips or fitting covers. Seal butt joints at maximum intervals of 45 feet to prevent vapor barrier failures from being transmitted to adjoining insulation sections. ' e) Undamaged insulation systems on cold surface piping and equipment shall perform their intended functions as vapor barriers and thermal insulation without premature deterioration or vapor barrier. Contractor shalt take every reasonable precaution to provide insulation systems with continuous unbroken vapor barriers. ' t) Where glass is specified in the following insulation methods provide resin impregnated with open weave glass fabric with 10/20 thread count. ' g) Abbreviations for manufacturers of adhesives, mastics and coating specified shall be C.M. for Chicago Mastic Company and B.F. for Benjamin Foster Company. ' h) Provide piping systems scheduled for metal insulation jacket with insulation system type specified except omit factory applied jackets on plastic foam or calcium silicate insulations unless indicated otherwise in schedule. Secure insulation with 1-1/2" wide pressure sensitive tape bands on plastic foam insulation and with galvanized tie wire on calcium silicate insulation system with stucco embossed aluminum vapor bath- er metal jacket and matching aluminum fitting covers by Childers Products Co., Harren Metals Inc. or Premetco International. Lay fitting covers 2" over adjacent insulation jacket and apply 4" butt joint strips secured with stainless steel bands. Jacket thickness shall be as scheduled with interior surfaces of metal ' fitting covers factory or field coated with not less than 10 mil thickness of C.M. No. 16-110 or B.F. No. 30- 36 mastic coating. Jacket length shall be 3 or 4 feet applied with longitudinal and circumferential joints sealed with 1/8" bead of butyl or elastomeric sealant and lapped 2" over adjacent cover. Secure cover on ' piping 12" OD and smaller on 2" OD and above piping. Bands shall have thumb seals and be coated on 6" centers on piping 6" OD and smaller and on 12" centers on piping 8" and larger. Attach bands on alumi- num jackets that cover insulation without vapor barrier jacket with one pop rivet, secure bands on alumi- num jackets that cover insulation with vapor barrier jackets by cutting diagonal cut in longitudinal lap ' adjacent on piping within 6 feet of floor shall be .020" thick or double jacket of .016" thickness. MECHANICAL 15A-21 FAYETTEVILLE SEER CENTER • ' i) Pipe insulation materials and application methods by type shall be as follows: 1 I. TYPE 2 -PC: Insulation for cold surface piping system with -40 degrees F to +220 degrees F operating temperature range shall be Armstrong AP Armaflex Elastomeric Pipe insulation average thermal conductivity shall not exceed .27 BTU/Hr. at 75 degrees F mean temperature. To greatest extent possible apply insulation without longitudinal joint by slipping insulation over piping. Seal all seams and butt joints with Armstrong 520 adhesive. Insulate fittings as follows: A. Insulate fittings with Miter -Cut pieces of AP/Armaflex pipe insulation equal to thickness of adjoining pipe insulation. Insulate fittings too large to cover with pipe insulation with insulation from fabricated/Armaflex sheet insulation using Armstrong templates. Join and seal all fittings joints with Armstrong 520 adhesive. Finish insulation as soon as possible with two coats of Armstrong Armaflex vinyl- lacquer finish in color selected by Architect. All insulation used outdoors shall be painted to prevent ultra violet deteriora- tion of insulation. j) Insulation materials and application methods for piping hangers supports, anchors, guides, expansion joints, etc., shall be as follows: Insulate hangers and supports from direct contact with cold surfaces with Styrofoam HD- 300 plastic foam inserts of half or full sections of premolded pipe insulation equal in thickness to adjoining insulation. Provide inserts with vapor barrier jacket for lapping 2" over adjacent pipe insulation jacket. Protect insulation with insulation shields supporting lower 180 degrees of pipe insulation sized so that pipe compressive load does not exceed one third of insulation insert compressive strength. Seal joints with vapor barrier sealer specified for insulation type used. 2. Where piping hanger can not be isolated from cold pipe surfaces insulate piping at hanger loca- tions with extra thickness of pipe insulation. Insulate hanger rod to point 12" above pipe with minimum insulation thickness equal to one-half thickness of pipe insulation. Seal and finish joints with vapor barrier sealer specified for insulation type used. 3. Insulate floor supports in direct contact with cold surface piping with Armstrong 1/2" thick Arm- strong FR/Armaflex pipe or sheet insulation as required by surface. Insulate supports from pipe to floor plate and seal insulation joints with Armstrong No. 520. Finish insulation with Armstrong Armaflex vinyl -lacquer finish. 4. All pipe insulation shall be continuous through walls, ceiling or floor openings, or sleeves; except where firestop or firesafing materials are required. ' k) Insulation of removable heads and valves, manholes access covers, HVAC and plumbing pumps, etc., shall be fabricated to allow removal without damage to insulation. Provide removable units with vapor -proof cover fabricated to be sealed to equipment vapor barrier. 1) Insulation failing to meet workmanship and appearance standards shall be replaced with an acceptable installation before final acceptance of project will be given. Insulation failing to meet performance re- quirements of this specification for a period of one year after date of final acceptance or through one heat- ing season and one cooling season, whichever is longer shall be replaced with an acceptable installation. All costs to correct insulation deficiencies and costs to repair damages to other work shall be at M/C's expense at not cost to Owner. 15A-42 DUCTWORK INSULATION: a) Provide necessary materials and accessories for installation of interior and exterior ductwork insulation as specified and/or details on drawings. Insulation type and thickness for specific ductwork systems shall be as listed in Insulation Schedule in Section 15B of this specification. b) Provide insulation materials manufactured by Armstrong Cork Co., Certain-Teed/Saint Gobain. I Li I H] 15A - 22 MECHANICAL H FAYETTEVILLE SENIOR CENTER • c) Insulation and application adhesives, except where specified otherwise, shall have fire and smoke hazard rating as tested by ASTM E-84 procedure not exceeding: ' FLAME SPREAD 25 SMOKE DEVELOPED 50 FUEL CONTRIBUTED 50 ' d) Abbreviations for manufacturers of adhesives, insulating cements and coating specified shall be C.M. for Chicago Mastic Company, B.F. for Benjamin Foster Company and 3M for 3M Company. Average thermal ' conductivity is expressed in BTU/Hr./Sq.Ft./degrees F/In. e) Install interior duct liner insulation cut to insure tight fitting comer, and longitudinal joints. Apply liner to sheet metal with 100% coverage of C.M. No. 17-477, B.F. No. 81-18 or 3M manufacturers recommended ' applications rate. Coat all edges of liner with adhesive. Provide mechanical fasteners on surfaces 18" or wider in addition to liner adhesive with fastener clips set flush with duct liner surface. Provide fasteners as follows: ' I. Low Velocity Ductwork (Velocities less than 2000 FPM): Provide fasteners within 3" of leading edge of each section 12" O.C. around joint perimeter and 3" from longitudinal joints 12" O.C. Elsewhere space fasteners 18 O.C. except not more than 6" from longitudinal joints nor 12" from comer break. f) Provide concealed rectangular or round ductwork with exterior thermal insulation of type and thickness listed in schedule. Apply insulation to duct with C.M. No. 17-477 or B.F. No. 85-20 adhesive. Provide mechanical fasteners 18" O.C. on duct width 30" and greater. Butt insulation joints tightly together and lap facing 2" over adjacent insulation and seal with vapor barrier adhesive. Seal all breaks with vapor barrier ' adhesive and vapor barrier tape matching insulation facing. g) Provide exposed rectangular ductwork with exterior thermal insulation of type and thickness listed in insu- lation schedule. Apply with mechanical fasteners spaced 12" O.C. with minimum of two rows per duct ' side. Seal fasteners, joints, breaks, and punctures with vapor barrier adhesive reinforced with 3" wide vapor barrier tape matching insulation facing. h) Provide exposed round sheet metal ductwork with exterior thermal insulation of type and thickness listed in insulation schedule. Apply insulation with joints tightly butted together with vapor barrier adhesive. In- sulate fittings with insulation thickness equal to adjoining insulation with cover overlapping 2" onto adja- cent covering. i) Duct insulation materials by type shall be as follows: I. TYPE I-DIL: Internal acoustical and thermal duct insulation for low velocity duct- work shall be Certain Teed 3.0 lb. density Ultralite 300 duct liner with .021 average air friction and .23 BTUH thermal conductivity at 75 degrees F mean temperature. Facing shall have a maximum vapor transmission rate of 0.02 perms. 2. TYPE 4 -DEW: External thermal insulation for rectangular or round duct shall be Certain Teed 1.0 lb. density standard duct insulation type IV with foilscrim-kraft facing and .27 BTUH thermal conductivity at 75 degrees F mean temperature. Facing shall have a maximum vapor transmission rate of 0.02 perms. 3. TYPE 5 -DEW: External fireproofing for rectangular or round kitchen exhaust duct systems shall be Pabco Super Firetemp - L. Installation and materials shall be in complete accordance with manufacturer's recommendations for grease ducts. I5A-43 ELECTRICAL REQUIREMENTS: a) Consult Section 16B of electrical specifications for work to be provided by E/C in conjunction with in- stallation of mechanical equipment. MECHANICAL 15A - 23 FAYETTEVILLE SETS CENTER • b) Electrical work required to install and control mechanical equipment which is not shown on plans or speci- fied under Section 16B shall be included in M/C's base bid proposal. c) The cost of larger wiring, conduit, control and protective devices resulting from installation of equipment which was not used for basis of design as outlined in Article 15A-l0g of specifications shall be paid by M/C at no cost to Owner or A/E. d) M/C shall be responsible for providing supervision to E/C to insure that required connections, interlocking and interconnection of mechanical and electrical equipment are made to attain intended control sequences and system operation. e) Furnish six complete sets of electrical wiring diagrams to A/E and three complete sets to E/C. Diagrams shall show factory and field wiring of components and controls. Control devices and field wiring to be provided by E/C shall be clearly indicated by notation and drawing symbols on wiring diagrams. M/C shall obtain complete electrical data on mechanical shop drawings and shall list this data on an appro- val form which shall be presented monthly, or on request, to E/C. Data shall be complete with wiring diagrams received to date and shall contain necessary data on electrical components of mechanical equip- ment such as HP, voltage, amperes, watts, locked rotor current to allow E/C to order electrical equipment required in his contract. g) Safety disconnect switches and manual and magnetic motor starters shall be provided by E/C. Exceptions will be allowed where mechanical equipment is provided with these devices installed as part of factory built control systems. 15A-44 RECORD DOCUMENTS: a) Record Drawings: Maintain a reproducible set of contract drawings and shop drawings in clean, unda- maged condition, with mark-up of actual installations which vary substantially from the work as originally shown. Mark whichever drawing is most capable of showing "field" condition fully and accurately; however, where shop drawings are used for mark-up, record a cross-reference at corresponding location on working drawings. Mark with red erasable red pencil and, where feasible, use other colors to distinguish between variations in separate categories of work. Mark-up new information which is recognized to be of importance to Owner, but was for some reason not shown on either contract drawings of shop drawings. Give particular attention to concealed work, which would be difficult to measure and record at a later date. Note related change -order numbers where applicable. Organize record drawing sheers into manageable sets, bind with durable paper cover sheets, and prints suitable titles, dates and other identification on cover of each sheet. b) Record Specifications: Maintain one copy of specifications, including addenda, change orders, and similar modifications issued in printed form during construction, and mark-up variations (of substance) in actual work in comparison with text of specifications and modifications as issued. Give particular attention to substitutions, selection of option, and similar information on work where it is concealed or cannot other- wise by readily discerned at a later date by direct observation. Note related record drawing information and product data, where applicable, upon completion of mark-up submit to Architect/Engineer for Owner's records. END OF SECTION 15A H L L L I I I I I I I I L L I I 15A - 24 MECHANICAL FAYETTEVILLE SENIOR ONTER DIVISION 15 - MECHANICAL SECTION 15B - PLUMBING, HEATING, VENTILATING AND AIR CONDITIONING 15B-1 PIPING SYSTEMS MATERIALS: a) Refer to Section 15A of this specification for piping material specifications and installation instructions. b) See Schedule for specific piping materials and joining methods for systems installed under this section. 15B-2 PIPING SYSTEMS VALVES: a) Refer to Section 15A of this specification for valve type specifications and installation instructions. b) See Schedule for valve types to be installed under this section. VALVE SCHEDULE Service Size Stop Check Balance Domestic Water Up to 2" BLV-1 SCV-I -- Domestic Water Up 10 2" -- SCV-1 -- Domestic Water 3" to 8" BFV-I -- -- Domestic Water 2 1/2" & Up -- SCV-3 -- Domestic Water Up to 4" -- -- BAV-I Natural Gas Up to I" PLV-I -- -- Natural Gas 1 1/4" to 2 1/2" PLV-2 -- -- Natural Gas 3" to 12" PLV-3 -- -- Heating Hot Water Up to 2 1/2" BLV-1 -- -- Heating Hot Water 3" and Larger BFV-1 -- -- 15B-3 PIPING SYSTEMS INSULATION: a) Refer to Section 15A for insulation type specifications and installation instructions. b) See Schedule for insulation types and thickness for piping installed under this section. PIPING INSULATION SCHEDULE Service Size Type Thickness Domestic Cold Water All 2 -PC I" Domestic Hot Water Up to I" 2 -PC I" Domestic Hot Water 11/4" & Up 2 -PC 1 1/2" Hot Water Return All 2 -PC I" Refrigerant Lines (Interior) All 2 -PC 1/2" Refrigerant Lines (Exterior) • All 2 -PC 1/2" Hot Water Heating Up to I" 2 -PC I" Hot Water Heating 11/4" & Up 2 -PC 11/2" Air Conditioning Condensate Drain All 2 -PC I" * All exterior piping insulation shall be painted with ultraviolet -resistant paint. Color as selected by archi- tect. 15B- DUCTWORK INSULATION: a) Refer to Section 15A for ductwork insulation specifications and installation instructions. MECHANICAL 15B - I FAYETTEVIIA F. RE CRNTFR • b) See Schedule for insulation for ductwork to be insulated under this section. ' c) Ductwork scheduled for internal lining is NOT sized on the drawings to include the lining. Size shown on the drawings is the inside duct measurement. DUCTWORK INSULATION SCHEDULE System Type Thickness Supply Air - Rectangular 1-DIL 1/2" Supply Air - Round 4 -DEW 1 1/2" Return Air - Rectangular 1-DIL 1/2" Return Air - Round 4 -DEW 11/2" Exhaust Air - Rectangular I-DIL 1/2" Exhaust Air - Round 4 -DEW 1 1/2" Outdoor Air - Rectangular 1-DIL 1/2" Kitchen Exhaust 5 -DEW 3" Note: All ductwork in unconditioned spaces shall receive double thickness insulate. 1511-5 EQUIPMENT INSULATION: a) Refer to Section 15A for equipment insulation specifications and installation instructions. b) See Schedule for insulation for equipment to be insulated under this section. ' 15B-6 SCHEDULE OF FIXTURE BRANCHES: a) Connection to individual plumbing fixtures shall be as follows: Item Waste Vent Cold Hot Urinal 2" 1-1/2" I" -- Water Closet 4" 2" 1-1/4" -- Lavatory 2" 1-1/4" 1/2" 1/2" Janitor Basin 3" 1-1/2" 1/2" 1/2" Shower 2" 1-1/2" 1/2" 1/2" Sink 2" 1-1/2" 1/2" 1/2" Electric Water Cooler 2" 1-1/4" 1/2" 1/2" 1511-7 ADJUSTMENT AND BALANCING: a) Adjust flush valves to minimum volume and balance flow in hot water returns as required to maintain proper water temperature in all branches circulated. 1513-8 DRAINS, FLOOR SINKS, DOWNSPOUT NOZZLES, ETC.: a) Floor Drains: Block out floor prior to pouring of concrete and then level floor drain after pour is set, remove forms and grout hole level. I. Type "A" floor drain shall be J.R. Smith Model 2010-A. 2. Provide each drain that does not have an integral "P" trap with a cast iron "P" trap in connecting piping. 3. See Architectural plans for floor drain top elevations and floor drainage. 4. Floor drains shall be as manufactured by Jonespec, Wade or Zum. , 15B-2 MECHANICAL ' FAYETTEVILLESENIOR CE • TER ' b) Floor Sinks: Block out floor prior to pouring of concrete and then level floor sink after pour is set, remove forms and grout hole level. II. Floor sink type "A" shall be J.R. Smith model 2450. See Architectural plans for floor sink top elevations and floor drainage. 2. Floor sinks shall be as manufactured by Jonespec, Wade, or Zurn. 15B-9 CLEANOUTS: a) Provide cleanouts full size of soil pipe up to and including 4" I.D. Provide cleanouts at base of stacks, end of sewer main and at elbows over 45 degrees and in any horizontal run of piping exceeding 100 feet at 50 foot intervals. Block out floor prior to pouring of concrete and then level cleanout after pour is set, remove forms and grout hole level. Install cleanouts so they are accessible by extending them through walls, floors, above or to outside of building as required. Cleanouts shall be as follows: b) Wall Type Finished Areas: J.R. Smith No. 4532 cast iron cleanout "T" with cleanout plug and stainless steel access cover. c) Floor Type Hard Flooring Areas: J.R. Smith 4023 with round nickel bronze scoriated cover. d) Equivalent cleanouts by Jonespec, Wade, Zum, or Western Foundry. e) Verify floor materials used from Architectural plans. 15B-10 HYDRANTS AND HOSE BIBBS: ' a) Wall Hydrants: Woodford #65 freezeproof with vacuum breaker equivalent by Jonespec, Wade, Zurn, or J.R. Smith. ' b) Hose Bibbs: Woodford model 24P-3/4 or equal angle hose bibb with Midel model 34HF vacuum breaker and loose tee handle. 15B-11 SHOCK ABSORBERS: a) Provide Josam Absorbotron shock absorbers or approved equal on all plumbing fixture batteries where ' shown on plans sized in accordance with the Plumbing and Drainage Institute "Standard P.D.I. WH2O1". Equivalent shock absorbers by Jonespec, Zurn, Wade, Sioux Chief or J.R. Smith. 15B-12 PLUMBING FIXTURES: ' a) Provide plumbing fixtures as shown on drawings and as specified complete including piping and connec- tions. China fixtures shall be of best grade vitreous ware, without pit holes or blemishes and outlines shall be generally true. Architect reserves right to reject any piece which in his opinion is faulty. Fixtures fitting against walls shall have ground backs. Exposed piping and fitting shall be chrome plated. b) Set fixtures true and level with all necessary supports for fixtures installed before plastering is done. Nipples through wall to fixture connection shall be chrome plated brass. Contractor may use copper stub - outs to stops under lavatories provided deep escutcheons are used and no copper is visible in lieu of chrome nipples. c) Equivalent fixtures and accessories by the following manufacturers will be acceptable. II. Fixtures: American Standard, Eljer, Kohler, or Crane. 2. Toilet Seats: Church, Olsonite, Sperzel, or Beneke. 3. Fittings and Supports: Josam, Smith, Zurn or Wade. MECHANICAL 15B-3 FAYETTEVILLE SEAR CENTER • , 4. Flush Valves: Sloan, Watrous, Zurn or Delany. ' 5. Traps, Supplies and Stops: Dearborn, Eastman Central D, Sanitary Dash or as specified under plumbing fixtures. A. Supplies and Stops: Dearborn Figure No. 2700CW 1/2" compression inlet with angle compression stop and 3/8" O.D. risers in length required. Provide deep chrome plated brass escutcheons. B. Traps: Dearborn #FS510 (1-1/2") and/or #FS507 (1-1/4") cast brass body with clean -out "P" trap. Provide deep chrome plated brass escutcheon with set screw. d) See Schedule for fixture types to be installed under this section. 158-13 WATER HEATER: a) Provide water heaters as specified below and as indicated on construction drawings. b) Water heaters shall meet ASHRAE Standard 90A-1980 and shall be ASME rated. c) Gas water heaters shall be AGA certified. I I I I I I d) Electric water heaters shall be UL listed. e) Equivalent by National, State, Ruud or Rheem. 15B-14 OPENINGS: I F a) This Contractor shall include the installation of all boxes and sleeves for openings required to install this work, excepting only structural openings incorporated in the structural drawings. Sleeves shall be installed for all pipes passing through structural slabs and walls. He shall set and verify the location of sleeves as shown on structural plans that pass through beams, only if so shown. b) Penetrations in walls for sheet metal ducts shall be sealed by the M/C by stuffing glass fiber into the cracks ' between the walls, and floors and the ducts. The exposed joints shall then be caulked on each side with non -hardening caulking such as "Tremco Acoustical Sealant". This work applies to all walls in buildings. 158-15 ACCESS PANELS: a) Milcor, Wade or Zurn access panels shall be provided wherever necessary to provide access to valves, traps, etc., located in concealed spaces. Each fire damper, automatic splitter damper, etc., shall have an access panel. Size shall be adequate for inspection and removal of equipment and none shall be less than 12" x 6". Doors shall be flush type and with frames. Door shall be #14 U.S. gauge leveled stock, cadmium plated and fitted with pivot hinges and screwdriver, chain type lock. 158-16 ISOLATION JOINTS: a) Provide on each hot water pump suction and discharge fan coil piping, and where otherwise shown on the drawings, Resistoflex No. 6905 Fluoroflex-T bellows type flexible coupling, where shown on plans. Bellows shall be made of molded Black T-62 TFE Teflon with Monet reinforcing rings. Dynamically rated with 4 to I safety factor. I I I I b) Provide Flexonics flexible metal hose on isolation joints 2" and smaller in lieu of Teflon. Type #301 for copper; Type #401 for steel. I 15B-4 MECHANICAL FAYETTEVILLE SENIOR •LATER • I I I H I I I I 15B-17 EQUIPMENT ISOLATION: a) Mount mechanical equipment on vibration isolators as specified. Isolator manufacturer shall supply all unit isolators, complete rails, fan and motor bases as required, except for isolations supplied with equipment by equipment manufacturer. b) Wherever rotational speed is mentioned as the disturbing frequency, the lowest such speed in system shall be used. Isolation devices shall be selected for uniform deflections according to distribution of weight. c) Rubber -in -shear isolators shall be properly housed and provided with adequate facilities for bolting. Spring isolators shall be equipped with sound attenuating pads, leveling bolts, and shall be free standing for deflec- tions over 1". Outside diameter of each spring when floor mounted shall be as follows: DEFLECTION I" 1-1/2" 3" 3-1/2" SPRING DIAMETER Up to 1000# 2-1/2" 4-1/2" 5-1/2" 7" 1000# to 2000# 4" 5-1/2" 7" 8" 2000# to 3000# 5-1/2" 7" 8" 8" d) Horizontal pipe runs connected to isolated equipment shall be isolated from building structure within its respective equipment room, and in other areas where specified, by isolation units designed for insertion in rods. e) Isolation equipment which is custom designed for a manufacturer's equipment by a reputable machinery isolation manufacturer shall be acceptable, provided that the proposed equipment meets or exceeds all conditions outlined in this specification. f) Isolation equipment shall have an installed efficiency rating of 90% or better. g) Vibration isolation equipment not furnished with equipment shall be manufactured by Amber Booth Vibra- tion Eliminator Co. Equivalent by Korfund Dynamics Corp. of Consolidated Kenetics Corp., Mason. 15B-18 MANUAL AIR VENTS: ' a) Air vents shall be provided at all high points of all hot water systems, on each water coil, drop in pipe against flow of water and where indicated on plans or required by job conditions. b) Air vents shall be 1/2" copper drain line Provide a 1/4" Marsh tee handle cock in air vent line located in an accessible unfinished area. Where air vent above ceilings cannot be made accessible to an exposed location a 12" x 12" access panel shall be provided at drain cock. 15B-19 CLEANING AND FLUSHING HEATING HOT WATER SYSTEMS: a) The heating hot water system for project shall be thoroughly cleaned before placing in operation to rid 'system of dirt, piping compound, mill scale, oil and any other foreign material. b) After system is complete, the Contractor shall fill piping loop and all runouts with clear water. For this ' purpose supply and return runouts shall be temporarily connected together at each air handling and fan coil unit location. There shall be no water flow through air handling and fan coil unit. Loop water shall be circulated for one hour with make up water open and drain open to accomplish initial flushing of system. ' c) After initial flushing, individual air handling and fan coil, etc. units shall be connected permanently to supply and return runouts and system filled for operation under normal closed loop conditions. Contractor shall add trisodium phosphate in an aqueous solution to system at rate of one pound per fifty gallons of ' water in system. After system is filled with this solution, system water shall be brought up to 95 degrees F MECHANICAL 15B -5 FAYETTEVILLE SE•R CENTER • ' temperature and allowed to circulate for two hours. System shall then be drained completely and refilled with fresh water. d) After system has been completely cleaned as specified herein, it shall be tested by litmus paper or other dependable method and shall be left slightly alkaline side (pH 7.5). If system is found to be still on the acid side, cleaning by use of trisodium phosphate shall be repeated. e) System Additives - M/C shall not add any "stop- leak" compounds to the system. ' f) Provide same cleaning and flushing as outlined above for the heating hot water system. 15B-20 SHEET METAL WORK: , a) Provide commercial quality prime, bright spangled galvanized sheet steel, on all ductwork. Sheet metal shall be manufactured in the United States of America. b) Construct ductwork as detailed on drawings and as detailed in the latest edition of the Sheet Metal and Air Conditioning Contractor's Association (SMACNA) Duct Manual. Details shown on project plans shall indicate specific construction methods to be used on this project, and shall be used in lieu of any alternate methods shown in SMACNA Duct manual. c) Construct and install ductwork to be completely free from vibration under all conditions of operation. Support and securely anchor ductwork and equipment from structural framing of building. Provide suitable intermediate metal framing where required between building structural framing. d) Each duct system shall be constructed for the specific duct pressure classifications shown on the contract documents or in equipment fan schedule listed as external or total static pressure. e) All metal ductwork scheduled for interior thermal and acoustical liner is not sized on plans to include the proper thickness of insulation. Add I" or 2" in height and width of ductwork to accommodate insulation thickness. Mount duct specialties such as turning vanes, damper, etc., to ductwork with the section insulat- ed "Build Outs" to maintain continuity of thermal barrier. Construct ductwork system to conform to SMACNA manual 15d HVAC Air Duct Leakage Test Manual Where dimensions, sizes and arrangements of elements of duct assembly and support systems are not provided herein the contractor shall select such to be suitable for the service. All methods and devices shall be subject to the review and approval from Engineer. Make ductwork transitions with sides sloped not to exceed a maximum of 20 degrees, 40 degrees included angle for diverging air flow and 30 degrees, 60 degrees included angle for converging air flow. Factory fabricated reducing fittings of ASME short flow nozzle design will be acceptable for round ductwork. Provide turning vanes in all elbows over 20 degrees unless otherwise noted. The Contractor shall follow the applications recommendation of the manufacturer of all hardware and accessory items and make selections of such consistent with the duct classification and services. Elbows for round ductwork shall be die formed through 8" diameter and 5 section elbow 9" and above in diameter. Provide bellmouth spin -in fitting with manual damper (unless otherwise noted) for round ducts on all 90 degree branch take -off ducts from all shafts and mains. I I I I I Li L I Ducts shall be sealed in accordance with Table 1-2 of SMACNA manual 15d. The allowable air leakage shall be in compliance with SMACNA standards for each respective duct pressure class and duct seal class. I5B -6 MECHANICAL FAYETTEVILLE SENIOR CENTER n) All underground ductwork shall be PVS coated steel. Provide sand fill around ducts and anchor securely. Installation shall be in strict accordance with manufacturers recommendations. o) At contractor's option ductwork may be joined with prefabricated galvanized "Ductmate" sections. The joint packing material and joint construction details using this method shall be submitted to the engineer for review. p) All duct pressure classes shall be same as the external static pressure (ESP) of the equipment supplying the duct. The equipment ESP shall be the pressure class for the entire supply duct system. q) All exhaust ductwork from the kitchen exhaust hood to the exhaust fan shall be 16 gauge welded black iron, liquid tight, and shall conform to the latest edition ofNFPA Bulletin 96, and to all local codes regard- ing elbows, traps, access doors and insulation. All ductwork from the untempered supply air fan to the ' exhaust hood shall conform to current SMACNA standards and the latest edition of NFPA Bulletin 96. All ductwork downstream of exhaust fan shall be single wall liquid tight sheet metal in accordance to SMACNA standards. All welded black iron duct shall be wrapped with Pabco "Firetemp" zero clearance insulating material. 15B-21 SHEET METAL SPECIALTIES: a) Specialties shall be factory fabricated items designed for low, medium or high velocity systems as indicat- ed on contract documents. Submit shop drawings on all specialties required with shop drawings of duct- work layout. Specialties shall be as follows: ' 1. Turning Vanes: Aero-Dyne or equal 26 gauge H -E -P high efficiency profile air foil vanes mount- ed 2-1/8 inches on center on 24 gauge runners. Air turns by Barber Colman will be acceptable on ' low pressure only. 2. Control Dampers: (Round) Provide Ruskin model CDR82 dampers suitable for use in temper- atures to 250°F. Dampers shall be butterfly type with circular blade mounted to shaft within ' flanged frame. Inside of frame shall contain full -circumference, steel bar blade stop. Both damper frame and blade shall be constructed from steel. Damper axle shall be continuous, plated steel, angle reinforced as required, and supported in stainless steel sleeve bearings pressed into frame. All parts not otherwise protected shall be given one coat of aluminum paint. (Rectangular) Pro- vide Ruskin model CD83 dampers suitable for use in temperatures to 250°F and pressure differentials of 7" w.g. for 48" widths, 11.5 w.g. for 36" widths, 16" w.g. for 24" widths, and 20" w.g. for 12" widths. Damper frame shall be 8" x 2" x 14 gage steel channel and blades shall be 16 gage formed steel. Axles shall be 3/4" diameter plated steel supported by stainless steel sleeve bearings pressed into frame. Finish shall be mill galvanized. Control dampers shall be Cesco, Ruskin, Louver and Damper Company or equal. 3. Volume Dampers: (Round - Velocities under 1500 FPM) Provide Ruskin model MDRS35 dampers suitable for use in temperatures from -50°F to 250°F. Dampers shall be butterfly type ' consisting of circular blade mounted to axle. Frames shall be 18 gage steel, 1 1/2" x 1 1/2" angle reinforced for dampers over 20" diameter. Damper blades shall be two layer, 14 gage galvanized steel and include a full -circumference neoprene seal. Leakage through damper in closed position shall not exceed ratings published by Ruskin. Axle shall be 1/2" diameter plated steel with sleeve bearing pressed into frame. All parts not protected shall be given one coat of aluminum paint. (Rectangular - Velocities Under 1500 FPM) Provide model CD35 low leakage dampers suitable for temperatures from -50°F to 200°F. Frames shall be 5" x I" x 16 gage galvanized steel hat ' channel. Blades shall be airfoil -shaped, double -skin construction of 14 gage equivalent thickness and maximum of 6" wide. Axles shall be 1/2" plated steel hex. Bearings shall be molded synthet- ic and linkage concealed in frame. Blade edge seals shall be extruded vinyl. Jamb seals shall be ' flexible metal, compression type. Maximum single section size shall be 60" wide and 72" high. When applications require more than one damper section to fill opening, sections shall be inter- connected by appropriate jack shafting method. Volume dampers shall be Carnes, Cesco, Green - heck, Nailor, Prefco, Titus, United McGill and Vest Company or equal. MECHANICAL 15B-7 FAYETTEVILLE SEI CENTER a 1 4. Flexible Connections: Metaledge Ventglas prefabricated flexible connection of 3-1/4 inch wide heat and fire resistant neoprene coated glass fabric with two 3 inch wide 24 gauge metal strips attached to each edge. Vent Fabrics, Inc., Duro-Dyne Corp. or equal. Provide stainless steel strips on acid exhaust fans. 5. Access Doors: Provide access doors in ductwork for access to fire dampers, smoke dampers etc., installed under this contract. Doors and frames shall be furnished in prime coat of gray rust inhibi- tive paint. Frames shall be seamless one-piece galvanized mild steel. The doors shall be outer and inner panels one-piece galvanized mild steel. The door insulation shall be a minimum of I" thick. Gasket shall be positive seal and fastners progressive action cam locks type (zinc plated). Access doors shall be Nailor, Higgins, Milcor, Donley or equal. 6. Round take -off fittings from medium, high, and low pressure rectangular ductwork shall be made with Wesco or equal bell mouth fittings. H.E.T. High Efficiency takeoffs as manufactured by Sheet Metal Connectors, Inc. or equal will be allowed. 7. Louvers: (Stationary) Provide American Warming and Ventilating model LE -31 6" deep weather ' louvers. Frame and blades shall be 0.081" thick 6063-T5 alloy extruded aluminum. Blades shall be 35 deg. drainable type and spaced at 3.5" centers. Jambs shall be constructed with integral downspouts for carrying water from the blades to the louver sill. Screens shall be provided on the interior of the louver and shall consist of 0.5" mesh 0.063" diameter aluminum wire mounted in aluminum frame. Louvers shall pass 1100 fpm free area velocity with less than 0.19" water pres- sure drop and shall carry less than 0.1 oz/sf of water during a 15 minute period when tested in accordance with AMCA Standard 500. Louvers shall bear the AMCA certified ratings. 1513-22 GRILLES, REGISTERS AND DIFFUSERS: a) Provide grilles, diffusers, and registers as shown on drawings and hereinafter specified. Set all units with rubber gaskets for air tight connection with mounting surface. Unless specified or noted otherwise grilles and registers mounted on ducts shall have standard margins. See drawings for size quantity. b) Install all registers with curve of louver away from line of sight to avoid seeing into space behind louver. ' c) Install all registers in masonry construction so that bottom of register starts with a masonry construction ' joint. Support all grilles, registers and diffusers from Tee bars or structure so as not to stress ceiling tile. Provide proper mounting supplied and arrangements for areas shown. Check architectural drawings for ceiling and wall construction. d) All grilles registers and diffusers shall be submitted with the following information for Engineers approval prior to installation. 1. Airflow. ' 2. Static Pressure Drop (maximum of 0.08" allowed). 3. Noise Criteria Rating (maximum of 30 NC allowed). 4. Throw - 150 FPM, 100 FPM and 50 FPM. , Any submittal found delinquent of requested information shall be returned for resubmittal. e) All dimensions indicated on drawings for diffuser neck sizes, face sizes, etc. are generic in nature and ' should be verified with equipment manufacturer prior to bid letting. Contractor shall be held responsible for compliance with specifications. Should a change be required to remain in compliance with specifica- tions all costs incurred shall be paid by mechanical contractor. 1) All registers and grilles shall have angled blades. g) Equivalent by Titus, Kruger, Anemostat, Cames or Barber'Coleman. h) See GRILLE, REGISTER AND DIFFUSER SCHEDULE. 15B -8 MECHANICAL I I • • FAYETTEVILLE SENIOR CENTER 15B-23 AIR AND WATER SYSTEMS TESTING AND BALANCING: a) All air supply, return and exhaust systems, and hot heating water systems shall be balanced and adjusted to meet capacity and condition shown in construction documents. This work shall be performed by an inde- pendent testing and balancing agency certified by NEBB or AABC. b) M/C shall submit name of testing and balancing agency to A/E for approval prior to bid performance of work. ' c) Balancing shall be performed and reported in accordance with latest Associated Air Balance Council speci- fication for testing and balancing for air systems and hot water systems, as it pertain to systems installed on this project. d) Balancing and test reports shall be submitted on standard AABC forms or equivalent forms by NEBB or SMACNA. e) The following balancing contractors will be accepted for this project: ' Systems Testing and Analysis - Richard Miller 314-567-6011 Miller Certified Air - David Miller 314-821-7575 Pro Balance, Inc. - Alfred "Duke" Yocum 816-531-1969 Carlson & Associates - Nels Carlson 417-887-1640 ' No other contractors shall be allowed unless approved by engineer. ' I5B-24 REFRIGERANT LINES: a) Contractor shall provide all refrigerant lines. Sizing and installation of refrigerant lines shall be as recom- mended by E/M. b) All refrigerant lines shall either be Type ACR copper or pre -charged lines. Pre -charged lines shall be supplied by Refrigeration Equipment manufacturer. c) All refrigerant lines shall be tested. Contractor shall evacuate piping system with vacuum pump, charge with refrigerant to a pressure of 10 psig, and then admit dry nitrogen until the pressure is 150 psig. Final ' pressure shall be left on system for a minimum of four (4) hours. After system is found to be leak free, double evacuate system, leaving final evacuation on system a minimum of twelve (12) hours prior to charg- ing. Pre -charged lines need not be tested except where leaks are suspected. 15B-25 EXHAUST FANS: a) Provide exhaust fans as indicated on drawings and schedule. ' b) Provide accessories as indicated on schedule. c) All fans shall be AMCA certified for air and sound ratings. d) Equivalent by Carnes, Acme, Alladin, Greenheck, Jenn Industries, Loren Cook or Penn Ventilator. ' e) See Exhaust Fan Schedule. 15B-26 GAS VENT PIPING: ' a) Provide Selkirk Metalbestos Type B round double -wall gas vent piping. b) Gas vent piping shall be installed in full compliance with the terms of its Underwriter's Laboratories, Inc. 'listing, with the manufacturer's installation instruction, and with the nationally recognized building codes MECHANICAL 158-9 FAYETTEVILLE SEA CENTER • , representing good practice for such installations. c) Equivalent gas vent piping by Hart & Cooley and Metal -Fab Inc. 1513-27 NATURAL GAS SERVICE: a) Contractor shall contact the local gas company and arrange for gas service as indicated on drawings. Include all costs, charges, fees etc. Incurred by utility company into bid. Provide all materials as required by local authorities for all gas service installation. All work shall be in accordance with the requirements of local authorities. Contact Rick Evans with Arkansas Western Gas. Phone: (501) 521 - 5400. 1513-28 SUMP PUMP, "SPl": I a) Provide Weil model 1-1/4-1400 X 4-1/3, 120 volt, 1/3 horsepower submersible pumps as indicated. Pro- vide 24" diameter X 36" deep fiberglass sump with one piece solid cover. b) Pump shall be cast iron shell, bronze impeller, stainless steel shaft, factory sealed grease lubricated ball bearings, ceramic mechanical seal, and perforated steel strainer. c) Motor shall be hermetically sealed, capacitor -start, with built-in overload protection, electrical characteris- tics as scheduled. Provide 10' of 3 conductor PVC breather type cord, high water alarm and molded grounding plug. Controls shall be by float switch. A set of dry contacts on high water alarm for the tie into fire/security system. d) Equivalent by Kenco or Weinman. 15B-29 PUMPS: a) Finish and install pumps with capacities as shown on plans. Pumps shall be in -line type, close -coupled, single -stage design, for installation in vertical or horizontal position, and capable of being serviced without disturbing piping connections. b) Pump casing shall be of Class 30 cast iron. The impeller shall be of cast bronze, enclosed type, dynamical- ' ly balanced, keyed to the shaft and secured by a locking cap screw. c) The liquid cavity shall be sealed off at the motor shaft by an internally -flushed mechanical seal with ceram- ic seal seat and carbon seal ring, suitable for continuous operation at 225 deg. F. A bronze shaft sleeve shall completely cover the wetted area under the seal. d) Pumps shall be rated for minimum of 175 psi working pressure. The pump case shall have gauge tappings at the suction and discharge nozzles and will include vent and drain ports. e) Motor shall meet NEMA specifications and shall be the size, voltage and enclosure called for on the plans. ' It shall have heavy-duty grease lubricated ball bearings, completely adequate for the maximum load for which the pump is designed. f) Each pump shall be factory tested. It shall then be thoroughly cleaned and painted with at least one coat of high-grade machinery enamel prior to shipment. g) Pumps shall be Series 80 as manufactured by ITT Bell & Gossett, Amtrol, Armstrong, Dunham -Bush, ' Grundfos and Taco. 15B-30 BOILERS: ' a) A certified Multi -Pulse contractor shall furnish and install, where indicated, in accordance with manufac- turer's instructions and in compliance with all rules and regulations of authorities having jurisdiction, gas - fired pulse -combustion National Board -registered modular hot water boilers complete with one or more batteries of boiler modules and accessories. 158-10 MECHANICAL FAYETTEVILLE SENIOR CENTER • b) Heating plant shall have an A.F.U.E. (Annual Fuel Utilization Efficiency) D.O.E. (Department of Energy) certified efficiency rating of not less than 90.6% and shall be A.G. A. (American Gas Association) design certified for an input of 150,000 BTUH and a heating capacity of 132,000 BTUH for automatic operation with natural gas. Gas line shall be designed to deliver a minimum supply pressure to the gas valves of 4.5" W.C. and 7" W.C. maximum. Heating plant shall consist of 3 (#) HYDROTHERM MULTI -PULSE MODEL AM -150 modules. c) Each module shall be factory -wired, 100% operationally tested, and completely factory -assembled to in- clude a combustion air inlet chamber, a pre -purge blower assembly, an air -gas fuel control valve, a stainless steel pulse combustion chamber, a welded steel absorption unit with stainless steel spiraled fire tubes, and ' exhaust chamber. This assembly shall be housed in an insulated jacket which includes a module mounted electrical control panel enclosure with operation sequence indicator lights. Couplings shall be provided on the combustion air inlet and exhaust chambers for connections to plastic tubing - 2" PVC for outside air ' intake and 2" CPVC for outside exhaust. A 1/4" condensate drain fitting shall be provided on the exhaust chamber. Id) The absorption unit shall be constructed in accordance with Section IV of the ASME Boiler and Pressure Vessel Code for Low Pressure Heating Boilers. It shall be constructed for 100 psi working pressure. The Heat Exchanger shall be covered by a five-year non -prorated warranty against manufacturing defects. ' e) Each module shall be vented individually through the sidewall using 2" vent terminal plates and 2" air intake and exhaust mufflers as supplied by the boiler manufacturer as shown as shown on the contract drawings. The certified contractor shall use 2" schedule #40 PVC pipe (air intake) for use of outdoor air for combustion, and 2" schedule #40 CPVC pipe (air exhaust) to the outdoors to vent the products of combustion of each module in accordance with manufacturer's specifications. NOTE: THE USE OF SCHEDULE #80 PIPE IS NOT ALLOWED. ' f) The controls provided for each module shall include a Multi -Pulse solid state controller, fan prove pressure switch and pressure sensing flame safeguard system. A combustion gas control shall be provided with manual shut-off valve, a system pressure controlled regulator, and automatic redundant shut-off valves. A ' single high limit water temperature control with adjustable differential, a safety high limit temperature control with manual reset, a water flow switch, an ASME approved pressure relief valve, and a tempera- ture/pressure indicator shall be provided. ' g) Each module's gas controls shall be suitable for individual step firing without reducing module's thermal efficiency. Heating plant control system shall be provided by the manufacturer with factory -supplied wiring diagram. The heating plant shall be controlled by Hydrotherm Level "III" control system. ' h) The Hydrotherm Level "111" control system shall include the model "S" 8 -stage solid state control which has been specifically designed to reset system supply water temperature in relation to outdoor air tempera- , ture by step firing the required number of modules on and off to maintain the desired system supply water temperature. Ii) The Hydrotherm models "S" controller shall include all solid state components with replaceable staging relays, supply water and outdoor air temperature digital read out, de -activating switches for unused stages, adjustable settings (system on temperature; staging time; throttle range; 70° F setting; 0° F setting;) which required no calculations, L.E.D. stage indicating lights, outdoor air activated system pump relay, power -off alarm relay, LOFO (laston/ftrst off) sequence selector switch. The Hydrotherm models "S" controller shall be furnished with 1000 ohm supply water/outdoor air sensors. j) Manufacturer shall provide an approved engineering drawing of the modular heating plant installation including piping, wiring controls. After completion of installation, the heating plant shall be started and operationally tested in the presence of a representative of the heating plant manufacturer. ' k) Equivalent by Fulton or Hydrotherm. I MECHANICAL 1511-11 FAYETTEVILLE SEPR CENTER • ' 15B-31 PACKAGED AIR HANDLING UNIT - 7.5 AND 20 TONS: ' a) Provide indoor, packaged air -handling unit for use in commercial split systems as scheduled on drawings. b) Unit shall have a direct -expansion coil and shall be used in refrigerant circuit with a matching air-cooled , condensing unit. c) Coils shall be designed and tested in accordance with ASHRAE 15 Safety Code for Mechanical Refrigera- ' tion, latest edition. d) Unit shall be constructed in accordance with ETL and ETLC standards and shall carry the ETL and ETLC labels. e) Unit insulation and adhesive shall comply with NFPA-90A requirements for flame spread and smoke generation. Insulation shall contain an EPA -registered immobilized antimicrobial agent to effectively resist the growth of bacteria and fungi as proven by tests in accordance with ASTM standards G21 and 22. I) Unit shall be manufactured in a facility registered to the ISO 9002 manufacturing quality standard. , g) Direct -expansion coils shall be burst tested at 435 psi and leak tested at 150 psi. h) Units shall be stored and handled per manufacturer's recommendations. ' i) Unit shall consist of forward -curved belt -driven centrifugal fan(s), motor and drive assembly, prewired fan motor contactor, factory installed refrigerant metering devices, cooling coil, 2 -in, disposable air filters, and condensate drain pans for vertical configurations. j) Cabinet shall be constructed of mill -galvanized steel. Cabinet panels shall be fully insulated with 1/2 in. fire -retardant material. Insulation shall contain an EPA -registered immobilized antimicrobial agent to effectively resist the growth of bacterial and fungi as proven by tests in accordance with ASTM standards G21 and 22. k) Unit shall contain condensate drain pan for vertical applications. Drain pans shall have connections on right and left sides of unit to facilitate field connection. Drain pans shall have the ability to be sloped , toward the right or left side of the unit to prevent standing water from accumulating in pans. I) Unit shall have factory -supplied 2 -in, throwaway -type filters installed upstream from the cooling coil. Filters access shall be from either the right or left side of the unit. m) Coils shall consist of 3 rows of 3/8 -in. copper tubes with sine -wave aluminum fins bonded to the tubes by mechanical expansion. Coil tubing shall be internally rifled to maximize heat transfer. Suction and liquid line connections shall be made on the same side of the coil. Direct -expansion coils shall feature factory - installed thermostatic expansion valves (TXVs) for refrigerant control. The TXVs shall be capable of external adjustment. n) Alternate Motor Drive: An alternate motor and medium- or high -static drive shall be available to meet the airflow and external static pressure requirements specified on the equipment schedule. o) Units shall be factory painted. p) Provide electronic programmable thermostat with night set -back for 2 -stage cooling only. I5B-32 PACKAGED AIR HANDLING UNIT -2 THRU 5 TONS: a) Contractor shall provide packaged direct expansion fan coil units as scheduled on plans. Unit shall be of multipoise design for vertical or horizontal installation. Unit shall be supplied with right or left hand rough -in connections for refrigerant, electrical, drain connections as required for installation. 158-12 MECHANICAL [I I I I I I I I I I I I 11 I I I I: 0 • FAYETTEVILLE SENIOR CENTER b) Cabinet shall be fabricated out of heavy gauge galvanized steel with factory baked powder enamel coating. Cabinet shall be fully insulated with 3/4" 1.5 lb. foil -faced fiberglass insulation. Cabinet shall have filter access on both sides. Unit shall be supplied with 2" throwaway filters. c) Blower wheels shall be belt driven, DWDI forward curved, factory balanced, with permanently lubricated ball bearings. Motor shall have integral overload protection. All motor pulleys shall be variable pitch single groove. All motor pulleys shall be variable pitch single groove. d) DX cooling coils shall be constructed of copper tube -aluminum fin material. Unit shall have high -impact thermoplastic condensate drain pan with primary and secondary brass -inserted drain connections. e) Units shall be supplied with optional hot water heating coil as indicated in schedule. f) Provide cooling only units with electronic programmable night time setback thermostats. Provide units supplied with optional hot water heating coils, with electronic programmable auto -changeover night time setback thermostats. g) Units shall be as constructed by Carrier, First Co., Magic -Aire, or equivalent. I5B-33 AIR COOLED CONDENSING UNITS: a) Provide outdoor mounted, air-cooled, split -system air conditioner suitable for rooftop installation as sched- uled on drawings. Unit shall be factory -assembled, single piece air-cooled condensing unit consisting of factory wiring, piping, controls, compressor, air-cooled coil, propeller -type condenser fan, refrigerant charge (R-22), and accessories. b Unit shall be rated and certified for capacity, efficiency, and sound in accordance with the latest edition of ARI standards. Unit construction shall comply with latest editions of ANSI/ASHRAE and with NEC. Unit shall be constructed in accordance with UL standards. Minimum SEER shall be 10.0 for units 2 thru 5 tons. Minimum EER shall be 8.9 for 10 ton unit. Minimum EER shall be 8.5 for 20 ton unit. c) Unit shall be shipped as single package and handled and stored per manufacturer's recommendations. Unit cabinet shall be constructed of galvanized and bonderized steel coated with a powder coat paint. Condens- er fan(s) shall be direct -drive propeller type discharging air upward. Compressor shall be mounted on vibration isolators. Condenser coil will be constructed of aluminumfins mechanically bonded to copper tubes which are then cleaned, dehydrated, and sealed. Condensing units and fan coils shall have matched ratings as indicated in schedules. d) M/C shall provide all refrigerant accessories to allow for complete operating system Items to include, but not limited to the following: Expansion valves. Refrigerant line kits. Timed -off control. High pressure switch. e) Equivalent manufacturers shall be Trane, Lennox, Carrier, Bryant, and York. 15B-34 HOT WATER RE -HEAT COIL: a) Provide duct mounted hot water re -heat coil with capacities as scheduled on drawings. b) Coil shall be constructed of aluminum fins, copper tubing, and steel frames, and accessories for horizontal duct mounting. c) Coil shall be designed for system operating temperatures and pressures. I MECHANICAL 15B - 13 FAYETTEVILLE SEER CENTER • I d) Provide modulator valve packaged as indicated on schedule or drawings. Provide proportional output, heating only thermostat. e) Coil shall be by Magic Aire or equivalent manufacturer. I ISB-35 HOT WATER UNIT HEATER: a) Provide cased, horizontal hot water unit heaters with capacities as scheduled on drawings. I b) Unit shall be factory painted with 20 -gauge die -formed steel casing with rounded corners and threaded hanger connections. I c) Coil shall be constructed of aluminum fins and copper tubing. d) Motor shall be totally enclosed and rated for power supply indicated on schedule. I e) Provide for safety guard, air deflectors, and other accessories as scheduled on drawings. Provide single stage, heating only line voltage thermostat. 15B-36 RADIANT FLOOR HEATING SYSTEM: a) Provide radiant floor heating system installed in concrete slab in areas indicated on drawings. Floor slab I heating system shall comply with UL and ASTM standards, and local codes. b) Contractor shall provide submittal drawings showing layout and pipe sizes based upon BTUH requirements I and areas indicated in schedule, and manifold locations indicated on plans. Maximum zonal water pressure drop shall not exceed 10 feet of head. c) The heat distribution system shall be made of a nitrile based inner tube, industrial braiding of nylon, and an oil resistant and chemical resistant cover of chemivic as manufactured by Heatway. d) The tubing shall be capable of withstanding temperatures of -50 degree to 325 degree Fahrenheit intermit- tently without delamination or transfer of expansive forces to surrounding concrete. e) The product shall be crush proof, recovering it's original cross sectional area after intermittent flattening I due to construction, installation, or site abuse. Burst pressure shall not be less than 800 psi at 70 degree Fahrenheit. f) 3/8" I.D. tubing shall be capable of being installed with a 4" radius, 180 degree change of direction without I cracking or collapsing. 1/2" I.D. tubing shall have a bending radius in the slab of five inches and 5/8" I.D. tubing shall have a bending radius of six inches. g) Secure tubing to rewire or rebar by mechanical attachments every IS inches and at the midpoint of each turn or bend, with a minimum of 2" of concrete coverage above the top of the tubing. Locate tubing in the floor slab as indicated on drawings. Cover areas continuously wall to wall at scheduled spacings. Provide I pressure testing of system at 100 psi for a minimum of 24 hours prior to and during the concrete pour. h) Manifolds shall be type "L" hard copper trunks and copper base branches with Heatway brass tee branches. The heat distribution system shall have a manufacturers 20 year limited warranty. i) Contractor shall provide two and three-way modulating control valves at zone manifolds as indicated on , drawings. Provide one heating only, proportional output thermostat for each zone. 15B-37 EXHAUST FAN "EFS" CONTROL: a) Provide single stage, line voltage thermostat to control Exhaust Fan "EFS". I b) Thermostat shall be rated for a minimum of 1/2 horse power at 120 volt, single phase power. I5B-14 MECHANICAL FAYETTEVILLE SENIOR CENTER • c) Thermostat shall start exhaust fan when space temperature reaches thermostat setpoint. Thermostat tem- perature setting shall range from 70° to 140° Fahrenheit. d) Thermostat shall be Honeywell 1631 or equivalent. 15B-38 WATER SPECIALTIES: ' a) Provide as shown on drawings, and indicated in schedule, an angle or straight pattern triple duty valve designed to perform the functions of a non -slam check valve, throttling valve, shut off valve, calibrated ' balancing valve and system flowmeter. Valve shall be of heavy duty cast iron construction with standard 125 psig ANSI flanged connections and rated for a working pressure of 175 psig at 250°F. Each valve shall be equipped with brass readout valves (with integral check valve) for taking differential pressure readings across the orifice. Each valve shall have a published flow v. pressure differential chart. ' b) Provide as shown on drawings and schedule an in -line air separator. Units shall be constructed for 125 psi working pressure, stamped with the "U" symbol and supplied with National Board Form U -I denoting ' compliance with ASME Boiler and Pressure Vessel Code. Unit shall be equipped with integral strainer. c) Provide as indicated on drawings and schedule, a float actuated, non -modulating high capacity automatic air vent. d) Provide as indicated on drawings and schedule pre -pressurized, diaphragm type compression tank. Tank shall be fitted with lifting rings. Tank shall be constructed in accordance with Section VIII of ASME Boiler and Pressure Vessel Code and stamped 125 psi working pressure. e) Furnish and install backflow preventer as indicated on drawings and schedule. Provide fixed air gap for ' blow -off water to be piped to floor drain. 0 Furnish and install as shown on plans and schedule diaphragm operated pressure reducing valve with low inlet pressure check valve and inlet strainer. ' g) Water specialties shall be as manufactured by Amtrol, Bell & Gossett, Taco, Watts, Armstrong, or Febco. ' END OF SECTION 15B I C I I I I MECHANICAL 15B - 15 IFAYETTEVILLE SENIOR *TER • [1 I I DIVISION 15 - MECHANICAL SECTION I5C - FIRE SPRINKLER SYSTEM 15C -I GENERAL: a) Hereinafter, all reference to "this contractor", "the contractor", etc., unless specifically preceded by a trade category, shall apply to the Sprinkler Contractor. I5C-2 SCOPE: a) Furnish all design, labor, materials, fabrication, equipment, and services necessary to provide a complete and operational automatic fire sprinkler system as specified herein and as required for satisfactory operation of the system. b) The sprinkler system shall be installed in accordance with the latest edition of NFPA. This requirement does not relieve the contractor from meeting the requirements set by Factory Mutual. All flow indicators, gongs, horns, etc. shall be included as part of this contract. 15C-3 FEES AND PERMITS: 1 a) The contractor shall secure and pay for all permits, licenses and inspections necessary in conjunction with this work. In addition, the contractor shall pay for all tap fees and equipment costs associated with the fire sprinkler system. 15C-4 PROTECTION OF WORK: a) Sprinkler Contractor shall take the necessary precautions required to protect his work as well as the work of other trades against any damages. 15C-5 SUBMITTALS AND APPROVALS: a) All material submitted shall be contained in brochure type binders, clearly labeled and identified. Each ' submittal shall be complete, with all items listed in schedule form, showing type, manufacturer, catalog number, finish shop drawings or descriptive literature for the purpose of identifying the equipment and engineers reference number. Failure to comply with these requirements will result in return of submittal for resubmission. b) Contractor shall submit scaled layout drawings including, but not limited to, head locations, pipe sizes, locations, elevations, and slopes of horizontal runs, wall and floor penetrations, and connections. Indicate ' interface and spatial relationships between piping and proximate equipment. Shop hanger locations. Plans shall be submitted prior to A/E for head locations approval. ' c) At project closeout, submit 3, 1/8" scaled, dimensioned, record drawings to the A/E of installed fire protec- tion piping and equipment. d) The sprinkler system shall be a complete system as required by local authorities. All wiring required for the system shall be provided by the sprinkler contractor and shall be included in the submittal package. Submit to Agency having jurisdiction for approval. Submit one approved copy, bearing stamp and/or signature of Agency having jurisdiction, before proceeding with installation. ' e) Submit certification upon completion of fire protection piping work which indicates that work has been tested in accordance with NFPA 13 and NFPA 14, and also that system is operational, complete, and has no ' defects. 15C-6 CODES AND ORDINANCES: a) The Contractor shall comply with all requirements, regulations, code, ordinance, ruling or Fire Under - FIRE SPRINKLER SYSTEM 15C - I FAYETTEVILLE SEIR CENTER • 1 writers' requirements, NFPA, and Factory Mutual applicable to this class of work. Furthermore, they shall include but shall not be limited to, codes listed in other sections of these specification. b) Provide fire protection products in accordance with UL standards: provide UL label on each product. c) Install fire protection systems in accordance with local regulations of fire department or fire marshal. Comply with local Fire Department/Marshal regulations for sizes, threading and arrangement of connec- tions for fire department equipment to standpipe systems. 15C-7 QUALIFICATION OF SPRINKLER CONTRACTOR: a) Fire protection work shall be installed by a firm with at least 3 years of successful installation experience on projects with the fire protection work similar to that required for project.by a qualified contractor (sprin- kler fitter or per jurisdictional dictates). The sprinkler contractor's design shall be stamped by a Registered Professional engineer licensed in the state of the project. 15C-8 WATER SERVICE: a) Contractor shall include in his bid the installation of the required underground water service line at the location(s) indicated on the drawing. The contractor must consult the City Water department and local authorities, provide necessary materials and labor to conform with all local requirements and include the cost of all work and materials in connection with the service. This contractor shall perform necessary hydraulic calculations required to size the line in accordance with applicable provisions of NFPA including NFPA-13. 15C-9 TESTING AND FLUSHING OF SYSTEM: a) All piping shall be hydrostatically tested for a period of two (2) hours at not less than 200 psi pressure. If leaks appear, lines shall be drained, leaks repaired and test repeated. No piping shall be concealed in any manner before being tested and approved. b) Tests shall be made in the presence of an inspector from the authorities having jurisdiction. The owner 1 shall be notified of time of all tests in advance of the date. 15C-10 EQUIPMENT AND MATERIALS: I a) All materials and equipment furnished as part of this contract shall be UL listed, Factory Mutual approved and in compliance with applicable provisions of the NFPA. , 15C-11 SPRINKLER HEADS: a) Unless indicated otherwise, sprinkler heads shall be as follows: , I. Basement and Mechanical Areas - Brass, Unplated upright sprinklers. 2. Areas with Ceiling - Concealed sprinkler heads with white coverplate, side wall sprinklers shall be chrome plated, where required. 3. Areas Without Ceilings - Chrome plated pendant type sprinklers. , b) Temperature rating of fusible plug or link of sprinklers shall be appropriate for the ambient conditions in the immediate areas. 15C-12 SPARE HEADS: a) Contractor shall furnish spare sprinkler heads identical to each type installed in accordance with the follow- ' ing schedule: 15C -2 FIRE SPRINKLER SYSTEM FAYETTEVILLE SENIOR CENTER • # Installed # of Spares Less than 300 6 More than 300 12 ' b) Spare sprinkler head shall be mounted in emergency sprinkler cabinet. Cabinet shall be located in Mechan- ical room. See drawings for location. ISC-13 DESIGN AND CALCULATION: a) Contractor shall perform necessary calculations required for proper design and installation of the sprinkler system for the entire building (existing and addition). All design calculations and layout of the sprinkler ' system network shall be based on the Specifications and accompanying drawings. Request for HVAC duct and equipment relocations shall be submitted to the Engineer one week before the bid opening date. No sprinkler pipe penetration will be allowed through HVAC duct system. b) Design shall be based upon flow test results taken from the fire hydrant located at 9th and south College Street. Flow results are as follows: 120 psi static, 80 psi residual, and 1,000 gpm flow. c) Design shall be based upon a light hazard occupancy. 15C-14 SIAMESE CONNECTIONS: ' a) Contractor shall provide Siamese type connection through exterior building wall where shown on plan. Coordinate the exact location, pipe threads and fittings with the local fire department to ensure exact match. 15C-15 MISCELLANEOUS EXECUTION: a) All sprinkler heads area shall be positioned approximately half way between rows of lights. It shall be the responsibility of the sprinkler designing engineer to accommodate this requirement. Failure to comply with this requirement will result in return of submitted design for resubmission. b) All piping shall be installed within 6" of the structure. Offset around obstacles as necessary and return piping to within 6" of structure as close to offset as possible. ' c) All exposed sprinkler piping areas except for the basement and mechanical chase shall receive two coats of primer and one coat of finish paint., Color shall be selected by A/E. 15C-16 ELECTRICAL REQUIREMENTS: ' a) Electric tamper switches are not shown but are required wherever a shutoff valve is installed in the sprin- kler system. The sprinkler contractor shall be responsible for providing the tamper switch and associated t wiring to connect to the building fire alarm system. All wiring shall be in accordance with Division 16. Coordinate connections and work with building fire alarm system supplier. ' b) Electric flow switches are not shown but are required. The sprinkler contractor shall be responsible for providing the flow switch and associated wiring to connect to the building fire alarm system. All wiring shall be in accordance with Division 16. Coordinate connections and work with building security system supplier. c) All flow switches, gongs, horns, etc. required by the local code officials or authority with jurisdiction shall be included. All wiring shall be in accordance with Division 16. END OF SECTION ISC 1 I FIRE SPRINKLER SYSTEM ISC -3 FAYETTEVILLE SENIOR *TER • ' DIVISION 16 - ELECTRICAL SECTION 16A - GENERAL REQUIREMENTS ' 16A-1 CONTRACT DOCUMENTS: ' a) All contract documents including drawings, alternates, addenda and modifications preceding this division of this specification are applicable to Contractors, Sub -Contractors, and material suppliers. ' 16A-2 SPECIFICATION FORM AND DEFINITIONS: a) These Specifications are abbreviated form and contain incomplete sentences. Omissions of words or phrases such as "the Contractor shall", "shall be", "as noted on the drawings", "according to the drawings", "a", "an", "the" and "all" are intentional. Omitted words and phrases shall be supplied by inference. b) When a word such as "proper", "satisfactory", "equivalent", and "as directed" is used, it requires Engineer's ' review. c) "Provide" means furnish and install. d) "Working Day" wherever used in these specifications shall mean the normal working days, Monday through Friday, exclusive of Saturday, Sunday and federally observed holidays. ' e) Architect -Engineer hereinafter abbreviated A/E shall mean both the Design Architects and Design En- gineers. If) Design Engineer, hereinafter abbreviated DIE shall mean the Engineering firm, MALONE FINKLE & ECKHARDT & COLLINS, INC., 2040 E. Sunshine, Springfield, Missouri 65804, Telephone (417) 881- 0020. Contact person: Steve Colvin ' g) Electrical Contractor, hereinafter abbreviated E/C shall mean the person or company and their subcontrac- tors who enter into contract with the Owner to perform the electrical division work. h) Mechanical Contractor, hereinafter abbreviated M/C shall mean the person or company and their subcon- tractors who enter into contract with the Owner to perform the mechanical division work. i) General Contractor, hereinafter abbreviated G/C shall mean the person or company and their subcontractors 'who enter into contract with the Owner to perform the general division work. j) Equipment and/or materials manufacturer hereinafter abbreviated E/M shall mean the manufacturer of equipment or materials specified or referred to. 16A-3 GENERAL EXTENT OF WORK: a) Provide electrical systems indicated on drawings, specified or reasonably implied. Provide every device and accessory necessary for proper operation and completion of electrical systems. In no case will claims for "Extra Work" be allowed for work about which E/C could have informed himself before bids were taken. b) E/C shall familiarize himself with equipment provided by other Contractors which require electrical con- ' nections and controls. c) Make required electrical connections to equipment provided under Architectural and Mechanical divisions of this project, except where shown or specified otherwise. All temperature control electrical wiring and connections shall be by Electrical Contractor. Make required internal field wiring modifications indicated on wiring diagrams of factory installed control systems for control sequence specified. These field modifi- cations shall be limited to jumper connections and connection of internal wiring to alternate terminal block ' lugs. Cost for field modifications requiring re -wiring of factory installed control systems for equipment ELECTRICAL 16A - 1 FAYETTEVILLE SE•R CENTER • , provided by G/C or M/C shall be included in base bid of each respective contractor. d) Check electrical data and wiring diagrams received from M/C for compliance with project voltages, wiring, controls and protective devices shown on electrical drawings. Promptly bring discrepancies found to atten- tion of A/E for a decision. e) Provide safety disconnect switches, contactors, and manual and magnetic motor starters for mechanical and electrical equipment requiring such devices. Omit these devices where included as part of factory installed prewired control systems provided with mechanical equipment. With exception of factory installed devic- es, provide safety disconnect switches, contactors and motor starters by one manufacturer to allow maxi- mum interchangeability of repair parts and accessories for these devices. f) To maximum extent possible electrical controls in boiler rooms, equipment rooms, and control rooms shall be grouped in accessible locations and arranged according to function. Where possible use group control panels and combination starters in lieu of individually enclosed devices. 16A-4 LOCAL CONDITIONS: a) Visit site and determine existing local conditions affecting work in contract. , b) Failure to determine site conditions or.nature of existing or new construction will not be considered basis for granting additional compensation. 16A-5 CODES, ORDINANCES, RULES AND REGULATIONS: a) Provide work in accordance with applicable rules, codes, ordinances and regulations of Local, State, and ' Federal Governments, and other authorities having lawful jurisdiction. b) Conform to latest editions and supplements of following codes, standards or recommended practices. Safety Codes: I. National Electric Safety Code Handbook H30 - National Bureau of Standards. 2. Occupational Safety and Health Standards - Department of Labor. 3. Specifications for Making Buildings and Facilities Accessible To, and Usable By, the Physical- ly Handicapped - American National Standards Institute ANSI A 117.1. National Fire Codes: 4. NFPA No. 70 - National Electric Code, 1993 Edition. 5. NFPA No. 101 - Life Safety Code, 1993 Edition. Underwriters Laboratories Inc.: 6. All materials, equipment and component parts of equipment shall bear UL labels whenever such ' devices are listed by UL. c) Drawings and specifications indicate minimum construction standard, should any work indicated be sub- standard to any ordinances, laws, codes, rules or regulations bearing on work, E/C shall promptly notify A/E in writing before proceeding with work so that necessary changes can be made. However, if E/C proceeds with work knowing it to be contrary to any ordinances, laws, rules, and regulations, he shall thereby have assumed full responsibility for and shall bear all costs required to correct non -complying work. d) E/C shall secure and pay for necessary permits and certificates of inspection required by governmental ordinances, laws, rules or regulations. Keep a written record of all permits and inspection certificates and ' submit two copies to A/E with request for final inspection. I 16A -2 ELECTRICAL I • FAYETTEVILLE SENIOR CENTER 16A-6 CONTRACT CHANGES: a) Changes or deviations from contract, including those for extra or additional work must be submitted in writing for review of A/E. No verbal orders will be recognized. b) Changes in the work shall be submitted in accordance with ALA Document A201. General Conditions of ' the Contract for Construction. c) All change proposals shall be itemized indicating separately the costs for materials, labor, restocking charg- 1 es, freight, bonds, insurance, overhead and profit. All materials shall be listed separately with quantities and individual unit prices. Labor factors shall be from a nationally recognized source. d) The maximum allowable profit for any change order shall be ten percent (10%). ie) See Example below. PRICING SHEET Project: Fayetteville Senior Center Location: Fayetteville, Arkansas Date: May 24, 1999 1 Labor Rate: $21.74 Estimator: John Doe Unit Material Man HoursTotal Material Material Units Measure Per Unit Per Unit Man Hrs Total 1 Add Drill & Patch Holes 1 lot $1,285.00 3.000 3.00 $1,285.00 1 4" LB w/covers 6 ea. $105.23 2.750 16.50 $631.38 4" Compr. Conn. 6 ea. $87.70 1.000 6.00 $526.20 4" GRC 40 ea. $9.04 0.280 11.20 $361.57 4" cut & thread labor 4 ea. $0.00 1.600 6.40 $0.00 1 4" GRC-PVC adapters 16 ea. $4.70 0.670 10.72 $75.20 4" GRC 90 Ell 4 ea. $56.34 1.500 6.00 $225.36 4" Sch 40 PVC 460 ea. $2.25 0.060 27.60 $1,034.03 1 Restocking Charge, 20% 1 lot $212.26 0.000 0.00 $212.26 Return Freight I lot $26.40 0.000 0.00 $26.40 Deduct 1 4" EMT -330 ea. $2.46 0.045 -14.85 ($812.79) 4" EMT 90 Ell -6 ea. $26.64 1.100 -6.60 ($159.84) 4" EMT couplings -39 ea. $2.27 0.270 -10.53 ($88.66) 1 SUBTOTAL 55.44 $3,316.12 SALES TAX 6.125% $203.11 LABOR 55.4 MH $21.74 $1,205.27 1 5% OVERHEAD $236.23 8% PROFIT $396.86 TOTAL $5,357.59 16A-7 LOCATIONS AND INTERFERENCES: a) Locations of equipment, conduit and other electrical work is indicated diagrammatically by electrical drawings. Layout work from dimensions on Architectural and Structural Drawings. Verify equipment size from manufacturers shop drawings. b) Study and become familiar with contract drawings of other trades and in particular general construction drawings and details to obtain necessary information for figuring installation. Cooperate with other workmen and install work to avoid interference with their work. Minor deviations, not affecting design characteristics, performance or space limitation may be permitted if reviewed by A/E prior to installation. ELECTRICAL 16A - 3 FAYETTE VILLE SE•R CENTER • 1 c) Any conduit, apparatus, appliance or other electrical item interfering with proper placement of other work as indicated on drawings, specified, or required, shall be removed and if so shown relocated and reconnect- ed without extra cost. Damage to other work caused by E/C, his Sub- Contractor, his workmen or by any cause whatsoever, shall be restored as specified for new work. ' 16A-8 SYSTEMS PERFORMANCE: a) Final acceptance of work shall be subject to the condition that all systems, equipment, apparatus and ap- pliance operate satisfactorily as designed and intended. Work shall include required adjustment of systems and control equipment installed under this specification division. 16A-9 WARRANTY: a) E/C warrants to Owner and Architect the quality of materials, equipment, workmanship and operation of equipment provided under this specification division for a period of one year from and after date of sub- stantial completion of building and acceptance of electrical systems by Owner. b) Where manufacturers' warranties expire during the one year warranty period, E/C shall include provisions ' for extending warranty for the full one year period and shall include cost for warranty extension in his base bid. c) E/C warrants to Owner and Architect that on receipt of written notice from either of them within one year ' warranty period following date of acceptance all defects that have appeared in materials and/or workman- ship, shall be promptly corrected to condition required by contract documents at E/C's expense. d) The above warranty shall not supersede any separately stated warranty or other requirements required by law or by these specifications. e) Keep an itemized list of all equipment warranties listing equipment by name, mark, and type along with length and expiration date of each date of each warranty. Submit two copies to A/E with request for final inspection. 16A-10 MATERIALS, EQUIPMENT AND SUBSTITUTIONS: a) The intent of these specifications is to allow ample opportunity for E/C to use his ingenuity and abilities to perform the work to his and Owner's best advantage, and to permit maximum competition in bidding on standards of materials and equipment required. b) Material and equipment installed under this contract shall be first class quality, new, unused and without damage. c) In general these specifications identify required materials and equipment by naming first the manufacturer whose product was used as the basis for the project design and specifications. The manufacturers product, series, model, catalog and/or identification numbers shall set quality and capacity requirements for compar- ing the equivalency of other manufacturer's products. Where other manufacturers names are listed they are considered an approved manufacturer for the product specified, however; the listing of their names implies no prior approval of any product unless specific model or catalog numbers are listed in these specifications or in subsequent addenda. Where other than first named products are used for E/C base bid proposal it shall be his responsibility to determine prior to bid time that his proposed materials and equipment selec- tions are products of approved manufacturers which meet or exceed the specifications and are acceptable to the D/E. d) Where materials or equipment are described but not named, provide required items of first quality, ade- quate in every respect for intended use. Such items shall be submitted to A/E for review prior to procure- ment. e) PRIOR TO RECEIPT OF BIDS, IF E/C WISHES TO INCORPORATE PRODUCTS OTHER THAN THOSE NAMED IN SPECIFICATION IN HIS BASE BID, HE SHALL SUBMIT 16A-4 ELECTRICAL FAYETTEVILLE SENIOR CENTER A WRITTEN REQUEST FOR REVIEW OF SUBSTITUTIONS TO D/E NOT LESS THAN SEVEN WORKING DAYS PRIOR TO BID TIME. D/E WILL REVIEW REQUESTS AND ACCEPTABLE ITEMS WILL BE LISTED IN AN ADDENDUM ISSUED TO PRINCIPAL BIDDERS. f) Materials and equipment proposed for substitution shall be equal to or superior to that specified in construc- t tion, efficiency, utility, aesthetic design, and color as determined by A/E whose decision shall be final and without further recourse. Physical size of substitute brand shall be no larger than space provided including allowances for access for installation and maintenance. Requests must be accompanied by two copies of complete descriptive and technical data including E/M's name, model and catalog number, photographs or cuts, physical dimensions, operating characteristics and any other information needed for comparison. g) In proposing a substitution prior to or subsequent to receipt of bids, include in such proposal cost of altering ' other elements of Project, including adjustments in mechanical/electrical service requirements necessary to accommodate such substitution; whether such affected elements be under this contract or under separate contracts. ' h) Within 7 working days after bids are received, apparent low bidder shall submit to A/E for approval three copies of a list of all major items of equipment he intends to provide. As soon as practicable and within 30 ' working days after award of Contract, E/C shall submit shop drawings for equipment and materials to be incorporated in work for A/E's review. "Where 30 working day limit is insufficient for preparation of de- tailed shop drawings on major equipment or assemblies, E/C shall submit manufacturer's descriptive cata- log data and indicate date such detailed shop drawings will be submitted along with manufacturer's certifi- cation that order was placed within 30 working day limit. i) After execution of Contract, substitution of product brands for those named in Specifications will be con- , sidered, only if: I. Request is received within thirty days after Contract date and request includes statement showing ' credit due Owner, if any, if substitution product is used, or 2. Owner requests consideration be given to substitute brands. 16A-11 SHOP DRAWINGS, OPERATING AND MAINTENANCE INSTRUCTIONS: a) E/C shall furnish a minimum eight sets of shop drawings of all materials and equipment. A/E will retain ' four sets. b) Where catalog cuts are submitted for review, conspicuously mark or provide schedule of equipment, capac- ities, controls, fittings, sizes, etc. that are to be provided. Mark each submitted item with applicable section and paragraph numbers of these specifications, or plan sheet number when item does not appear in specifi- cations. Where equipment submitted does not appear in base specifications or specified equivalent, submit- tals shall be marked with applicable alternate numbers, change order number or letters of authorization. ' Each submittal shall contain at least two sets of original catalog cuts. Each catalog sheet shall bear E/M's name and address. All shop drawings on materials and equipment listed by UL shall indicate UL approval on submittal. c) E/C shall check all shop drawings to verify that they meet specifications and/or drawings requirements before forwarding submittals to the A/E for their review. All shop drawings submitted to A/E shall bear E/C approval stamp which shall indicate that E/C has reviewed submittals and that they meet specification ' and/or drawing requirements. E/C's submittal review shall specifically check for but not be limited to the following: equipment capacities physical size in relation to space allowed; electrical characteristics, provi- sions for supply, return and drainage connections to building systems. All shop drawings not meeting E/C's approval shall be returned to his supplier for resubmittal. d) No shop drawing submittals will be considered for review by the A/E without E/C's approval stamp, or that have extensive changes made on the original submittal as a result of E/C's review. All comments or minor ELECTRICAL 16A-5 FAYETTEVILLE SE•R CENTER • ' notations on shop drawings shall be flagged as follows to indicate originator or comment or notation: I Contractor, 2 Construction Manager, 3 Architect, 4 Engineer. e) A/E will not be responsible for the cost of returning shop drawing submittals that are submitted to them without E/C's review and approval stamp. A letter will be sent to E/C by either the Architect or Engineer indicating receipt of an improper submittal. E/C shall acknowledge receipt of letter and indicate his plans for pick-up or resubmitting. A/E will hold improper submittals for pick-up by E/C or supplier for I5 working days after date of receipt. If not picked up by the 16th working day, submittals will be disposed of by A/E. I) A/E's review of shop drawings will not relieve E/C of responsibility for deviations from drawings and specifications unless such deviations have been specifically approved in writing by Owner of his represen- tative, nor shall it relieve E/C of responsibility for errors in shop drawings. No work shall be fabricated until the A/E's review has been obtained. Any time delay caused by correcting and resubmitting shop drawings will be E/C's responsibility. g) Operating and Maintenance Instructions: I. Submit with shop drawings of equipment, one set of operating and maintenance instructions and parts lists for all items of equipment provided. Instructions shall be prepared by E/M. 2. Keep in safe place, keys and wrenches furnished with equipment under this contract. Present to Owner and obtain receipt for same upon completion of project. 3. Prepare complete brochure covering electrical systems and equipment provided under this con- tract. Submit brochures to A/E for review before delivery to Owner. E/C at his option may pre- pare brochure or retain an individual to prepare it for him. Include cost of this service in base bid. Brochures shall contain following: A. Certified equipment drawings and/or catalog data with equipment provided clearly marked as outlined under this specification. B. One copy each of balance and test reports required and as outlined under this specifica- tion. C. Complete operating and maintenance instructions for each item of equipment. D. Special emergency operating instructions with a list of service organizations (including addresses and telephone numbers) capable of rendering emergency service to various parts of electrical system. 4. Provide brochures bound in Wilson Jones No. B3 -367-49R or National No. B2-87-684 3" capacity red vinyl guarded three ring binder with metal hinge. Reinforce binding edge of each sheet of loose-leaf type brochure to prevent tearing from continued usage. Clearly print on front cover label of each brochure the following: A. Project name and address. B. Section of work covered by brochure, i.e. "Electrical". 16A-12 CUTTING AND PATCHING: a) Contractor shall do cutting and patching of building materials required for installation of work herein speci- fied. Cut no structural members without Architect's approval and in a manner approved by him. b) Patching shall be by mechanics of particular trade involved and shall meet approval of Architect. 16A -6 ELECTRICAL S • FAYETTEVILLE SENIOR CENTER ' c) Drilling and cutting of openings through building materials require Architect's review and approval. Make openings in concrete with concrete hole saw or concrete drill. Do not use star drill or air hammer for this work. ' 16A-13 MUTILATION: ' a) Mutilation of building finishes, caused by installation of electrical equipment, fixtures, outlets and other electrical devices shall be repaired at E/C's expense to approval of Architect. 16A-14 EXCAVATION AND BACKFILL: a) Perform necessary excavating to receive work, provide necessary sheathing, shoring, cribbing, tarpaulins, etc. as required and remove same at completion of work. Perform excavation in accordance with appro- priate section of these specifications, and in compliance with OSHA Safety Standards. b) Excavate trenches of sufficient width to allow ample working space, and no deeper than necessary for in- stallation of work. c) Conduct excavations so no walls or footings are disturbed or injured. Backfill excavations made under or adjacent to footings with selected earth or sand and tamp to compaction required by A/E. Mechanically tamp backfill under concrete and pavings in 6 inch layers to 95% standard density. d) Backfill trenches and excavations to required heights with allowance made for settlement. Tamp fill mate- ' rial thoroughly and moistened as required for specified compaction density. Dispose of excess earth, rubble and debris as directed by Architect. I. e) When available refer to test hole information on Architectural drawings or specifications for types of soil to be encountered in excavations. Where rock is indicated, list unit cost for rock excavation in base bid. 16A-15 SETTING, ADJUSTMENT AND EQUIPMENT SUPPORTS: a) Work shall include mounting, alignment and adjustment of systems and equipment. Set equipment level on adequate foundations and provide proper anchor bolts and isolation as shown or specified. Level, shim, and grout equipment bases as recommended by E/M. Mount motors, align and adjust drive shafts and belts according to E/M's instructions. Equipment failures resulting from improper installation or field alignment shall be repaired or replaced by E/C at no cost to Owner. I b) Provide concrete bases for all floor and slab mounted equipment. Refer to drawings for required base type and size. Provide 3 1/2" high base where base is not shown on drawings. ' c) Provide each piece of equipment or apparatus suspended from ceiling or mounted above floor level with suitable structural support, platform or carrier in accordance with best recognized practice. E/C shall arrange for attachment to building structure, unless otherwise indicated on drawings or specified. Provide ' hangers with vibration eliminators where required. Contractor shall verify that structural members of build- ing are adequate to support equipment. Submit details of hangers, platforms and supports together with total weights of mounted equipment to A/E for review before proceeding with fabrication or installation. 1• 16A-16 START-UP, CHANGE -OVER, TRAINING AND OPERATING CHECK: a) E/C shall perform initial start-up of systems and equipment. Personnel qualified to start-up and service this ' equipment, including manufacturers technicians, when specified, and Owner's operating personnel shall be present during these operations. ' b) E/C shall be responsible for training Owner's operating personnel to operate and maintain systems and equipment installed. Keep a record of training provided to Owner's personnel listing the date, subject covered, instructor's name, names of Owner's personnel attending and total hours of instruction given each individual. ELECTRICAL 16A-7 FAYETTEVILLE SEISR CENTER • t c) E/C shall report in person to Owner's operating Engineer at end of first month of operation and thereafter at end of first month of operation and thereafter at end of sixth and twelfth months after date of substantial completion of building to check operation of equipment that was installed under contract. Contractor shall answer operating personnel's questions regarding system operation and shall ascertain that systems are operating normally and are being properly maintained by Owner. If E/C finds that systems are not being operated and maintained as designed, he shall inform the Building Engineer/Owner and A/E in writing. d) After each inspection, E/C shall submit written report to A/E indicating condition of equipment and includ- ing any recommended changes in operation of system or other information which will be helpful to Owner. 16A-17 PRE -FINAL AND FINAL CONSTRUCTION REVIEW: , a) At E/C's request, A/E will make pre -final construction review to determine if to the best of their knowl- edge project is completed in accordance with plans and specifications. Items found by A/E as not complete or not in accordance with requirements of contract will be outlined in report to E/C. After completion and/or correction of these items, E/C shall notify Architect he is ready for final review. b) At same time of final construction review, E/C and his major sub -contractors shall be present or be repre- sented by a person of authority. Each Contractor shall demonstrate, as directed by A/E, that his work complies with purpose and intent of plans and specifications. Each Contractor shall provide labor, services, instruments, and tools necessary for such demonstrations and tests. 16A-18 MAINTENANCE OF SYSTEMS: a) E/C shall be responsible for operation, maintenance and lubrication of equipment installed under his con- tract. 16A-19 PROTECTION AND CLEANING OF SYSTEMS AND EQUIPMENT: a) It shall be E/C's responsibility to protect and prevent damage to all electrical materials and equipment stored and/or installed under this contract. All work, materials and equipment shall be adequately protected by any and all means necessary to prevent damage by weather, flooding, condensation, construction debris, fire, and construction equipment and vehicles. b) Where job conditions, or work of other contractors produce the potential for damage to electrical systems and equipment, E/C shall immediately notify the G/C so that corrective action can be taken. c) E/C shall take extra precautions to protect electrical equipment containing solid state electronics, open relays, and contacts from damage by water, dust, dirt, construction debris and the formation of condensate. All equipment so damaged shall be replaced by E/C with new equipment at no cost to Owner. d) E/C shall periodically inspect and clean all systems and equipment to insure all systems and equipment remain in like new condition during construction. All cleaning shall be done in accordance with E/M's recommendation where available and applicable. e) Before request for final inspection all systems and equipment shall be properly cleaned, vacuumed, pol- ished, painted, etc. as required to return equipment to like new appearance. I) All equipment requiring painting or touch-up shall be properly prepared and painted in accordance with this specification. g) E/C shall keep a written record listing systems and equipment cleaned. Where special procedures or chemicals were used or where partial or complete disassembly of factory assembled equipment was neces- sary, E/C shall list special procedures and/or disassembly required and equipment components affected. Prior to final inspection E/C shall submit two copies of cleaning record to A/E for their records. , I 16A - 8 ELECTRICAL FAYETTEVILLE SENIOR CENTER I I Li I I I11 I I I I I I I I I 16A-20 PAINTING OF MATERIALS AND EQUIPMENT: a) Equipment and materials exposed to interior dry environment shall have a minimum of one primer and one finish coat. Equipment and materials mounted in exterior location shall have a minimum of one primer and two coat colors in finish areas shall be selected by A/E. b) After installation, damage to painted surfaces shall be properly prepared and primed with primers equal to factory materials. Finish coating shall be same color and type as factory finish. c) Where extensive refinishing of factory applied finished are required equipment shall be completely re- painted. A/E will make final determination on extent of refinishing required. I6A-21 RECORDING AND REPORTING TESTS AND DATA: a) Records nameplate horsepower, amperes, volts, phase service factor and other necessary data on motors and other electrical equipment furnished and/or connected under this contract. b) Record motor starter catalog number, size and rating and/or catalog number of thermal -overload units in- stalled in all motor starters furnished and/or connected under this contract. See motor starter specification for instructions for proper sizing of thermal -overload units. c) Record amperes -per -phase at normal or near -normal loading of each item of equipment furnished and/or connected. d) Record correct readings of each feeder conductor after energized and normally loaded, and again after balancing of feeder loads as required by current readings. e) Record voltage and amperes -per -phase readings taken at service entrance equipment after completion of project with building operating at normal electrical load. This reading shall be taken continuously for a 24 hour period and recorded on permanent tape and submitted to A/E. Record voltage and amperes at transformer secondary and primary stations, at normal loading. Record transformer percentage "taps" finally selected. Transformers shall be connected to produce voltage at building service entrance equipment as follows: Nominal System Voltage 200 Service Entrance Voltage g) Submit at least two (2) copies of data noted above to A/E for review prior to final inspection. h) Keep a record of all deviations made from routes, locations, circuiting, etc. shown on contract drawings. Prior to final inspection submit one new set of project drawings with all deviations and changes clearly indicated. I6A-22 IDENTIFICATION OF WIRING AND EQUIPMENT: a) Provide identification and warning signs to wiring and equipment as listed in schedule. Signs and tags shall be as follows: TYPE (:Laminated phenolic plastic with black Gothic -condensed lettering by Seaton or Wilco. TYPE 2:Self-sticking 1/2" wide plastic tape with high gloss surface and embossed lettering by Brady or Dymo. TYPE 3:Self-sticking polyester sign with wording and size conforming to ANSI Standard Z35.1 - 1964 and OSHA 19.0.144iii(2) Specifications, by Brady or as approved. ELECTRICAL 16A-9 FAYETTEWILE SE•R CENTER • , TYPE 4:Self-sticking flexible vinyl with oil resistant adhesive for -20 degrees to 300 degrees F. temper- atures by Brady or as approved. b) Provide distribution panelboards with Type I signs 2" x 8" indicating panel designation and electrical characteristics. Provide branch devices with Type I sign 1" x 4" indicating load served. c) Provide lighting and power panelboards with Type I sign 1-1/4" x 6" indicating panel designation, electri- cal characteristics, and source of power. Source of power indication shall indicate source panel designa- tion and switch or breaker number. Mount inside of panel door on circuit breaker trim flange just below breakers. d) Provide disconnect switches, time switches, lighting contactors, motor starters and controllers with Type I sign 1-1/4" x 6" indicating equipment served, electrical characteristics, and source of power. e) Provide electrical equipment and accessible wiring enclosures operating at voltage above 240 volts with '' Type 3 Brady No. AE -46125 warning sign and Brady Style B, 1-1/8" x 4-1/2" voltage marker applied to front door or cover of device or enclosure. Provide large equipment such as transformers and main distri- bution equipment with Type 3 sign Brady No. AE -46639. f) Provide feeders and branch circuit home runs with Type 4 wire marker indicating circuit number and power source. Provide feeders phase identification letter at each terminal point in addition to its circuit number. g) Provide Type 2 tape at feeder terminal lugs to switchboards and panelboards. Tape shall indicate conduit size, conductor type and AWG size. Tape shall be located to be easily read with conductors installed. 16A-23 SLEEVES: . a) Provide proper type and size sleeves for electrical ducts, busses, conduits, etc. passing through building construction. Where sleeves are installed by Others, supervise installation to insure proper sleeve location. Unless indicated or approved, install no sleeves in structural members. Sleeves shall be installed in con- crete or masonry walls or floors and where otherwise noted. b) Each sleeve shall be continuous through wall floor or roof and shall be cut flush on each side except where indicated otherwise. Sleeves shall not be installed in structural member except where indicated or ap- proved. Sleeves shall be required through floors subject to flooding such as toilet rooms, equipment rooms and kitchens. The contractor shall have the option of: I. Providing a cast iron sleeve with integral flanges extending I inch above finished floor. Sleeve shall be cast in concrete when floor is poured. Annular space between sleeve and pipe shall be filled with Kaowool. or 1 2. Provide core -drilled opening in concrete with Thunderline Link -Seal or Calpico Sealing Linx , between piping and opening. c) Sleeves passing through floors and exterior walls with waterproof membranes shall be core -drilled (floors only) and sealed with Thunderline Link -Seal or Calpico Sealing Linx. d) Where electrical ducts, busses, conduits, wiring, etc. passed through fire walls, floors, and smoke partitions seal annular space between sleeve and item passing thru with Kaowool Fire Master Bulk Packing. Packing thickness shall be sized per manufacturer's recommendation for maintaining the integrity of the fire wall/floor or smoke partition. Fire protection system shall be rated per ASTM E 119. Equivalents to Kaowool are 3M, Flame Stop, or Flame Safe. e) Where piping passes through walls serving as supply or exhaust air plenums or chases, seal annular space between pipe and sleeve air tight with Thunderline Link -Seal or Calpico Sealing Linx. I6A - 10 ELECTRICAL 1 • • FAYETTEVILLE SENIOR CENTER I I I I I I I I I I I I I IJ I L I 16A-24 RECORD DOCUMENTS: a) Record Drawings: Maintain a reproducible set of contract drawings and shop drawings in clean, unda- maged condition, with mark-up of actual installations which vary substantially from the work as originally shown. Mark whichever drawing is most capable of showing "field" condition fully and accurately; however, where shop drawings are used for mark-up, record a cross-reference at corresponding location on working drawings. Mark with red erasable red pencil and, where feasible, use other colors to distinguish between variations in separate categories of work. Mark-up new information which is recognized to be of importance to Owner, but was for some reason not shown on either contract drawings of shop drawings. Give particular attention to concealed work, which would be difficult to measure and record at a later date. Note related change -order numbers where applicable. Organize record drawing sheers into manageable sets, bind with durable paper cover sheets, and prints suitable titles, dates and other identification on cover of each sheet. b) Record Specifications: Maintain one copy of specifications, including addenda, change orders, and similar modifications issued in printed form during construction, and mark-up variations (of substance) in actual work in comparison with text of specifications and modifications as issued. Give particular attention to substitutions, selection of option, and similar information on work where it is concealed or cannot other- wise by readily discerned at a later date by direct observation. Note related record drawing information and product data, where applicable, upon completion of mark-up submit to Architect/Engineer for Owner's records. END OF SECTION 16A L ELECTRICAL 16A-11 FAYETTE VILLE SENIOR CENTER I I I DIVISION 16 - ELECTRICAL SECTION 16B - GENERAL POWER AND LIGHTING 16B-1 CIRCUITING: a) Follow circuiting shown on drawings for lighting, power and equipment connections. 16B-2 STEEL CONDUIT: I a) Rigid Conduit: Provide steel conduit meeting current ANSI Standard Specification C80.1 with hot -dipped galvanized and clear lacquer finish. I b) Electrical Metallic Tubing (EMT): Provide thinwall conduit meeting current ANSI Standard Specification C80.3 with electro-galvanized and clear lacquer finish. I fl LJ I I I I I I I I c) Rigid Conduit and EMT Fittings: Provide Appleton Form 35 non -thread malleable iron unilets. Equivalent by CrouseHinds or Pyle National. d) Rigid Conduit Connectors and Couplings: Provide Appleton steel NO -THREAD TYPE rain and concrete tight. Equivalent by Thomas and Betts or Steel City. e) EMT Connectors and Couplings: Provide Appleton steel COMPRESSION THINWALL TYPE rain and concrete tight. Equivalent by Thomas and Betts or Steel City. 0 Liquid -Tight Flexible Conduit Fittings: Appleton "STB" series insulated connectgrs. Equivalent by Pyle - National or Thomas and Betts. g) Provide insulated throat fittings when type THHN/TH WN conductors are installed. h) All wiring shall be in steel conduit unless otherwise noted. i) Provide rigid steel conduit for the following applications: I. Feeders. 2. Service Entrances. 3. Branch circuits under asphalt paving. 4. Branch circuits under unpaved areas with vehicular traffic. j) EMT may be used where permitted by code except as outlined above. k) Short runs of flexible galvanized steel conduit may be used where permitted by code. Lengths greater than 6 feet require review by Engineer. I) Make conduit connections to motors and equipment mounted on resilient mounts or vibration isolators with Type U.A. liquid -tight flexible conduit manufactured by Anaconda, or "Liquatite" by Electric -Flex Company. m) Where conduits cross building expansion joints provide O -Z expansion fitting type "AX", "TE", "EX" or "EXE" as required. 1 n) Provide low voltage control systems and sound systems in conduit unless noted otherwise. En U I o) Set screw type conduit fittings will not be allowed. 16B-3 PLASTIC CONDUIT: a) Normal duty applications in concrete slabs or underground without concrete encasement. Provide rigid ELECTRICAL 168-I FAYETTEVILLE SENIOR CENTER • , lA j) k) polyvinyl chloride (PVC) type EPC 40 heavy wall plastic conduit meeting current NEMA Standard TC-2. Conduit shall be listed UL 651 for underground and exposed use. Normal duty exterior underground application direct burial: Provide semi -rigid polyvinyl chloride (PVC) type DB plastic duct meeting current NEMA Standard TC-6 and Western Underground Committee Specifi- cations. Normal exterior underground application encased burial: Provide semi -rigid polyvinyl chloride (PVC) type A plastic conduit meeting current NEMA and Western Underground Committee Specifications. Provide matching plastic conduit fittings by E/M. Fittings shall meet the same standards and specifications as the conduit on which it is installed. Joining and bending of conduit and installation of fittings shall be done only by methods recommended by E/M. Provide conduit support spacing as recommended by E/M for the highest ambient temperature expected. Provide interlocking conduit spacers by E/M or multiple runs of underground conduits installed in same trench. Ends of feeder conduit terminating at transformers, switchgear, manholes, etc. shall be terminated with bell ends to protect conductor insulation. Install no plastic conduit in areas where ambient temperature may exceed 150 degrees under normal condi- tions nor on heat producing equipment such as boilers, incinerators, etc. Install no plastic conduit in a return air or supply air plenum for the HVAC systems. Provide expansion couplings on conduits located in areas where ambient temperatures are constantly changing and on long runs regardless of ambient temperatures. Determine amount of conduit expansion and contraction from E/M's published charts or tables. Plastic conduit and fittings shall be by Carton Products Division of Continental Oil Company I) Plastic conduit shall not be used above grade for any purpose. All transitions from PVC to steel shall be made below grade. 16B-4 CONDUIT INSTALLATION: a) b) c) d) e) In general conceal conduit within walls, floors, roof construction or furred spaces. Expose only feeders and short connections to equipment in equipment rooms unless noted otherwise. Install exposed conduit paral- lel or at right angles to building lines. Install conduit to requirements of structure, other work on project and clear of openings, depressions, pipes, ducts, reinforcing steel, etc. Install conduit in concrete forms so that strength of structure will not be af- fected. Align conduit terminations at panelboard, switchboards, motor control equipment, junction boxes, etc. and install true and plumb. Provide supports or templates to hold conduit alignment during rough -in stage of work. Install conduit continuous between outlet boxes, cabinets and equipment. Make bends smooth and even without flattening or flaking conduits. Radius of bends shall not be shorter than radius listed in table 346- 10(b) of NEC. Long radius elbows maybe used where necessary. Ream and clean conduit before installation, and plug or cover openings and boxes to keep conduit clean during construction. I I I [=1 I f , L I I I L I u C I I I 16B-2 ELECTRICAL I FAYETTEVILLE SENIOR CENTER 1) Install no conduits or other raceways sized smaller than permitted in applicable NEC tables. Where conduit sizes shown on drawings are smaller than permitted by code, E/C shall include cost for proper size conduit in his base bid. In no case reduce conduit sizes indicated on drawings or specified without written approval of A/E. Fasten conduit securely in place with approved straps, hangers and steel supports. Provide O -Z cable support to support conductors in vertical raceways as required by NEC Table 300-19(a) of NEC. Where special hangers are required, submit hanger details to A/E for review before installation. 16B-5 INSERTS, HANGERS: a) Support vertical and horizontal conduit runs at intervals not greater than 10 feet, within 3 feet of any bend and at every outlet orjunction box. Where plastic conduit is used follow E/M's recommended hanger spacing. 1 b) Install multiple runs of conduits as follows: I. Where a number of conduits are to be run exposed and parallel, group and support with trapeze hangers. 2. Fasten hanger rods to structural steel members with suitable beam clamps and to concrete struc- ' tures with inserts set flush with surface. Install concrete inserts with reinforced rod through opening provided in inserts. 3. Inserts shall be Grinnel Figure 279, 281, 282, or 285 or equivalent as required by load and con- crete thickness. 4. Provide beam clamps suitable for structural members and conditions. 5. Provide 3/8" minimum diameter steel hanger rods galvanized or cadmium -plated finish. 6. Trapeze hangers shall be Kindorf Series 90 channel with fittings and accessories as required. 7. Attach each conduit to trapeze hanger with Steel City No. C-105 clamps for rigid conduit and Steel City No. C-106 clamps for electrical metallic tubing (EMT). ' c) Install clamps for single conduit runs as follows: 1. Support individual runs by approved pipe straps, secured by toggle bolts on hollow masonry; expansion shields and machine screws or standard preset inserts on concrete or solid masonry; machine screws or bolts on metal surfaces; and wood screws on wood construction. Use of perfo- rated strap not permitted. 2. Install exposed conduits in damp locations with clamp backs under each conduit clamp to prevent accumulation of moisture around conduits. 3. Individual conduits suspended from ceiling shall be supported by Steel City No. C-149 hangers. d) Provide inserts, hangers and accessories with finish as follows: I. Galvanized: Concrete inserts and pipe straps. 2. Galvanized or Cadmium Plated: Steel bolts, nuts, washers, and screws. 3. Painted with Prime Coat: Individual hangers, trapeze hangers and rods. ' e) Equivalent hanger and support systems by Binkley, Fee and Mason, Kin -Line or Unistrut. I ELECTRICAL 16B-3 FAYETTEVILLE SESR CENTER I 168-6 BUSHINGS AND LOCKNUTS: a) Enter outlet boxes squarely and securely clamp conduit to outlet box with bushing on inside and locknut on outside. Provide Thomas and Betts #3800 Efcor 56 series or equivalent threaded malleable iron insulated throat grounding bushings. b) Terminate metallic conduits at switchboards, panelboards, control cabinet, etc. with O -Z Electrical Manu- facturing Company Type "BL" or "IGB" grounding type insulation bushings. Ground bushings to equip- ment grounding buss. 16B-7 OUTLET BOXES: , a) Provide electrical service outlets, including plug receptacles, lamp receptacles, lighting fixtures and switch- es with Steel City, Raco, or equivalent 4 inch code gauge steel knockout boxes galvanized or sheradized of required depth for service or device. b) Provide code gauge galvanized steel raised covers on outlet boxes installed in plaster finish. Set to plaster , grounds with outside edge of cover flush with plaster finish. c) Provide 3/8" or larger fixture stud in each outlet box scheduled to receive lighting fixture. Select covers with proper opening for device installed in outlet box. d) Use of utility or "Handy" boxes acceptable only where single gang flush outlet box in masonry is"dead- end" with only one conduit entering box from end or back. e) Use no sectional outlet boxes. I) Provide Appleton FS or FD unilets for surface mounted exterior work. Provide complete with proper device cover and gasket. Provide blank cover and gasket when used as junction box. 16B-8 LOCATION OF OUTLET BOXES: a) Locate outlet boxes generally from column centers and finished wall lines. Install ceiling outlet boxes at suspended ceiling elevations. b) Accurately locate lighting fixtures and appliance outlet boxes mounted in concrete or in plaster finish on concrete. Install outlet boxes in forms to dimensions taken from bench marks, columns, walls, or floors. Rough -in lighting fixtures and appliance outlet boxes to general locations before installation of walls and furring and reset to exact dimensions as walls and furring are constructed. Set outlet boxes true to horizon- tal and vertical finish lines of building. c) Install outlet boxes accessible. Provide outlet boxes above piping or ductwork with extension stems or 1 offsets as required to clear piping and ductwork. d) Install centerline of switch outlet boxes 48" above floor unless otherwise called for or required by Wains- cot, counter, etc. All electrical light switches shall be located as close to door frame as possible. Under no circumstances should switch be located more than I2" from edge of door frame. Install centerline of recep- tacle outlet boxes 18" above floor unless otherwise called for on drawings. Adjust mounting heights to nearest masonry joint for minimum cutting in case of flush outlets. All thermostats shall be centered above light switches wherever possible. e) Install clock and other outlet boxes at elevations indicated on drawings or as directed by A/E. Center , bracket lights over mirrors with 2" clearance above mirror. 16B-9 PULL BOXES, WIRE WAYS AND GUTTERS: , a) Provide Alwalt, Keystone, Universal or equivalent code gauge pull boxes, wireways, and gutters indicated or required for installation, sized to conform with NEC rules. Provide complete with necessary fittings, 16B-4 ELECTRICAL IFAYETTEVILLE SENIOR INTER • interconnecting nipples, insulating bushings, conductor supports, covers, gaskets, partitions, etc. as re- quired. ' b) Special items may be fabricated locally, to same general design and specifications as those listed in speci- fied manufacturers catalogs. Provide free of burrs, sharp edges, unreamed holes, sharp pointed screws or bolts, and finished with one coat of suitable enamel inside and out, prior to mounting. I 1 I I I I 1 1 I 1 Li I Li C1 c) Provide sectional covers for easy removal. 16B-10 CONDUCTORS: a) Unless noted otherwise conductors referred to are wires and cable. Provide code grade soft annealed copper conductors with specified insulation type in proper colors to conform with color coding specified. Provide conductors No. 8 gauge and larger stranded and conductors No. 10 gauge and smaller may be solid or stranded. b) Use no conductors smaller than No. 12 gauge unless specifically called for or approved by D/E. Size wire for 120 volt branch circuits for 3% maximum voltage drop. Size feeder circuits for 2% maximum voltage drop. Combined voltage drop of feeders and branch circuits shall not exceed 5% maximum. c) Provide conductors for listed applications as follows: I. Lighting and Receptacle Circuits: Type THHN, 600 volt, 90 degree C (194 degrees F) thermo- plastic insulated building conductor. 2. Power Circuits and Feeders: Type THHN, 600 volt, 90 degree C (194 degrees F) thermoplastic insulated building conductor. 3. Low Voltage and Line Voltage Conductors Sizes No. 16 and No. 18 AWG: Type TFFN, 600 volt 90 degrees C (194 degrees F) thermoplastic insulated building conductor. 4. Underground Power Circuits and Feeders: Type THHN/TWHN, 600 volt, 75 degree C (167 degrees F) wet rating and 90 degree C (194 degrees F) dry rated thermosetting filled insulating cable. d) Provide conductors by Anaconda, General Cable, General Electric, Phelps Dodge, or equivalent. 16B-1 I CONDUCTOR INSTALLATION: a) Run conductors in conduit continuous between outlets and junction boxes with no splices or taps pulled into conduits. b) Neatly route, tie and support conductors terminating at switchboards, motor control centers, panelboards, sound equipment, etc. with Thomas & Betts Ty -Rap cable ties and clamps or equivalent by Electrovert or Panduit. c) Make circuit conductor splices with Buchanan B -Cap nylon insulated connectors or equivalent by Ideal or 3M. d) Make fixture and device taps with Scotchlock self- stripping electrical tap connectors. e) Terminate solid conductors at equipment terminal strips and other similar terminal point with insulated solderless terminal connectors. Terminate all stranded conductor terminal points with insulated solderless terminal connectors. Provide Thomas & Betts Sta-Kon insulated terminals and connectors or equivalent by API/AMP Blackburn, Buchanan or Scotchlock. f) Where a total of six or more control and feeder conductors terminates in a multiple device panel or enclo- 1 sure that has no built-in terminal blocks provide mounting channel and see-thru covers. Equivalent termi- ELECTRICAL 16B-5 FAYETTEVILLE SEIR CENTER • ' nal blocks by General Electric, Square "D" or Westinghouse. I g) Wrap conductor taps and connections requiring additional insulation with a minimum of three overlapped layers of 3 M Scotch vinyl plastic electrical tape No. 88 or equivalent. i 16B-12 CONDUCTOR COLOR CODING: a) Provide continuous color coding for feeder, branch and control circuits. Insulation or identification tape ' color shall be same color for like circuits throughout. Where specified insulation colors are not available in larger wire sizes color code conductor at all accessible locations with Scotch 35 all-weather color code tape. , b) Identify the same phase conductor with same color throughout. c) Provide conductors with color coding indicated. Where more than one standard voltage system is installed , provide same colored conductors with indicated tape or stripe to indicate system voltage. SYSTEM INSULATION VOLTAGE CIRCUIT COLOR 120/208 Neutral White 120/208 Phase A Black 120/208 Phase B Blue 120/208 Phase C Red 120/208 Phase A Switch Brown 120/208 Phase B Switch Orange 120/208 Phase C Switch Yellow 120/208 3 -Way Sw.Runner Purple 120/208 Control Pink 120/208 Equip. Ground Green 16B-13 FUSES: , a) Provide fuses of same manufacturer and characteristics as scheduled to insure selective coordination of power system. Fuses shall be Bussmann or equivalent by Gould Shawmut, or Brush. , b) Install fuses only after installation is complete and final tests and inspections have been made. Label fuses, switches and other fused devices with warning labels affixed in prominent location indicating type and size of fuse installed and fuse manufacturer's catalog number. Labels are supplied in fuse cartons.. c) Furnish Owner with spare fuses of each size and type installed on job as follows: 600 amps or less 10% with minimum of three (3) of each size and type. I d) Obtain receipt from Owner's Representative showing date, quantity and size of spare fuses delivered to Owner. Submit two (2) copies of receipt to A/E and bind one copy in Owner's shop drawing manual. e) Provide fuses with casings to match fuse holder dimensions. Fuse reducers shall not be used without prior approval of D/E. f) Fuse shop drawings shall contain a schedule listing fuse type and size to be provided in each switch or fuse block. Also provide a list indicating type, size, and quantity of spare fuses to be provided to Owner. g) Fuse types shown in equipment schedules are Bussmann type designations unless otherwise indicated. 1613-6 ELECTRICAL ' FAYETTEVILLE SENIOR CENTER 166-14 SAFETY SWITCHES: a) Provide heavy duty and general duty horsepower rated safety switches rated in accordance with NEMA 'enclosed Switch Standard KS -1-1975 and UL 98 Standard and as scheduled. b) Enclosure shall be NEMA type required by switch location and environment. Enclosure door shall have latch with means for padlocking and cover interlock with defeater to prevent opening door when switch is energized or closing switch with door open. Switch shall have an embossed nameplate permanently at- tached to door front with switch rating, short circuit interrupting capacity and application information. c) Line terminals shall be permanently marked and shielded. Contacts shall be tin plated, equipped with arc chutes and have moving contacts visible in off position with door open. Wiring terminals shall be pressure type suitable for copper or aluminum wire. Switching mechanism shall be quick -make, quick -break spring driven anti -tease mechanism and be integral part of box. All current carrying parts shall be plated. d) Fuse holders for I to 600 amperes shall be high pressure type for use with Class R current limiting fuses. Fuse holders shall be completely accessible from front of switch. e) Provide switches by Cutler -Hammer, General Electric, ITE Gould, Square D, Challenger or Westinghouse. f) See Schedule. 16B-15 MAGNETIC MOTOR STARTER: a) Provide 600 volt, 60 hertz AC across -the -line magnetic type rated in accordance with NEMA Standards and listed and labeled in accordance with UL Standard 508 Eleventh Edition. b) Enclosures shall be NEMA type required by starter location and environment. c) Starter shall have permanently affixed to inside of enclosure cover in easy to read wiring diagram including alternate control variations and also a warning sign indicating maximum current limiting fuses size that may be in disconnect switch which will limit fault current to starters withstand rating with 100,000 RMS fault current available at disconnect switch. d) Starter contacts shall be silver alloy double break replacement without removal of power wiring or starter from enclosure. e) Provide starter with melting alloy type overload relays on all phases. Overload thermal unit shall be one piece interchangeable construction non- adjustable. Starter shall be inoperative with thermal unit removed. Starters shall not be furnished to E/C with jumper straps in overload units. f) Thermal units ampere rating for overload relays shall be selected by multiplying motor nameplate running amperes at connected voltage by .90 for motors with 1.0 service factor and by .95 for motors with 1.15 service factor. Use resulting amperes to enter manufacturer's overload selection tables. g) Provide starter with internal wiring and control circuits prewired with only line, load, and external control circuit wiring connections required. When starter voltage exceeds 120 volts, provide 120 volt control cir- cuit transformer with Fusetron Dual Element Fuses in transformer primary. h) Starter shall be suitable for additional of at least four electrical interlocks of any arrangement of normally 1 open or closed contacts. i) Provide starter with accessories such as auxiliary contacts, pilot lights, start -stop, or H.O.A. switches as ' required to obtain control sequence shown on drawings or specified. Accessories shall be available as kit for field installation or modification. j) Starter applications requiring disconnect switch at starter shall be combination type motor starters in lieu of separate devices. Where four or more starters are installed at one location starter and disconnect means ELECTRICAL 168-7 FAYETTEVILLE SE•R CENTER • ' shall be installed in group control panels in lieu of separate devices. k) Provide magnetic starters by Allen Bradley, Cutler -Hammer, Fumas, Challenger or Square "D". 1) See Schedule. , 16B-16 LIGHTING CONTACTORS: a) Provide 600 volt, 60 cycle mechanically or electrically held lighting contactors with proper NEMA enclo- sure required by contactor location and environment. b) Contactors shall have silver alloy, double break power contacts replaceable without removing power wiring or contactor from enclosure. c) Coils shall be molded case construction permanently marked with coil voltage and frequency and be re- 1 placeable without removing contactor from enclosure. d) Provide contactor with internal wiring and control circuits prewired with only line, load, and external I control circuits wiring connections required. Provide contactor with build -in clearing interlocks to allow control from either momentary or maintained pilot devices. e) Contactor shall be suitable for addition of at least two electrical interlocks of any arrangement of normally open or closed contacts. t) Provide contactor with accessories such as auxiliary contacts, pilot lights, on -off, or H.O.A. switches re- , quired to obtain control sequence shown on plans or specified. Accessories shall be available as kits for field installation or modification. g) Where three or more contactors are installed at one location contactors may be installed in group control panel in lieu of separate devices. h) Contactors by Allen Bradley, Cutler -Hammer, Fumas, ITE, Challenger or Square "D". ' i) See Schedule. 16B-17 WALL SWITCHES: a) Provide General Electric NEMA Standard WD -1-1974 switches with compound handles. Install groups of switches under one coverplate. b) Provide switches in colors as selected by A/E. c) Switches controlling loads of 1800 watts or less shall be as follows unless specified otherwise: TYPE CATALOG NO. AMP VOLTAGE 1 Single Pole GE 1121 20 120/277 Three Way GE 1123 20 120/277 Four Way GE 1124 20 120/277 Mount weatherproof switches in proper size "FS" box. d) Equivalent switches by Arrow -Hart, Hubbell, Pass & Seymour, Bryant, Eagle, or Leviton. 1611-18 DIMMER SWITCHES: a) Provide narrow slide dimmers as indicated on drawings. Dimmers shall be rated for connected lighting load. Dimmer shall be Lutron Nova Series or equivalent. Color shall be as selected by A/E. 16B-8 ELECTRICAL I FAYETTEVILLE SENIOR CENTER 16B-19 RECEPTACLES: a) Provide General Electric specification grade NEMA Standard WD -1-1974 grounding receptacleswith color as selected by A/E: TYPE NEMA CATALOG NO. AMP VOLTAGE Duplex 5-20R GE 5342 20 125 b) Provide Hubbell weatherproof receptacles as follows: TYPE NEMA CATALOG NO. AMP VOLTAGE Duplex 5-20R GF-5362-GY 20 125 Install device in Hubbell No. 6083F.D. gray fiberglass box and provide Hubbell No. 5221 gray weather- ' proof lift coverplate. c) Equivalent receptacles by Arrow -Hart, General Electric, Hubbell, Pass & Seymour, Bryant, Eagle, or ' Leviton. d) Provide General Electric non -grounding receptacles as follows: TYPE NEMA CATALOG NO. AMP VOLTAGE Combination 10-30 GE 4132-3 30 125/250 Combination 10-50 GE 4152-3 50 125/250 e) Provide General Electric No. 4234-2 universal clock hanger outlet with 15A, 125 volt, NEMA 5-15R single outlet with ivory plastic wall plate. 16B-20 FLUSH WALL PLATES: I a) Provide Sierra "RP" line high -impact thermoplastic wallplates conforming to U.L., NEMA and Federal Specifications WP -455A. b) Provide wallplates for all switches, receptacles, blanks, telephone, computer and special purpose outlets. c) Plates shall be modem design, having rounded edges and corners complete with finish -matching mounting screws. d) Provide flush wallplates on wiremold switch and receptacle boxes. 1 e) Provide factory engraved wallplates where indicated. Where engraved text is not outlined, submit two copies of proposed text to A/E for review and approval prior to engraving. I) Wallplates shall not support wiring devices. Provide wiring device accessories as required to properly install devices and wallplates. g) Provide jumbo wallplates for all wiring devices installed in masonry walls. ' h) Provide wallplates of one design throughout the building. Ii) Provide designs and finishes equivalent to above specifications where wallplates for special devices are available only from manufacturer of device. j) Verify with A/E finish of any plate where it may be apparent a special finish or color should have been ELECTRICAL 16B-9 FAYETTEVILLE SE•R CENTER • I k) Provide narrow wallplates as indicated. I 1) Ganged wiring devices shall have a single wallplate. m) Provide wallplates manufactured by same company as wiring devices. I 16B-21 LIGHTING FIXTURES: a) Provide fixtures complete with lamps and accessories required for hanging. E/C shall insure that lamps, reflectors, lens, and trim are clean at time of final inspection. Mount recessed fixtures with trim flush to ceilings, free of gaps or cracks. b) Coordinate mounting of ceiling mounted lighting fixtures with G/C. Where additional ceiling or fixture supports are required due to fixture location or weight they shall be provided by E/C, unless otherwise specified under ceiling specifications. c) Provide inside frosted (IF) incandescent lamps unless otherwise called for in fixture schedule. d) Fixture lamps shall be lamp type recommended by E/M. Lamp no fixtures above E/M's recommended maximum wattages. . e) Fluorescent fixture ballast shall be Class "P" high power factor type (over 90%). Ballast shall comply with I Standard C82.a specification for fluorescent ballast and be certified and labeled by "CMB/ETL". Ballast shall have sound rating indicated on ballast case and rated as follows: BALLAST TYPE SOUND RATING Pre -Heat - Rapid Start A Trigger Start A Instant Start B High Output C f) Provide metal halide fixtures with peak -lead auto- transformer type ballast. g) Consult Architectural plans for ceiling types and provide recessed fixtures and mounting components I accordingly. h) Fixture supports shall comply with 1993 N.E.C. Sections 410-15 and 410-16. Provide fixture securing clips as required. . i) See Fixture Schedule. 16B-22 CIRCUIT BREAKER PANELBOARDS: a) Provide dead -front panelboards with bolt -in or plug -on molded case circuit breakers as listed in schedule. Panelboards shall conform to NEMA Standard Publication No. PBI-1957 and UL Standard No. 67 for panelboards. b) Boxes shall be galvanized steel standard width and depth except where scheduled otherwise. Fronts shall I be code gauge steel finished with rust inhibiting primer and based enamel finish. Fronts shall have flush doors with flush cylinder tumbler -type locks, spring loaded door pulls, concealed door hinges. Provide doors higher than 48 inches with three point catch. Panel door locks shall be keyed alike. Provide fronts designed for flush or surface mounting as indicated and attached to box by adjustable trim clamps. c) Provide tin -finished copper bars full length of panel with rating listed in schedule. Bus bar connections to branch circuit breakers shall be "Phase Sequence" type designed and assembled so circuit breakers can be replaced without disturbing adjacent breakers or without removing main bus or branch circuit connectors. I 16B-10 ELECTRICAL • FAYETTEVILLE SENIOR CNTER Provide bus bars with wire lugs suitable for copper or aluminum conductors. Provide each panel with equipment grounding bus grounded to box and neutral bus insulated from box. Id) Branch circuit breakers shall be quick -make, quick -break with trip indication. Circuit breakers shall oper- ate both manually for normal switch functions and automatically under overload and short circuit condi- tions. They shall provide circuit and self protection when applied within their rating. Operating mechan- isms shall be entirely trip free so that contacts cannot be held closed against a short circuit. Operating handle of circuit breaker shall simultaneously open and close all poles of a multiple breaker. Circuit break- ers shall conform to NEMA Standards Publications No. PBI-1964 and be approved by UL. Circuit breaker shall have a thermal magnetic trip unit for each pole for inverse time delayed overload protection and an instantaneous magnetic element for short circuit protection. Trip elements shall operate a common internal- ly connected trip bar to open all poles in case of overload or short circuit through any one pole. Panel shall provide for branch circuit breakers up to 100 amperes, and unless indicated otherwise shall have 10,000 ' RMS short circuit amperes symmetrical interrupting capacity. Breakers shall be one, two, or three pole type as indicated in panel schedule. e) Panels shall have branch circuit directory holders with clear plastic cover. Provide neatly typed circuit directory listing loads corresponding to branch circuit numbers. f) Provide one spare 3/4" conduit for every three spaces and/or blank spaces with a minimum of three spare conduits per panel. Terminate conduit above ceilings unless indicated otherwise. g) Panelboard shall be General Electric, ITE Gould, Square "D", Westinghouse, Challenger or Cutler- , Hammer. h) See Schedule. 168-23 GROUNDING: a) Supplement grounded neutral of secondary distribution system with equipment grounding system, installed so that metallic structures, enclosures, raceways, junction boxes, outlet boxes, cabinets, machine frames, portable equipment and other conductive items operate continuously at ground potential and provide low impedance path for ground fault currents. System shall comply with National Electrical Code, modified as indicated on drawings as specified. b) Provide equipment ground bus in base of low voltage switchgear or switchboard. Braze or otherwise adequately connect ground system to at least three 3/4" diameter by 10'-0" long ground rods. Where extra rods are necessary to meet requirements of specified tests, E/C shall be reimbursed for additional cost. Rods shall be located a minimum of six feet from each other of any other electrode and shall be intercon- nected by a minimum 3/0 bare copper conductor brazed to each ground rod below grade. ' c) Ground metallic water piping system to electrical service ground with a minimum 3/0 or as required green insulated copper ground conductor, in conduit. Where a dielectric main water fitting is installed, connect ground conductor to building side of dielectric water fittings. Do not install jumper around dielectric water fitting. Bond conduit to ground conductor at each end. Provide 3/0 jumper with ground clamps around water meter. d) Provide grounding electrode system as required by the Latest National Electrical Code, Section 250- 81-H. e) Connect system neutral ground and equipment ground system to common ground bus. f) Ground secondary services at supply side of each individual secondary disconnecting means and at related transformers in accordance with National Electric Code. Provide each service disconnect enclosure with neutral disconnecting means which interconnect with insulated neutral and uninsulated equipment ground sub to establish system common ground point. Neutral disconnecting links shall be located so that low voltage neutral bar with interior secondary neutrals can be isolated from common ground bus and service entrance conductors. ELECTRICAL 16R-11 FAYETTEVILLE SEIR CENTER • 1 g) Required equipment grounding conductors and straps shall be sized in compliance with N.E.C. Table 250- 95. Equipment grounding conductors shall be provided with green type TW 600 volt insulation. Related feeder and branch circuit grounding conductors shall be connected to ground bus with approved pressure connectors. Provide feeder servicing several panelboards with a continuous grounding conductor connect- ed to each related panelboard ground bus. h) Aluminum conductors, straps or bars may be substituted for copper items of consistent with materials used for phase conductors. Substitute materials shall be comparable in current carrying capacity, temperature rise, and mechanical strength. Installation shall include necessary precautions regarding terminations with dissimilar metals. i) Provide low voltage distribution system with a separate green insulated equipment grounding conductor for each single or three-phase feeder, and each branch circuit except as specified herein. Where more than one branch circuit is installed in a common raceway only one grounding conductor is required. Grounding conductor shall be sized for largest branch circuit overcurrent device serving common raceway. j) Single phase 120 and volt branch circuits for lighting shall consist of phase and neutral conductors in- , stalled in common metallic conduit which shall serve as grounding conductor. Provide flexible metallic conduit utilized in conjunction with above single phase branch circuits with suitable green insulated grounding conductors. Single phase branch circuits required for special equipment, such as X-ray, etc., and feeders and branch circuits in non-metallic conduits shall be provided with separate grounding conduc- tor. Install grounding conductor in common conduit with related phase and/or neutral conductors. Where parallel feeders are installed in more than one raceway, each raceway shall have a green insulated equip- ment grounding conductor. k) E/C shall provide equipment grounding bars for termination of equipment grounding conductors in panel - boards and other electrical equipment. In addition to active circuits, provide pressure connectors for panel spares and blank spaces. I 1) Provide electrical expansion fitting with an external flexible copper ground securely bonded by approved grounding straps on each end of fitting except where UL approved built-in copper grounding device is provided. m) Provide non-metallic conduits or ducts with equipment grounding conductors except for conditions as follows: ' 1. Where ducts are for telephone or communication uses only. n) Provide electric devices such as air cleaners or heaters control switch, etc., installed in air ducts, with insu- lated equipment ground conductor sized on rating of overcurrent device supplying unit. Bond conductor to each unit, air duct, and to ground in panelboard. o) Provide steel and aluminum conduits which terminate without mechanical connection to metallic housing of electrical equipment with ground bushing and connect each bushing with bare copper conductor to ground bus in electrical equipment. Electrically noncontinuous metallic conduits containing ground wiring only shall be bonded to ground wire at both conduit entrance and exit. p) Ground and bond exterior mounted light poles, radio and television masts and flag poles with No. 6 or larger bare copper wire connected to 96" long, 3/4" copper clad ground rod driven in ground. q) Test complete equipment grounding system to each service disconnect enclosure ground bar with Vibro- ground test unit manufactured by Associated Research Inc. Resistance, without chemical treatment or other artificial means shall not exceed five (5) ohms to ground. Submit certified test reports of compliance with five (5) ohm value. 16B-24 TIME SWITCHES: I a) Provide time switches as indicated on drawings and in schedule. 1 I6B - 12 ELECTRICAL FAYETTEVILLE SENIOR CENTER • b) Equivalent by Intermatic, Tork or Rainbird. c) See time switch schedule. 16B-25 ELECTRIC WALL HEATERS: a) The heating equipment shall include an electric automatic fan -forced air heater suitable for small area heating as manufactured by Berko, Markel, Q'Mark or approved equivalent. Heaters shall be U.L. listed. b) The heater shall be designed for wall recess or surface mounting. c) The heater assembly which fits into the back shall consist of a fan panel upon which is mounted all of the operational parts of the heater. d) The heating element shall be guaranteed for five years and shall be of non -glowing design consisting of 80/20 NiCh resistance wire enclosed in a steel sheath to which steel plate fins are brazed. The element shall cover the entire air discharge are to ensure uniform heating of all discharge air. e) The fan shall be five -bladed aluminum. The fan motor shall be totally enclosed. I) Fan delay shall be of bi-metallic, snap action type and shall activate fan after heating element reaches operating temperature and continue to operate until the heating element is cool. g) Thermostat shall be of the bi-metallic, snap -action type with enclosed contacts. h) A thermal cut-out shall be built into the system to shut off the heater in the event of overheating. i) A single -pole, single throw disconnect switch shall be mounted on the back box to provide positive discon- nect. j) The back box shall be designed for duty as a recessed rough -in box in either masonry or frame installations. The back box shall be commercial grade galvanized steel and shall contain knockouts through which power Ileads are brought. k) The louvered front cover shall be of commercial grade steel finished in Navajo White. It shall attach to the fan deck via snaps in the high impact plastic trim pieces and shall have no exposed screw heads. I) All sheet metal parts, except the back box shall be phosphatized, then completely painted by a baked enamel painting process. 16B-26 ELECTRIC SERVICE: 1 a) The Electrical Contractor shall contact the local electrical utility company and arrange for electric service as indicated on drawings. Include all costs, charges, fees, etc. incurred by utility company into bid. Pro- vide all materials as required by local authorities for electric service installation. All work shall be in accordance with the requirements of local authorities. Contact Dennis Burrack with the Southwest Electric Power Company; phone (501) 973-2308. 16B-27 DUCT SMOKE DETECTORS: Ia) Duct smoke detectors shall be Simplex type 2098-9649 and shall be of the solid state photoelectric type and shall operate on the light scattering photodiode principle. The detectors shall be designed to ignore invis- ' ible airborne particles or smoke densities that are below the factory set alarm point. No radioactive materi- als shall be used. Detector construction shall be of the split type, that is, mounting base with twist -lock detecting head. Contacts between the base and head shall be of the bifurcated type using spring -type, self - wiping contacts. Duct housing couplings shall be slotted to insure proper alignment of the sampling and exhaust tubes. Detector shall have an alarm LED visible though a transparent front cover. Provide detec- ELECTRICAL 166-13 FAYETTEVILLESET CENTER • I tors with 2098-9747 120 volt power adaptor. Installation must comply with NFPA-90A. Equivalent by Simplex, Notifier, and Edwards. END OF SECTION 16B L I I I I IJ Li I L I I [J L 16B-14 ELECTRICAL ' • FAYETTEVILLE SENIOR CENTER DIVISION 16 - ELECTRICAL SECTION 16C - SIMPLEX 4005 FIRE ALARM SYSTEM SPECIFICATION 16C-1 SCOPE AND RELATED DOCUMENTS: a) The work covered by this section of the specifications includes the furnishing of all labor, equipment, materials, and performance of all operations in connection with the installation of the fire alarm system as shown on the drawings and as herein specified. b) The requirements of the conditions of the Contract, Supplementary Conditions, and General Requirements, apply to the work specified in this section. I. c) The complete installation shall conform to the applicable sections of NFPA-72 A and E, Local Code Re- quirements and National Electrical Code (Article 760). Id) The work covered by this section of the specifications shall be coordinated with the related work as speci- fied under the following: 16C-2 QUALITY ASSURANCE: 1 a) Each and all items of the fire alarm system shall be listed as a product of a SINGLE fire alarm system manufacturer under the appropriate category by the UnderwritersLaboratories, Inc. (UL), and shall bear the UL label. all control equipment shall be listed under UL category UOJZ as a single control unit. Par- tial listing shall NOT be acceptable. b) In addition to the UL-UOJZ requirement listed above, the system controls shall be UL listed for Power Limited Applications per NEC 760. All circuits must be marked in accordance with NEC article 760-23. 16C-3 GENERAL: I I I U I I a) Furnish and install a complete fire alarm system as described herein and as shown on the plans; to be wired, connected, and left in first class operating condition. The system shall use closed loop initiating device circuits with individual zone supervision, individual indicating appliance circuit supervision, incoming and standby power supervision. Include a control panel, manual pull stations, automatic fire detectors, horns, flashing lights, annunciator, all wiring, connections to devices, outlet boxes, junction boxes, and all other necessary material for a complete operating system. b) Through the use of a program mode dip -switch the fire alarm control panel shall allow for loading or edit- ing any special instructions or operating sequences as required. No special tools, modems, or an off -board programmer shall be required to program the system so as to facilitate ease of expansion, building parame- ter changes or changes as required by local codes. All instructions shall be stored in a resident non-volatile programmable memory. c) All panels and peripheral devices shall be the standard product of a single manufacturer and shall display the manufacturer's name on each component. The catalog numbers specified under this section are those of the Simplex Time Recorder Company and constitute the type, quality of design, material, and operating features desired. d) Equipment submissions must include a minimum of the following: Complete descriptive data indicating UL listing for all system components. 2. Complete sequence of operations of the system. I6C- I FAYETTEVILLE SEN• CENTER • 1 3. Complete system wiring diagrams for components capable being connected to the system and interfaces to equipment supplied by others. e) Equivalent systems by Simplex, Edwards, Notifier, and FCI. 16C-4 OPERATION: a) The system alarm operation subsequent to the alarm activation of any manual station, automatic detection device, or sprinkler flow switch shall be as follows: I. The appropriate initiating device circuit red LED shall flash on the control panel and the remote annunciator until the alarm has been silenced at the control panel. Once silenced, this same LED shall latch on. A subsequent alarm received after. silencing shall flash the subsequent zone alarm LED on the control panel. 2. A pulsing alarm tone shall occur within the control panel until silenced. 3. All alarm indicating appliances shall sound in a March Time Code pattern until silenced by the alarm silence switch at the control panel or the remote annunciator. 4. All doors normally held open by door control devices shall close. 5. Supervised signal to notify a UL listed central station shall be activated. A dual line digital shall seize the phone lines. 6. The mechanical controls shall shut -down the HVAC systems. b) The alarm indicating appliances may be silenced by authorized personnel upon entering the locked control cabinet and operating the alarm silence switch or by use of the key operated switch at the remote annuncia- tor. A subsequent zone alarm shall reactivate the signals. c) The activation of any system smoke detector shall initiate an alarm verification operation whereby the I panel shall reset the activated detector and wait for a second activation. If, after reset, a second alarm is reported from the same of any other smoke detector within one ( I) minute the system shall process the alarm per the operations. The alarm verification shall operate only for smoke detectors. Other activated initiating devices shall be processed immediately. d) The activation of any standpipe or sprinkler tamper switch shall activate a distinctive system supervisory audible signal and illuminate a "Sprinkler Supervisory Tamper" LED at the system controls (and the remote annunciator). There shall be no confusion between valve tamper activation and opens and/or grounds on fire alarm initiation circuit wiring. I. Activating the Trouble Silence Switch will silence the supervisory audible signal while maintain- ing the "Sprinkler Supervisory Tamper" LED indicating the tamper contact is still activated. 2. Restoring the valve to the normal position shall cause the audible signal and LED to pulse at a March Time Rate. 3. Activating the Trouble Silence Switch will silence the supervisory audible signal and restore the system to normal. e) The actuation of the program "Test Set-up" switch at the control panel shall activate the "Walk Test" mode I of the system which shall cause the following to occur: I. The city connection circuit shall be disconnected. 2. Control relay functions shall be bypassed. 16C-2 , I • FAYETTEVILLE SENIOR CENTER ' 3. The control panel shall show a trouble condition. 4. The alarm activation of any initiation device shall cause the audible signals to pulse one round of code identifying the initiation circuit (e.g.: an activated smoke detector connected to Zone 4 shall pulse the audible signals 4 times in rapid succession). 5. The panel shall automatically reset itself. 6. Any momentary opening of an annunciator or indicating appliance circuit shall cause the audible signals to sound for 4 seconds to indicate the trouble condition. 1) A manual evacuation switch shall be provided to operate the systems indicating appliances or initiate "Drill" procedures. g) Activation of an auxiliary bypass switch shall override the automatic functions either selectively or throughout the system and initiate a trouble condition at the control panel. 16C-5 SUPERVISION: a) The system shall contain 8 Class B (Style B) independently supervised initiation circuits so that a fault in ' any one zone shall not affect any other zone. The alarm activation of any initiation circuit shall not prevent the subsequent alarm operation of any other initiation circuit. b) There shall be 4 independently supervised and independently fused indicating appliance circuits for alarm horns and flashing alarm lamps. c) All auxiliary manual controls shall be supervised so that all switches must be returned to the normal au- tomatic position to clear system trouble. d) Each independently supervised circuit shall include a discrete amber "Trouble" LED to indicate disar- rangement conditions per circuit. e) The incoming power to the system shall be supervised so that any power failure shall be audibly and visual- ' ly indicated at the control panel (and the annunciator). A green "power on" LED shall be displayed contin- uously while incoming power is present. I) The system batteries shall be supervised so that disconnection of a battery shall be audibly and visually 'indicated at the control panel (and the annunciator). g) The system expansion modules connected by ribbon cables shall be supervised for module placement. Should a module become disconnected from the CPU the system trouble indictor shall illuminate and audible trouble signal shall sound. h) Wiring to a remote annunciator shall be supervised for open and ground conditions. An independent annunciator trouble indicator shall illuminate and an audible trouble signal shall sound at the control panel. 16C-6 POWER REQUIREMENTS: a) The control panel shall receive 120 VAC power (as noted on the plans) via a dedicated circuit. b) The system shall be provided with sufficient battery capacity to operate the entire system upon loss of normal 120 VAC power in a normal supervisory mode for a period of twenty-four hours with five (5) minutes of alarm indication at the end of this period. The system shall automatically transfer to the standby ' batteries upon power failure. All battery charging and recharging operations shall be automatic. Batteries, once discharged, shall recharge at a rate to provide a minimum of 70% capacity in 12 hours. c) All circuits requiring system operating power shall be 24VDC and shall be individually fused at the control panel. I6C-3 FAYETTEVILLE SE•R CENTER , 16C-7 FIRE ALARM CONTROL PANEL: a) Where shown on the plans, provide and install a Simplex type 4005 Fire Alarm Control Panel. Construc- tion shall be modular with solid state, microprocessor based electronics. All visual indicators shall be high contrast, LED type. b) The control panel shall contain the following features: ' 8 Initiation Device Circuits. 4 Alarm Indicating Appliance Circuit. 1 (Selectable) Local Energy, Shunt Master Box, or Reverse Polarity Remote Station Connection. 2 min. Form C Alarm Contacts (2.0 Amps ea.). I min. Form C Trouble Contact (2.0 Amps ea.). 1 Earth Ground Supervision Circuit. I Automatic Battery Charger. I set Standby Batteries. I lot Resident non-volatile programmable operating system memory for all operating require- ments. I Supervised Manual Evacuation Switch. I Set of Dry Contacts per Zone (SPDT 2 amps ea.). c) Fire Alarm Zone Schedule Basement Main Floor Phase IA Main floor Phase IB Future Adult Day Care. I6C-8 REMOTE ANNUNCIATOR: '. a) Where shown on the plans, provide and install a Simplex type front lighted 4602-9102 remote annunciator. 16C-9 PERIPHERAL DEVICES: a) Manual stations shall be Simplex type 2099-9754 single action and shall be constructed of high impact, red lexan with raised white lettering and a smooth high gloss finish. The break glass rod station shall have a hinged front with key lock. Stations which utilize screwdrivers, allen wrenches, or other commonly avail- able tools shall not be accepted. Stations shall be keyed alike with the fire alarm control panel. When the station is operated, the handle shall lock in a protruding manner to facilitate quick visual identification of the activated station. b) Horns/Strobes - Alarm horns shall be Simplex type 4903-9401, 4903-9403, or 4903-9405 as required to ,meet candela output as shown on fire alarm riser diagram on the drawings. The horns shall be polarized and shall be operated by 24VDC. Each horn assembly shall include separate wire leads for in/out wiring for each leg of the associated signal circuit. T -tapping of signal device conductors to signal circuit conduc- tors shall NOT be accepted. The alarm horns shall be suitable for mounting on Simplex type 4903-9101 audio-visual assemblies which shall be flush mounted on a 4 inch square outlet box. The red housing shall have the word "FIRE" in white lettering. Strobes shall be synchronized. c) Strobes - Visible alarm strobes shall be Simplex type 4904-9305, 4904-9301, or 4904-9311 as required to I meet candela output as shown on fire alarm riser diagram on the drawings. The strobes shall be polarized and shall be operated by 24 VDC. Each strobe assembly shall have separate wire leads for in/out wiring for each leg of the associated signal circuit. T -tapping of the signal device conductors shall NOT be accepted. The strobes shall be synchronized. Strobe housing shall be red with the word "FIRE" in white lettering on three (3) sides. The strobe in the bathroom by the quite room shall be provided with a high humidity gas- ket. 16C-4 ' 0 FAYETTEVILLE SENIOR C TER d) Duct Smoke Detectors - Duct smoke detectors shall be Simplex type 2098-9649 and shall be of the solid state photoelectric type and shall operate on the light scattering photo diode principle. The detectors shall be designed to ignore invisible airborne particles or smoke densities that are below the factory set alarm point. No radioactive materials shall be used. Detector construction shall be of the split type, that is, mounting base with twist -lock detecting head. Contacts between the base and head shall be of the bifurcat- ed type using spring -type, self -wiping contacts. Removal of the detector head shall interrupt the super- visory circuit of the fire alarm detection loop and cause a trouble signal at the control panel. Duct housing couplings shall be slotted to insure proper alignment of the sampling and exhaust tubes. Detector shall have an alarm LED visible though a transparent front cover. Detectors shall obtain their operating power from the supervised current in the fire alarm loop. Installation must comply with NFPA-90A. e) Central Station Dialer - Central Station Dialer shall be Simplex Type 5107 dual line FSK digital dialer. Dialer shall be equipped with 24 hour battery backup and transformer. 16C-10 INSTALLATION: a) Provide and install the system in accordance with the plans and specifications, all applicable codes and manufacturer's recommendations. All wiring shall be installed in strict compliance with all the provisions of NEC - Article 760, Power -Limited Protective Signaling Circuits. b) All junction boxes shall be sprayed red and labeled "Fire Alarm". Wiring color code shall be maintained throughout the installation. Ic) Installation of equipment and devices that pertain to other work in the contract shall be closely coordinated with the appropriate subcontractors. d) The contractor shall clean off dirt and debris from the inside and the outside of the fire alarm equipment after completion of installation. e) The manufacturer's authorized representative shall provide on site supervision of installation. 16C -1I TESTING: a) The completed fire alarm system shall be fully tested in accordance with NFPA-72H by the contractor in the presence of the owner's representative and the Local Fire Marshal. Upon completion of a successful I. test, the contractor shall so certify in writing to the owner and general contractor. 16C-12 WARRANTY: a) The contractor shall warrant the completed fire alarm system wiring and equipment to be free from inherent mechanical and electrical defects for a period of one (1) year from the date of the completed and certified test of from the date of first beneficial use. b) The equipment manufacturer shall make available to the owner a maintenance contract proposal to provide a minimum of two (2) inspections and tests per year in compliance with NFPA-72H guidelines. END OF SECTION 16C I I 16C-5 I I I U I • • Fayetteville Senior Center 10/96 1 Grubbs,Garner & Hoskyn, Inc., Consulting Engineers - 202 Greg Street P.O. Box 1248 Springdale, AR 72765 (501) 756-5999 Fax: (501) 756-1749 I May 3, 1996 Job No. 96-133 Daryl S. Santis, Architect 380 West Rock Street Fayetteville, AR 72701 Attention: Mr. Daryl S. Rantis SUBJECT: SOIL AND FOUNDATION INVESTIGATION FAYETTEVILLE SENIOR CENTER FAYETTEVILLE, ARKANSAS INTRODUCTION Presented hereinn is the report of the subsurface investigation conducted for the Senior Center at the historic Archibald Yell's Waxhaw's estate in Fayetteville, Arkansas. This study was authorized by Ms. Batty G. Truner of the Council on Aging on March 4, 1993 and perfcuned in general accordance with our proposal dated February 16, 1996. We understand that the proposed structures will be two story with block wall construction. Foundation loadings are anticipated to be moderate. The purpose of this study were to explore subsurface conditions at the site and to deveicp recommendations to guide design and construction of foundations and site grading. We accomplished these purposes by: Drillin@ sample borings within the building and pavement areas at the site to explore subsurface conditions and to obtain samples for laboratory testing; Performing laboratory tests to determine pertinent engineering properties of the foundation strata; and Analyzing field and laboratory data to develop recommendations for foundation design and construction. Geotechnical And Materials Engineering/Construction Surveillance SOIL AND FOUNDATION INVESTIGATION A - I Fayetteville Senior Center 10/96 , 1 I GRUBBS, GARNER & HOSKYN, INC. May 3, 1996 Job No. 96-133 Page 2 of 11 FIELD EXPLORATION I The subsurface conditions at the site were explored by six (6) sample borings advanced by dry -auger procedures. The approximate locations are shown of the Plan of Borings. Plate 1. Logs of the borings presenting descriptions of the various soil types encountered at the proposed site and results of laboratory tests are presented 1 as Plates 2 through 7. A key to terms and symbols used on the log forms is included as Plate 8. , Samples of the soil/rock strata encountered were obtained using a 2 -inch o.d. split -spoon sampler driven into the strata by blows of a 140 -lb hammer dropped 30 - inches. The number of blows required to drive the standard split -spoon sampler the final 12 -inches of an 18 -inch total drive, or portion thereof, is defined as the Standard Penetration Value (N). Recorded N -values are tabulated on the boring log forms in the , "Blows Per Ft" column. Samples of the near surface cohesive soils were sampled using a 3 -inch o.d. thin -walled tube sampler hydraulically advanced into the soil strata. ' Shear strengths of the cohesive soils were estimated in the field using a calibrated hand penetrometer. Estimated cohesion values are plotted on the boring log forms, in tons per sq ft. as small circles enclosing an "x". All samples were visually classified in the field by our soil technician and placed in appropriate containers to prevent loss of moisture or disturbance during transfer to the laboratory. I I SOIL AND FOUNDATION INVESTIGATION A-2 I i Fayetteville Senior Center L 10/96 GRUBBS, GARNER & HOSKYN, INC. Job No. 96-133 LABORATORY TESTING May 3, 1996 Page 3 of 11 Classification testing consisted of five (5) plastic and liquid limit tests (Atterberg Limits) and two (2) sieve analyses through the No. 200 sieve. The plastic and liquid limit values are plotted on the log forms as small pulses connected with a dashed line using the water content scale. The percent of soil passing the No. 200 sieve, obtained from each sieve analysis, is recorded in the "Minus No. 200" column on the log forms. Water content tests were performed in the laboratory to complete a soil -water content profile for each sample boring. Results of the natural water content tests are presented on the log forms in accordance with the terms and symbols presented in the upper -right portion of each log form. GENERAL SITE AND SUBSURFACE CONDITIONS The site is located in a partially wooded, pasture area with an existing Administration Building and large hardwood trees. Generally, surface drainage is to the south and west. The existing brick Administration Building has exhibited foundation movement with several cracks in the exterior brick. The existing slab -on -grade patio and drive also exhibited cracking with vertical displacements. The cracking pattern is apparent differential movement from shrink -swell of foundation and subgrade soils. SOIL AND FOUNDATION INVESTIGATION A -3 Fayetteville Senior Center. 10/96 , 1 [1 GRUBBS, GARNER & HOSKYN, INC. May 3, 1996 ' Job No. 96-133 Page 4 of 11 The stratigraphy encountered in the borings may be generalized as follows: Stratum I: Surficial topsoils consisting of clayey to sandy silt with organics and cobbles. These upper silty soils exhibit generally low to moderate shear strengths and may be expected to experience strength loss upon saturation and/or disturbance. Stratum II: Firm to stiff reddish brown and light gray clay was encountered , below the topsoils. This stratum clay classified as CH to MH, graded to clayey shale below depths of 4 to 6 ft has a moderate , high potential for shrink -swell movement. Stratum III: Soft to medium hard tan weathered to gray shale was . 1 encountered below depths of 5.5 to 8.0 ft. The shale exhibits moderate to high shear strengths and volumetric stability. , Borings were drilled using dry -auger procedures to enable determination of free groundwater. As indicated in the lower portion of the log forms, free groundwater was not encounterd. However, the potential does exists for localized perched water during wet weather conditions. The significant properties and characteristics of the foundation strata , considered pertinent to design and construction of the proposed facility are: a) The presence in the upper 0.5 to 1.5 ft clayey to sandy silt with organics , and low shear strengths; L SOIL AND FOUNDATION INVESTIGATION A -4 1 0 Fayetteville Senior Center 10/96 GRUBBS, GARNER & HOSKYN, INC. May 3, 1996 Job No. 96-133 Page 5 of 11 b) The moderate to high potential for shrink -swell movement of the clay (CH) encountered to depths of 4 to 6 ft; c) The absence of groundater, but the potential for localized perched conditions during wet weather seasons of the year; d) The moderate shear strengths of the weathered shale below depths of 6 to 8 ft with higher shear strenghts with increasing depth in the shale units. The relationship of these factors to design and construction of the proposed facility is considered in subsequent sections of this report. ANALYSES AND RECOMMENDATIONS All foundations systems must satisfy two (2) basic and independent design criteria. First, the maximum bearing pressure transmitted to the foundation soils should not exceed the allowable bearing pressure with respect to an adequate factor of safety based on the anticipated soil shear strength. Secondly, the foundation movements resulting from consolidation, shrinkage and/or swelling of the supporting soils should be within tolerable limits for the structure. In view of the shrink -swell potential of the clay encountered and the observed unsatisfactory performance of the existing stratum, it is our opinion that foundations for the structures should extend to the shale units. Drilled piers and grade beams are recommended for support of the new structures. SOIL AND FOUNDATION INVESTIGATION A -5 Fayetteville Senior Center • 10/96 ' 1 GRUBBS, GARNER & HOSKYN, INC. May 3, 1996 Job No. 96-133 Page 6 of 11 The existing structure has already been distressed due to shrink -swell movement. Underpinning systems can be considered to transfer foundation loads to the shale units for the existing building. However, underpinning should be performed , during wetter seasons to minimize potential swell movement. Thus, with shrinkage the underpinning system should be designed to transfer loads to the shale units. To , provide specific design of underpinning systems, we recommend that the existing foundation be exposed by a test pit to verify the existing footing. ' Drilled Pier Foundations The new building and addition to the existing structure may be supported by drilled piers founded at approximately 6 to 8 ft into the weathered shale to resist uplift forces of the upper clay units. Drilled pier depths of 12 to 15 ft below existing grades are anticipated. The piers may be sized using an allowable end bearing pressure of ' 15 ksf for the weathered shale. A minimum straight shaft drilled pier of 24 inches is recommended to facilitate cleanup. A 4 to 6 inch void beneath grade beams is , recommended to allow for shrink -swell movements. Adequate tension steel should be used to resist uplift forces in the drilled piers , due to potential swelling of clay soils. Uplift forces may be computed on the basis of an adhesion value of 1500 lbs per sq ft of circumferential area along the upper portion of the shaft penetrating in the clay or in fill above the clay. I SOIL AND FOUNDATION INVESTIGATION A -6 , Fayetteville Senior Center 10/96 GRUBBS, GARNER & H0SKYN, INC. May 3, 1996 Job No. 96-133 Page 7 of 11 Floor Slab System The potential shrink -swell movement of the clay soils could be in the order of 0.5 to 1.0 inch or more. If site grading requires 4 ft or more of fill the potential for shrink -swell could potentially be reduced to less than 0.5 inches. Therefore, undercutting could be considered for slab -on -grades to reduce potential shrink -swell movement. Regardless of fill requirements or undercut, the slab -on -grade should be constructed independent of the structural pier supported elements. Construction joints should be provided to allow the floor slab to move independent of the structure. As an alternative to slab -on -grade, a crawl space could be considered. PAVEMENTS Paved drives and parking areas will be constructed as a part of the project. Design traffic loadings and volumes have not been provided at this time. However, we anticipate that the drives will be subject to occasional heavy delivery trucks. We anticipate that parking areas will be used primarily by light vehicles. Site grading for pavement areas has not been established at this time. We recommend that pavement sections be developed when site grading plans are available as it can be determined whether CH clay soils will be present at subgrade level and/or select fill. We can provide pavement thickness recommendations upon review of site grading for the pavement area, upon request. SOIL AND FOUNDATION INVESTIGATION A -7 • Fayetteville Senior Center - GRUBBS, GARNER & HOSKYN, INC. Job No. 96-133 SITE GRADING 0 May 3, 1996 Page 8 of 11 Prior to placing fill at the project site or proceeding with building or pavement construction, all excessively soft and/or organic -containing soils should be removed from the building and pavement areas. It is estimated that during dryer seasons stripping and/or undercutting of the upper 0.5 to 1.5 ft could be required for removal of organics and silty soils Due to the shrink -swell potential, tree removal for building areas should be completed as soon as possible prior to starting construction to stabilize soil moisture contents. Removal of trees would minimize differential shrink -swell potential. Also, trees should be no closer than half the ultimate tree height from structures, if possible. After stripping the organic -containing soils the exposed subgrade should be proofrolled. Proofrolling should be performed with a minimum 20,000 -lb pneumatic - tired roller, loaded dump truck or similar equipment to determine the location and extent of soft soil zones. Fill required for undercut backfill or to raise the existing grade should consist of select clayey sand or sandy clay having a liquid limit less that 45 or other approved fill. Fill soils classifying as SC, GC or CL according to the Unified Soils Classification System are considered suitable. Locally available hillside fill with liquid limits exceeding 45 can be considered for select fill, provided the hillside consists of cherty SOIL AND FOUNDATION INVESTIGATION A-8 I I 0 Fayetteville Senior Center 10/96 GRUBBS, GARNER & HOSKYN, INC. May 3, 1996 t Job No. 96-133 Page 9 of 11 soils with not more than 35 percent passing the No. 200 sieve and classifying as GC. The on -site silt and clay soils are not suitable for select fill. All cuttings from drilled piers should be removed and not used for select fill for building and pavement areas. Fill placed in the building and pavement areas should be compacted to at least 95 percent of maximum Standard Proctor dry density (ASTM D-698) at or slightly above optimum water content. All fill should be placed in controlled• lifts of approximately 8 inches in loose lift thickness. To reduce construction difficulties, surface drainage should be established during initial site grading and maintained throughout construction and following completion of the project. Water should not be allowed to pond in or adjacent to the building or pavement areas. Inundation will adversely affect the strength and shrink - swell characteristics of the soils and cause untimely delays. The importance of a well- defined site drainage system cannot be over emphasized. As discussed in the previous section, fill should be placed in loose lifts approximately 8 inches in thickness, or as dictated by the type of compaction equipment. The in -place dry density and water content should be established for each lift and found to meet specified compaction levels prior to placement of subsequent lifts. SOIL AND FOUNDATION INVESTIGATION A -9 Fayetteville Senior Center. 10/96 GRUBBS, GARNER & HOSKYN, INC. May 3, 1996 Job No. 96-133 Page 10 of 11 The bottom of all drilled shafts should be free of loose cuttings and water before placing concrete. Although not anticipated, temporary casing could be required if water seepage and caving are encountered. Cuttings from the drilled piers and excavation soils should be removed and not be used as fill in building or pavement areas. Foundation excavation and installation should be monitored by the Geotechnical Engineer. Subsurface conditions significantly at variance with those encountered in the borings should be brought to the attention of the Geotechnical Engineer and work work delayed, pending evaluation and/or preparation of additional recommendations, if warranted. SOIL AND FOUNDATION INVESTIGATION A - 10 i • Fayetteville Senior Center GRUBBS, GARNER & HOSKYN, INC. Job No. 96-133 May 3, 1996 Page 11 of 11 The following Illustrations are attached to complete this report: Plate 1 Plate 2 through 7 Plate 8 10/96 Plan of Borings Boring Logs Key to Terms and Symbols We appreciate this opportunity to be of service to you on this phase of the project. if there are any questions regarding this information, or if we may be of additional assistance during final design or construction, please contact us. WB/JPH/rmc Attachments Copies Submitted: ' Very Truly Yours, GRUBBS, GARNER & HOSKYN, INC. . Mark W. Barton, P.E. John P. Hoskyn, P.E. Vice President Daryl S. Rands, Architect Attn: Mr. Daryl S. Rantis (3) SOIL AND FOUNDATION INVESTIGATION A - ii Fayetteville Senior Center. PLAN OF BORINGS FAYETTEVILLE SENIOR CENTER At Historic Archibald Yell's Waxhaw's Estate FAYETTEVILLE, ARKANSAS SOIL AND FOUNDATION INVESTIGATION ii 10/96 I 96-133 1 11 . •t sti w�S i P _ I M i yi /!• 1, C 30 i. I PLATE 1 A-12 , Fayetteville Senior Center 10/96 96-133 LOG OF BORING NO. 2 FAYETTEVILLE SENIOR CENTER FAYETTEVILLE, ARKANSAS TYPE: Auger LOCATION: See Plate I W • F a. W J O m m d i N DESCRIPTION OF MATERIAL SURF. EL: L' W a8 i0 C J m t, 3 } c3 1-j COHESION, TON/SO FT p 0.2 0.4 0.6 0.6 1.0 1.2 1.4 f S Cd Ci Z PLASTIC WATER LIQUID LIMIT CONTENT,% LIMIT M 1 -• 10 20 30 40 50 60 70 d Finn to Stiff Reddish Brain Clay 16 ® • ..t. Very Stiff Tan and Light Gray Clayey Shale - 1 • 5 •_ _ Soft Tan Weathered Shale with Clay Seas • 10 — — _ _ Soft to NunediHard Gray and Tan Weathered Shale 50/6 • I 15 -- NYdiLrn Hard Gray Shale 50/6, • ( I I I I COMPLETION DEPTH: 19' DEPTH TO WATER DATE: 4-18-96 IN BORING: p., DATE: 4-18-96 J. Gnzbbs, Gamer H o...,ws [n6wem SOIL AND FOUNDATION INVESTIGATION PLATE 3 A-13 Fayetteville Senior Center. 0 10/96 LOG OF BORING NO.3 96-133 FAYETTEVILLE SENIOR CENTER FAYETTEVILLE, ARKANSAS TYPE: PLger _ LOCATION: See Plate 1 LL • ti W -I O m W N Ia n < DESCRIPTION OF MATERIAL SURF. EL 0 W n 3 m . 3 } C o:� DV Fm COHESION, TON/SQ FT 0.2 0.4 0.6 0.6 1.0 1.2 1.4 i 8 z PLASTIC WATER LIQUID LIMIT CONTENT,%. LIMIT }_____________.__________.� 10 20 !0 40 60 60 70 ISoft Brown Clayey Silt with Sandstone Cobbles • /O Finn Reddish Bro m Clay with Sandstone Cobbles Stiff Reddish Brawn and Light Gray Clay 16 • 5 = Very Stiff Tan and Light Gray Clayey Slale _- � _ Soft Tan Weathered Shale . 43 50 48 • 10 • 15 f •Z0 COMPLETION DEPTH: 19.5' DEPTH TO WATER DATE: 4-18-96 IN BORING: Dry DATE: 4-18-96 ccnbbs, Garner i Hoskyn, Inc., [MWItN(,n,4.p SOIL AND FOUNDATION INVESTIGATION PLATE 4 A- 14 I 1 I 1 I 1 1 1 1 1 1 I Fayetteville Senior Center 10/96 96-133 LOG OF BORING NO.4 ' FAYETTEVILLE SENIOR CENTER •FAYETTEVILLE, ARKANSAS TYPE: Auger LOCATION: See Plate 1 • F, COHESION, TON/SO FT LL J n 3. •O W W }I< 0.2 0.4 0.6 0.6 1.0 1.2 I.4 F, DESCRIPTION OF MATERIAL a. 03 I I I I I I8 ' PLASTIC WATER LIQUID Wo h y 30 i_I LIMIT CONTENT, % LIMIT z O}_____________-___-___—__H. SURF. EL: m 10 20 30 40 '.O so 70 ti Bran Clayey Silt with Sandstone 14 I• es Stiff Reddish Brawn Clay Very Stiff Tan and Light Gray Clayey 5 _ Shale Soft to hbderately Soft Tan Weathered 37 Shale with Ferrous Staining • 10 — 61 • /7' • ' 15 _ II ' _ 1 • I III III ' COMPLETION DEPTH: 19.5DEPTH TO WATER DATE: 4-18-96 IN BORING: Dry DATE: 4-18-96 i crubbr, Garner PLATE SOIL AND FOUNDATION INVESTIGATION A - 15 ) Fayetteville Senior Cent • 10/96 LOG OF BORING NO.5 g6-133 FAYETTEVILLE SENIOR CENTER FAYETTEVILLE, ARKANSAS TYPE: Auger LOCATION: See Plate 1 LL F w p J p m y H w a N DESCRIPTION OF MATERIAL SURF. EL! 6 W a. J m 1- }w Cu �� COHESION, TON/50 FT 0.2 0.4 0.6 0.0 1.0 1.2 1.4 g z PLASTIC WATER LIQUID LIMIT CONTENT% LIMIT - -.-- I 10 20 30 40 SO 60 70 Soft Brcwn Clayey Silt 15 • Stiff Reddish Bran and Light Gray Clay • Stiff Tan and Light Gray Clay 5 I I _ Soft to hbderately Hard Bran �. Weathered Shale 29 50/7' 50/6' • 1D I I • 15— I I I I _-- eratel' o to ay e w 20 11 COMPLETION DEPTH: 19' DEPTH TO WATER DATE 4-18-96 IN BORING: Dry DATE: 4-18-96 _ Grubbs, Garner 1 Hoskyn, Inc., b'vumM )^CMan SOIL AND FOUNDATION INVESTIGATION PLATE 6 A- 16 I 1 I I 1 Fayetteville Senior Center 10/96 $6-133 LOG OF BORING NO. 6 FAYETTEVILLE SENIOR CENTER FAYETTEVILLE, ARKANSAS TYPE: kger LOCATION: See Plate I F LL m J O m y n Si n e '^ DESCRIPTION OF MATERIAL SURF. EL: IZ T W # O m 3 yG 0.-aPLASTIC z J COHESION. TON/SQ FT 0.2 0.4 0.6 0.0 1O 1.2 14 C) Z WATER LIQUID LIMIT CONTENT,%. LIMIT -S --- 10 zo 30 40 50 60 TO lnn dyey 1 L ® •- 35 Finn Reddish BroM1 C1ay • Stiff Reddish Bran and Caay Clay H ____ __ _ COMPLETION DEPTH: 5.0' DEPTH TO WATER DATE: 4-18-96 IN BORING: Dry DATE: 4-18-96 GrvDDs, Garner i Hoskyn, Inc., v. Cs....,u,.g m(....,, SOIL AND FOUNDATION INVESTIGATION PLATE 7 A- I7 I SYMBOLS AND TERMS USED ON BORING LOGS SOIL TYPES SAMPLER TYPES (SHOWN IN SYMBOL COLUMN) (SHOWN ONM'{SAMPLES COLUMN) 000 SYMBOL_ 0 I 1 N N Gravel Sand Slit Clay Shelby Rock Split No Predominant type shown heavy Tube Core Spoon Recovery TERMS DESCRIBING CONSISTENCY .OR CONDITION COARSE GRAINED SOILS(mo)or portion rd mined on No. 200 sleve ): Includes (I) clean gravels and sands, and(2) silly or clayey gravels and sands. Condition Is rated according to relative denslly,as determined by laboratory lesls. DESCRIPTIVE TERM N -VALUE RELATIVE DENSITY VERY LOOSE 0-4 0-15% LOOSE 4-10 (5-35% MEDIUM DENSE 10-30 - 35-65 DENSE 30-50 65-85% VERY DENSE 50And above 85-100% FINE GRAINED SOILS (major portion passing No. 200 sieve): Includes (1) inorganic and organic slits and clays, (2) gravelly, sandy, or silly clays, and (3) clayey silts. Consistency Is rated according to shearing strenglh,as indicated by penetrometer readings or by unconfined compression tests. UNCONFINED DESCRIPTIVE TERM COMPRESSIVE STRENGTH TON/SQ. FT. VERY SOFT Less than 0.25 SOFT 0.25-0.50 FIRM 0.50— 1.00 STIFF 1.00 — 2.00 VERY STIFF - 2.00-4.00 HARD 4.00 and higher NOTE: Sllckenslded and fissured clays may hove lower unconfined compressive strengths than shown above, because of planes of weakness or cracks In the soil. The consistency ratings of such soils are based on penetrometer readings. TERMS CHARACTERIZING SOIL STRUCTURE SLICKENSIDED—having Inclined planes of weakness Ihot are slick and glossy In appearance. FISSURED — containing shrinkage cracks, frequently filled with fine sand or sill; 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—conlofning appreciable quantities of calcium carbonale.. WELL GRADED —having wide range In grain sizes and substantial amounts of all intermediate particle sizes. POORLY GRADED —predominantly of one grain size, or having a range of sizes with some Intermediate sizes missing. Terms used In this report for describing soils according to their texture or grain size distribution are in accordance with the UNIFIED SOIL CLASSIFICATION SYSTEM, as described in Technical Memorandum No.3-357, Waterways Experiment Station, March 1953. Grubbs, Garner Eat Hoskyn, Inc., �7Jcanoutlu,j tnrinetn I I I I I I I I I I I I. V LAIC Li I 1 I Fayetteville Senior Center .1. Grubbs, Garner fl & Hoskyn, Inc., Consulting Engineers 202 Greg Street P.O. Box 1248 Springdale, AR 72765 (501) 756-5999 Fax: (501) 756-1749 1 October 14, 1996 Job No. 96-133 Daryl S. Rantis, Architect 380 West Rock Street Fayetteville, AR 72701 Attention: Mr. Daryl S. Rantis ' SUBJECT: SUPPLEMENTAL RECOMMENDATIONS FAYETTEVILLE SENIOR CENTER FAYETTEVILLE, ARKANSAS ' INTRODUCTION ' This letter is to confirm discussions with project personnel regarding the retaining walls and pavement design. Recommendations as presented verbally to ' project personnel are documented in the following sections. Retaining Walls The retaining wall footings as planned will extend approximately 2 ft below existing ground surface into the high plasticity clay soils. Also, slabs -on -grade for the ' north floor slab area and the cistern will be near the natural clay soils. Undercutting is recommended if less than 4 ft of select fill cover is present over the clay soils to ' reduce shrink -swell potential. ' We recommend that the retaining wall footings and cistern area be undercut to the underlying clayey shale and the (CH) clay replaced with compacted select fill. The I I 10/96 ' Geotechnical And Materials Engineering/Construction Surveillance SUPPLEMENTAL RECOMMENDATIONS RETAINING WALLS AND PAVING B - l I Fayetteville Senior Center S GRUBBS, GARNER & HOSKYN. INC. October 11, 1996 Job No. 96-133 Page 2 of 11 (CH) clay should also be undercut to provide at least 4 ft of compacted select fill below the slab -on -grade floor system as warranted. Construction joints should be provided to allow the retaining walls and floor slabs to move independent of pier supported elements. Select fill placed and compacted as outlined in our geotechnical report can be used for support. of the retaining wall footings. Since the contact pressure will not exceed 2,000 psf, the retaining wall footings can be supported on select fill compacted to at least 95 percent of maximum Standard Proctor dry density (ASTM D-698). Pavement We understand that the plan pavement section will consist of 2 inches of asphalt and 6 inches of base course. From review of site grading plans, (CH) clay soils will be exposed at subgrade elevation. The (CH) clays provide poor subgrade support and not suitable for the planned pavement section. We recommend that the (CH) clays be undercut as warranted to provide at least 12 inches of compacted select fill for the pavement subgrade. The select fill should be placed and compacted as outlined in our geotechnical report (May 3, 1996) to at least 95 percent of maximum Standard Proctor dry density (ASTM D- 698). However, it is recommended that the base course be compacted to at least 95 percent of maximum Modified Proctor dry density (ASTM D-1 557). SUPPLEMENTAL RECOMMENDATIONS RETAINING WALLS AND PAVING 10/96 1 I i 1 1 I B-2 I Fayetteville Senior Center 10/96 GRUBBS, GARNER & HOSKYN, INC. October 11, 1996 Job No. 96-133 Page 3 of 11 If you have any questions regarding these recommendations, please contact us. Very Truly Yours, GRUBBS, GARNER & H0SKYN, INC. rk W. Barton, P.E. John P. Hoskyn, P.E. Vice President MWB/JPH/rr Copies Submitted: Daryl S. Rantis, Architect (2) Attn: Mr. Daryl S. Rantis Engineering Design Associates (1) Attn: Ms. Kim Hesse SUPPLEMENTAL RECOMMENDATIONS RETAINING WALLS AND PAVING B -3 Fayetteville Senior Center• • 10/96 , I H I I I I I I I I I I I I SUPPLEMENTAL RECOMMENDATIONS RETAINING WALLS AND PAVING B -4 I �T E xA`V` LLr THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE TO: Heather Woodruff City Clerk FROM: Minor Wallace JL& Building Construction Project Manager DATE: February 2, 2001 RE: Fayetteville Senior Center at Waxhaws t I am enclosing for your information and files the Original Copies of the Performance Bond, the Payment Bond, and Certificate of Insurance. The Bonds have been recorded with the Circuit Clerk of Washington County. By a copy to Peggy Vice, I am asking her to verify that these documents are adequate to issue a Notice to Proceed to the General Contractor. xc: Don Bunn Don Hancock Files • STAFF REVIEW FORM • XX AGENDA REQUEST MICROFILMED CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting of Coy Hurd Name Building Services Division N"QlViA.O• a Doiir `-4WillMuv1. c c� Qho2.w 4( 3 II-�9�7 Re.a • L-OI General Services Approve Change Order Three to Harrision Davis Company's contract for construction of Senior Center (see attachments) COST TO CITY: $23,954 Cost at this Request 2250.9250.580414470.9470.5804 Account Number $1,675,532 Walker Park Senior Complex CatgoCIProlect Budget CategarylProject Name $1,614,263 Park Improvements Funds Used to Date Program Name 96092.1 $61,269 Parks Development/Sales Tax Capital Pmjed Number Remaining Balance Fund BUDGET REVIEW: Budgeted Item Budget Adjustment Attached _________Budgeted GRANTING AGENCY: In Auditor 1 O j I D a - Purchasing Officer Date Services Director /go- Head Date Cross Reference 'J l �v New Item: Yes No Director Date 2zoz_ Date Data Prev Ord/Res #: Orig Contract Date: Orig Contract Number. Date STAFF REVIEW FORM Page 2 Description: Comments: Budget Coordinator. Accounting Manager: City Attorney: Purchasing Officer. ADA Coordinator: Internal Auditor. Reference Comments: TO: Mayor Dan Coody, Members of1Fpyetteville City Council FROM: Coy Hurd, Project Manager THRU: Gary Dumas, General Services Director RE: Change Order Three to the contract of Harrison Davis Construction Company for the construction of the Walker Park Senior Complex DATE: October 18, 2002 Attached please fmd supporting documents for the proposed Change Order Number Three of the Harrison Davis Construction Company's contract (with the City of Fayetteville) for the construction of a Senior Center located in the future Walker Park Senior Complex. This Change Order would increase Harrison Davis' contract amount by $23,954; this amount (if approved) will result in a revised contract total of $2,140,410.00. In addition, the Change Order would increase the contract time by 39 days, making the revised contract date July 21, 2002. The items included on the Change Order (and documented by the attachments) are work above and beyond the present Scope of Work already contracted. They are items which will make the building a better facility, and their acceptance is the recommendation of the designers of the building, city staff associated with the project, and by the administrative officers of the Council on Aging as a good investment and a sound use of funds. In concurrence with this view, my own recommendation is that the Council accept the terms of Change Order Three with the knowledge that this action will facilitate progress towards the execution of the work and a successful completion of this facility. I remain available to answer any questions or concerns regarding Change Order Three or other issues concerning the Senior Center Project. I MII��// U KTLI5.. KA Iyg 1 B J flRUI 5I��IIL�IEJ. P A. 380 West Rock Street Fayetteville, AR 72701 (479) 443-9112 Change order: #3 cont. Date: 10/16/2002 The original Contract Price was.....................................................$1,982,600.00 Net change by previous authorized change orders .................................$ 133,856.0Q The Contracted Price prior to this Change Order was.........................$2,116,456.00. The Contracted Price will increase by this Change order........................................................................................$ 23,954.00 The new Contracted Price including this Change Order will be,...,......$2,140,410.00. The contract time will be changed by..........................................39 calendar days The date of substantial completion as of the date of this change order therefore is: July 21, 2002 Approved: Daryl S. Rantis ARCHITECT 380 West Rock ST. Fayetteville, AR 72701 ADDRESS ,lj L 5. Io.1G. vq. BYDATE Agreed To: if CONTRACTOR 1931-A West Dean Street Fayetteville, Arkansas 72703 Fayetteville. Arkansas 72701 ADDRESS ADDRESS Authorized: /0-/7-0)MavnrDan I OWNER City of Fayetteville 113 West Mountain 10 DATE I: DATE Page 2 of 3 ®MRTL 5. MIITVJ �IKSf9TtSTJ, PA. 380 West Rock Street Fayetteville, AR 72701 (479) 443-9112 Change order: #3 cont. Date: 10/16/2002 Additional Time Item #1 Thickened slab in kitchen.- PR #10 $ 170.00 0 Days Item #2 Add convection oven to range. $ 325.00 0 Days Delete microwave ovens.- PR #14 Item #3 Additional communication and sound system $ 1,188.00 4 Days cable conduit.- PR #15 Item #4 Additional steel connectors and beams.- PR #16 $ 3,476.00 14 Days Item #5 Fur top of laminated beams for conduit raceways. $ 4714.00. 10 Days PR #18 Item #6 Change three toilets to HC style.- PR # 20 $ 112.00. 0 Days Item #7 Additional phone data outlets.- PR #21 $ 235.00 , 1 Days Item #8 Additional door hardware and locksets.- PR #23 $ 2,646.00 . 3 Days Item #9 Upgrade to heavy duty asphalt in driveway.- PR #24 $ 8,118.00 4 Days Item #10 Cut unstable soil and replace w/ compacted fill. $ 2.970.00 3 Days PR #24 TOTAL S 23,954,00 39 Days Page 3 of 3 C:\DATA\BLANKF0R\AGENDA.BLR STAFF REVIEW FORM AGENDA REQUEST CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting of FROM: ACTION REQUIRED: A?PRoVAL OF CH4"4E ORDER COST TO £3 .o Cost ot this Request Account Number `T66q 2, I Project Number n Nr �• 3, F' ' ETTT VILLE SEt+o2 CeMTt2 $ Categ ry/project Budget s 1161 V, 163 Funds Used To Date $ A(, Z6? Remaining Balance Sen it Category/Project Name o 1eiP17�✓er�f Program Name ICt �Ai Fund Budgeted Item _ Budget Adjustment Attached CONTRACT/GRANT/LEASE REVIEW: A counting Manager Date City A orney Date Purchasing Officer - Date STAFF RECOMMENDATION: MNoR QALLAcc Llzz1� Division Head Date Date Date GRANTING AGENCY: Internal A itor Date ADA Coordinator Cross Reference New Item: Yes No Prey Ord/Res #: Orig Contract Date: Orig Contract Number: Date FAYETTEV1tLE THE CITY OF FAYETTEVIILE, ARKANSAS DEPARTMENTAL CORRESPONDENCE TO: Mayor Dan Coody THRU: Hugh Earnest Urban Development Director FROM: Minor Wallace Mme/ Building Construction Manager DATE: November 22, 2002 RE: Change Order No. 3 Fayetteville Senior Center at Waxhaws This Change Order was necessitated to cover additional work requested of the Contractor to add Structural Revision to the building and upgrade the parking lot for heavy truck usage. In addition, several small items were added for data fines and outlets. Mr. Hugh Earnest has stated that the City will pay for this Change Order with contingency funds for the project. Approval of this Change Order is recommended. I STAFF REVIEW FORM PAGE 2 DESCRIPTION COMMENTS: BUDGET COORDINATOR ACCOUNTING MANAGER CITY ATTORNEY PURCHASING OFFICER ADA COORDINATOR MEETING REFERENCE COMMENTS: REFERENCE COMMENTS: REFERENCE COMMENTS: REFERENCE COMMENTS: REFERENCE COMMENTS: INTERNAL AUDITOR REFERENCE COMMENTS: • Change order: #3 cont. Date: 10/16/2002 1 1 f.'1 I + �• Ib11f �ilw 1/o; 1 I r .1 rnlLw?. � \ .I: ap.;•,K , Y♦ . 1 • •)� : f \9 , .. X11 _ f if •^= . Mink TIL S. M1TIJ °l :., AKCI1ITCCTl. PA. • . 380 West Rock StreetS. I' Fayetteville, AR 72701 (479) 443-9112 The original Contract Price was.....................................................$1,982,600.00 Net change by previous authorized change orders .................................$ 133,856.00 The Contracted Price prior to this Change Order was........................$2,116,456.00 The Contracted Price will increase by this Change order...............................-......................................................•••$ 23,954.00 The new Contracted Price including this Change Order willbe......+....$2,140,410.00 The contract time will be changed by..........................................39 calendar days The date of substantial completion as of the date of this change order therefore is: July 21, 2002 Approved: Daryl S. Rantis ARCHITECT 380 West Rock ST. Fayetteville, AR 72701 ADDRESS BY DATE Agreed To: Authorized: CONTRACTOR OWNER 1931-A West Dean Street City of Fayetteville Fayetteville, Arkansas 72703 113 West Mountain Fayetteville Arkansas 72701 ADDRESS . n ADDRESS DATE". •-BY T DATE Page2of3 1,0/17/2002 08:16 5015753 EUILDLNG MAINT • PAGE 03 I: Change order: 1#3ilt Date: 10/16/2001 hl Item #1 Item #2 Item #3 Item #4 Item #5 Item #6 Item #7 Item #8 Item #9 Item #10 .(M®GNMTL 3. RTL 3. MNT�I / I •Y\ HITYCTY6 �(.M V, 380 West Rock Street Fayetteville, AR 72701 (479) 443-9112 Additional Time Tickg slab in kitchen: PR #10 $ 170.00 0 Days Add ton oven to range. S 325.00 0 Days Delete ifrowave evens- PR #14 AddjtkzOQommunication and sound system $ 1,188.00 4 Days cable 6o uit.-PR#15 Addiu steel connectors and beams.- PR #16 $ 3,476.00 14 Days Fur top 4Iamhiatt4 beams for conduit raceways. $ 4714.00 10 Days PR #18 Chan toilets to HC style.- PR # 20 S 112.00 0 Days i� Additisn it phone data outlets.- PR 021 $ 235.UU 1 Days Additij door hardware and locksets.- PR #23 $ 2,646.00 3 Days Upgrade heavy duty asphalt in driveway.- PR #24 S 8,118.00 4 Days Cut a soil and replace w/ ututcompacted fiU. 2370.00 3 Days PR #2+ II • III TOTAL $ 23954.00 39 Days rl: Page 3 of 3 11 r iVI •'C.; 1 Change order: #3 Cont. Date: 10/16/2002 The original Contract Price was ...................... • • ....... •. •... • • • •.......... • •$1,982,600.00 Net change by previous authorized change orders .................................$ 133,856.00 The Contracted Price prior to this Change Order was .........:................ $2,116,456.00 The Contracted Price will increase by this Change orderrrrrrrrrrrrrrrrrrrrrrrr.................•...........................................•....$ 23,954.00 The new Contracted Price including this Change Order will be...........$2,140,410.00 The contract time will be changed by.......... •......... • • r........ •... ..•:39 calendar days The date of substantial completion as of the date of this change order therefore is: July 21, 2002 -1 Approved: Daryl S. Rantis ARCHITECT 380 West Rock ST. Fayetteville. AR 72701 ADDRESS zza 5.� lo.1G.02 BY DATE Agreed To: ,i7 ..Authorized: Harrison DaviW4A4 4 zA/ /o- /'7-o2.Mayor Dan Coody CONTRACTOR OWNER 1931-A West Dean Street City of Fayetteville Fayetteville, Arkansas 72703 113 West Mountain Fayetteville- Arkansas 72701 ADDRESS, ADDRESS BY (J DATE BY ' DATE Page2of3 : ;......a. •, 717/2002 08:16 5015 BUILDING MAINT • PAGE 03 ®ARTL S. RANTIJ ARUIThCTJ. P.A. 380 West Rock Street Fayetteville, AR 72701 (479)443-9112 Change order: #3 r+ont. Date: 10/16/2001 Item #1 stab in kitchen. PR #10 $ 1?0.00 o Days Item #2 Add 4,41ct1oa oven to range. $ 325.00 0 Days De)ete rowaveOvens.-PR#14 Item #3 AMiIS 0ammumcation and sound system S 1,188.00 4 Days cable du -PR#15 Item #4 .Additi steel connectors and beams.. PR #16 E 3,376.00 l4flays Item #5 Fur top ;laminated beams for conduit raceways. $ 4714.00 10 Days PR #111 Y Item #6 Chang6 t fee toilets to HC style.- PR # 20 S 112.00 0 Days Item #7 Additiq phone dart outlets.- PR #21 $ 235.00 1 Days Item #8 Additi• 4 4 door hardware and locksets.- PR 023 $ 2,646.00 3 Days Item#9 Upgrade ' heavy d1 asphalt in driveway.• PR #24 $ 8,118.00 4 Days Item #10 Cut e soil and repLvice wl compacted fill. S 2X0, 3 Days PR #24t , TOTAL $ 23 954,00 39 Days Page 3 of 3 ..- .. +... n.: .�..-•.-..... 'v t. YET. l'n• V.._.-_--, -. ... • ♦ - •1Y6 if ♦1 4 : If at!♦), • 1 1 `�l•l l^ ♦ T ♦ fa bARTL 5. RAHTIs ARCIIThCTJ. P.A. 380 West Rock Street Fayetteville, AR 72701 (479) 443-9112 Change order: #3 coot. Date: 10/16/2002 The original Contract Price was.....................................................$1,982,600.00 Net change by previous authorized change orders .................................$ 133,856.00 The Contracted Price prior to this Change Order was........$2,116,456.00 The Contracted Price will increase by this Change order........................................................................................$ 23,954.00 • The new Contracted Price including this Change Order will be...........$2,140,410.00 The contract time will be changed by...... ....................... . ...39 calendar days The date of substantial completion as of the date of this change order therefore is: July 21, 2002 Approved: Daryl S. Rantis 3 ARCHITECT 380 West Rock ST. . Fayetteville. AR 72701 ADDRESS D hi BY DATE Agreed To: ,i7 / Authorized: Harrison Davi i�nn ./JG'IA/ o - !'7 oaylayor Dan Coody CONTRACTOR OWNER 1931-A West Dean Street City of Fayetteville Fayetteville, Arkansas 72703 113 West Mountain Fayetteville Arkansas 72701 ADDRESS. ADDRESS ... CGvt ZL o BY DATE BY DATE Page2of3 : ;.....:.. . __•- .-.'-. -...Y.-r...-..A.r A.Y. A VAA- _..._.,.r.-1-<_... ... �"�'• '1 1 �„ •a 1�}<ry Y j;4j .ail I ieJ. v ifTYW2�'rr t ®AKTL 5. RARTI f ARCiitTtCT.l, P A. • 380 West Rock Street Fayetteville, AR 72701 (479) 443-9112 . Change order: #3 cont. Date: 10/16/2002 The original Contract Price was ....................... • ....... • . • ................ • ..$1,982,600.00 Net change by previous authorized change orders .................................$ 133,856.00 The Contracted Price prior to this Change Order was.........................$2,116,456.00 The Contracted Price will increase by this Change order..................... • .......................... • ............. • ........ ; .................$ 23,954.00 - The new Contracted Price including this Change Order will be...........$2,140,410.00 The contract time will be changed by...........................................39 calendar days The date of substantial completion as of the date of this change order therefore is: July 21, 2002 , Approved: Daryl S. Rantis ARCHITECT 380 West Rock ST. Fayetteville. AR 72701 ADDRESS �1rL 's.,.IO.IG.D2 BY DATE Agreed To: Authorized: CONTRACTOR OWNER 1931-A West Dean Street City of Fayetteville Fayetteville, Arkansas 72703 113 West Mountain Fayetteville- Arkansas 72701 ADDRESS. ADDRESS ! DATE r . BY DATE Page 2 of 3 r� • S • HARRISON DAVIS CONSTRUCTION CO. INC. Licensed General Contractor August 22, 2002 DARYL S. RANTIS, ARCHITECTS, P.A. Daryl Rantis & Mark Sugg 380 West Rock Street Fayetteville, Arkansas 72701 RE: FAYETTEVILLE SENIOR CENTER @ WAXHAWS HOC PROJECT NO. 1035 SUBJECT: PROPOSAL REQUEST NO. 010 (ATTACHED) Gentlemen, Costs are as follows for the extra work as described herein; G.C. COST MATERIALS: $ 89.55 G.C. COST LABOR: 60.00 G.C. OVERHEAD & PROFIT: 17.95 BOND COST: 2.68 TOTAL PROPOSAL REQUEST NO. 010 $ 170.18 $ 170.00 No time extension will be requested for this item, however please include with next Change Order and make your acceptance/approvals and return in writing A.S.A.P., as this work has been completed. Sinc rely, BEN . SMITH, PROJECT MGR. enc: COPY P.R. #010 CC: ADDRESSEE VIA FAX CC: C.O.A./JANET LINEBAUGH VIA FCM/FAX CC: P.R. #010 FILE (479) 1931-A Deane Street, Fayetteville, AR 72703 • (_) 443-0996, SAX: 443-0136 PROPOSAL REQUEST Owner Architect Contractor Field Other PROJECT: Fayetteville Senior Community Center PROPOSAL REQUEST NO: 010 OWNER: City of Fayetteville To: Harrison Davis Const. Co., ma 1931-A Dean Street Fayetteville, AR 72703 CONTRACT FOR: DATE OF ISSUANCE: 12.03.01 ARCHITECT: Daryl S. Rantis Architects, P.A. 380 West Rock Street Fayetteville, AR 72701 ARCHITECTS PROJECT NO: COA Please submit an itemized quotation for changes in the Contract Sum and/or Time incidental to proposed modifications to the Contract Documents described herein. THIS IS NOT A CHANGE ORDER NOR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED HEREIN. Description: Provide #4 rebar at 12" o.c. over all uncompacted trenches. Also thicken slabs to 5" litany areas that the uncompapted fill trench is 6' or greater. Attachments: ARCHITECT); , BY: Daryl S. Rklhltis ate; 150 SF; [abc2 - 5 c1 cOkDcatte. ISo L F*4- j≥eBIR -'i es/c.H41kk5 2 use —Z Htt • It.. I!' IC H.pr 16 UG 1U:41a HHK ISUN UHVLS bU1-443-U1Uti p.e • 1 I ® , «uua« o INC. Licensed General Contractor March 04, 2002 DARYL S. RANTIS, ARCHITECTS, P.A. 380 West Rock Street Fayetteville, Arkansas 72701 CITY OF is :•,. :m.' , r :111 «: r,:r. ❑a: ulu Daryl. Costs are as follows for Proposal Request No. 014: DELETE ITEM #25: 2 - MICROWAVE OVENS FROM KITCHEN EQUIPMENT LIST: DEDUCT [$ 346.001 DELETE ITEM #31: WOLF 3PK - 6 BURNER RANGE WITH CONVECTION OVEN (AS BID) (THIS UNIT IS NO LONGER AVAILABLE): DEDUCT 1$ 2,285.001 ADD ITEM #31: 36LC VULCAN 6 BURNER RANGE WITH CONVECTION OVEN: ADD $ 2,913.00 SUB TOTAL ADD: $ 282.00 ADD SALES TAXES: 22.91 ADD OVERHEAD & PROFIT: 15.25 ADD BOND COST: 5.12 GRAND TOTAL ADD: $ 325.00 Upon acceptance & approvals please initiate AIA Change Order Documents to reflect the Change in the Contract Amount. There is no Change in the Contract Time. Sinc ly, EN E. SMITH, PROJECT C enc: COPY P.R. NO. 014 enc: COPY SUBMITTAL/SPEC ON VULCAN 36LC RANGE CC: P.R. NO. 014 FILE CC: RESPECTIVE FILES BES/dlr 1931-A Deane Street, Fayetteville, AR 72703 • (501) 443.O9 IXEX$flL(E( FAX: 443-0135 Hpr Hi UG 1U:41a HHK 1SUH UHV1S 5U1-443-U13S p.3 PROPOSAL REQUEST Owner Architect Contractor Field Other PROJECT: Fayetteville Senior Community Center PROPOSAL REQUEST NO: 014 OWNER City of Fayetteville To: Harrison Davis Const. Co., Inc. 1931-A Dean Street Fayetteville, AR 72703 CONTRACT FOR: DATE OF ISSUANCE: 01.31.02 ARCHITECT: Daryl S. Rantis Architects, PA 380 West Rock Street Fayetteville, AR 72701 ARCHITECTS PROJECT NO: COA Please submit an itemized quotation for changes in the Contract Sum and/or Time incidental to proposed modifications to the Contract Documents described herein. TEES IS NOT A CHANGE ORDER NOR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED HEREIN. Description: Delete Item No. 25 - Microwave Oven ( 2 each) from equipment list for credit amount. Include ail other items on submitted specification to include the convection oven option for the 36" Wolf Range Model 3PK (Item No.31). A substitute brand or model of equal quality and capacity may be used for this item. The substitute must be approved prior to acceptance of any change order. ARCHITECT: BY: Daryl S. Rantis npr 1s. Ue lu:YCa nrKKlbUln unvlb Ou1-,,a-UtJb 3s. C, woman Ife1n. �, 36L SERIES C� seemr, „a2a GAS RESTAURANT RANGE SPECIFICATIONS: 36wide gas restaurant range. Vulcan -Hart Model No: 36L. Stainless steel wont, sides, back riser, high snail and 6' adjustable legs. Red ccnrol panel wl:h oversized easy grip knobs. Six 26,000 STU/hr. cast top burners with lih•off burner heads. Individual pilot for each burner 12' x 12' Cast top grates with aeration bawls. Tap g'atss one burner heads finished with made black porcelain. Full width pullout Crump tray under burners. 35,000 BTU/hr. standard oven measures 26'/."w x 22-d x t 4'67. Thermostat adjusts from 150° to 500F. One even rack ano two rack positions. °1aa rear gas connection and gas pressure regulator. Total Input 191,300 BTUrhr. Exterfof dimensions: 36'w x 32'd x 59'6'h on 6' adjustable legs. 38'/f working height. CSA design certihsd. KSF Asted. SPECIFY TYPE OF GAS WHEN ORDERING. SPECIFY ALTITUDE WHEN ADOVE 2.000 FT. STANDARD FEATURE$ ■ Stamleae stea front, *Ides, track riser, high Shelf and 6' adjustable legs. ■ Red Contra panel with over'6lzed easy grip knobs. ■ Six 26,000 BTU/hr. cast top comers with lift-otf burner heads. Irldivktual pilot for each burner. ■ 12" x 12' cast top grates with aeration bowl*. ■ Top grates and burner heads finished with matte black porcelain. ■ Full width pull-out crumb tray under burners. ■ 35,003 STU/hr. standard oven measures 26'la'w x 22'd z Id/'h. Thermostat adjusts from 150° to 500°F. One oven rack and two rack positions. ■ '/. roar gas connection and gas pressure regulator. ■ One year limted parts and labor warranty. OPTIONS Step-up burners. Rear burners e.eveted 4-. •1 -2'. 24'dr 38' w!ce polished steel griddle plate on the ngrt. 15.000 BTU/'r. owner per 12' griddle width. Choke of manual or thermostatic controls, one control per burner. ' 12' x 2C" hot top in o!ace of two open burners. 20.000 6TU/hr. input. 3D.000 BTU/hr. Snorkel corvactior Oven In piece of stan- card oven. Internet measures :6'/'•w. x 19'&'d x Thermostat adjusts from 175' to 500°F. Three oven racks and five rack positions.'/. M.P.. 120(6011 blower motor with 7 it. cord and plug. Elevated broiler or cheesemeser. ..: 11' or 23 -nigh stainless steel flue riser in place of Verdant back r:aer and high Shelf. (flo Charge.) Set cf f0ur casters, two locking. (Not avallable with elected broiler or cheesemelter•1 _' Saecnd year extended limited pans and labor warrarty. ACCESSORIES Li Extra oven rack(s). C Gas shut-off valve.'!: NPT. U Flexible gas hose with quick disconnect and restra;ning device. Consult price book for available sizes. YULCAN-HART COMPANY, P.O. BOX 688, LOUISVILLE, KY 402D1, TEL 1-800-814-2028 terme." 502-778-2791 QUOTE & ORDER FAX: 7.800.444-0602 P.+ Hpr 1d UG IU:4Ga H NISUN UHVIS bU1-443-U13ti p.5 "Lun 36L SERIES OAS RESTAURANT RANGE IMPORTANT 1. A pressure regulator rind for this unit is included. Natural Des 3.T W.C.. propane gas 10- W.C. manifold pressure. 2. This range is supplied with a °f: 9m connection. Far maximum performance or where sooty pipe lengths are greater than 2 It. long, we recommend a 1• supply line. it a neatpla connection is used, the connection must be rated for the total Gas input requirements of the range. 3. Ma tops and gridela pieta cannot be positioned dinetly over convection oven controls. 36ranges with convactIon ovens must have open bumera In the A' position. 4. An adequateventilaboneystem le required for commercial cooking equipment. Infcrmatlon may be obtained by wTIt- Ingtothe National Rre Protection Aasaciaeon, Batterymarch Park. Quincy. MA 02289. When writing. refer to NFRA No. 96. ii'SO t" r 1r. Cl') oa Inca tteA Il ID. It. ano f ios: .y / ♦ 1 5. These unite ere manufactured for inflDatton in a¢ordanes with ANSZ223.1 A detest edition). National Fuel Gas Code. Copies may be obtained from the American Gas Association, 1515 Wilson Blvd., Anirgton, VA 22209, 6. Clearances; Combustible Non-combustible Rau 6- 8' Sides 10' 0' 7. This appliance is manufactured for commercial tnstaeatian only tine is not Intenced for home use. S. (IS M/s0. Oviw b.:Tv On9tb -cilia Wiomm (,Or 1)C) 11.150 :M)I ee..L[ ,9r„ U. eeo :.4) leTW it.:ra full i 1 } ese FI°00 )v1i S)) I =I su r wm oCr f.°m 1 rsv.. NC. CU.)11 ewer mu•• un (tu.«I lit dC OO Iii {ri Grp — , tin) .ma 'c' rin nar fl4I -- `it)) boo) we.X00 1 ti iiu •°' J I — -1 AIM I___ dl 1 ,r° nifty py {I{l) MIM. il.)m�, Ism) ate ' [2011 NOTE: In line with Its porky to continually improve its products, Vulean4aan Company reserves the right to change materials and roamPC QUOTE & ORDER FAX 1 i MlI1I3:iE5 I."'T:'. Hpr Sc uc Uc:1Jp fHKK1JU11 UHV15 • 3U1 -..J-Utab • P.c April 12, 2002 I ® , wNavar dra rnuaCx Licensed General Contractor DARYL S. RANTIS, ARCHITECTS, Y.A. 380 West Rock Street Fayetteville, Arkansas 72701 c :.; , : :c :c .c , 4: • Daryl, Costs are as follows, for Proposal Request No. 015 and attached Revised Drawing, 03-04-02, sheet E-2; providing: A.) CONDUIT AND ADDITIONAL PHONE/COMPUTER/T.V. TERMINAL BOXES AS SHOWN ON RED -LINED DRAWING E-2 (TELEPHONE & DATA CABLING_ BY OTHERS).BASED ON STUBBING EMPTY CONDUIT INTO EXTERIOR SOFFIT CEILING SPACE, (CABLING BY OTHERS) MIST BE COMPLETED PRIOR TO ENCLOSURE OF SOFFITS_ SUBCONTRACTOR COST: $ 573.00 ADD G.C. OVERHEAD & PROFIT: 28.65 ADD BOND COST: 9.63 A.) TOTAL $ 611.28 $ 611.00 11'11 a . 1• , -:1:/• , , • •1ihi , 1 1 SUBCONTRACTOR COST: $ 541.00 ADD G.C. OVERHEAD S PROFIT: 27.05 ADD BOND COST: 9.09 B.) TOTAL $ 577.14 $ 577.00 GRAND TOTAL A & B: $ 1,188.00 PAGE 1 of 2 1931-A Deane Street, Fayetteville, AR 72703 • (501) 443.0996, FAX: 443-0136 Hpr• 1G UG Ut:1Sp HoRISUH UHVIS bU1-443-U1a[i p.3 PAGE 2 of 2 UPON ACCEPTANCE, -APPROVALS, AND PRODUCTION OF A FORMAL CHANGE ORDER, WE REQUEST FOUR (4) ADDITIONAL DAYS OF EXTENSION TO CONTRACT TIME FOR THIS WORK. Sincerely, EN E. SMITH, P CT MGR. CC: P.R. 015 FILE CC: SUBCONTRACTOR FILE BES/dlr Apr 12 U£m2:1Sp HHR !SUN UHVIS bU1-44a-U1HS p.4 PROPOSAL REQUEST Owner Architect Contractor Field Other PROJECT: Fayetteville Senior Community Center PROPOSAL REQUEST NO: 015 OWNER: City of Fayetteville To: Harrison Davis Const. Co., Inc. 1931-A Dean Street Fayetteville, AR 72703 CONTRACT FOR: DATE OF ISSUANCE: 03.04.02 ARCHITECT: Daryl S. Rantis Architects, P.A. 380 West Rock Street Fayetteville, AR 72701 ARCHITECTS PROJECT NO: COA Please submit an itemized quotation for changes in the Contract Sum and/or Time incidental to proposed modifications to the Contract Documents described herein. THIS IS NOT A CHANGE ORDER NOR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED HEREIN. Description: Provide wiring conduit and additional phone/computer terminal boxes as shown in redlined drawing E-2 Attachments: Electric�l Drawing E-2; Redlined dated 03.04.02 ARCHITECT: BY: Daryl S. f A SON DAVIS CONSTRUCTIION CO., INC. 1831-A Deane Strest Fatffavffie, AR 72703.1408 fie/ Received Dam 7kw 1n:aoou, -Aug 15 02 02:45p HARRISON DAVIS 501-443-0136 p.e I, • At N•WSON 0AV CCuWC11QH CO. INC. Licensed General Contractor August 13, 2002 DARYL S. RANTIS, ARCHITECTS, P.A. Attn: Daryl Rantis 380 West Rock Street Fayetteville, Arkansas 72701 :uJ . , is :�•� ��• '� � . Daryl, Costs are listed as follows for changes & adjustments in the work relating to Proposal Request No. 016 & the attached drawings labeled 537, S38 & dated May 16, 2002. 1.) FRAMING MATERIALS: COST: 2.) STEEL MATERIALS: COST: 3.) S/C CARPENTRY (MT'LS, LABOR, EQUIPMENT): 4.) ERECTION & WELDING OF STEEL MATERIALS: 5.) G.C. OVERHEAD & PROFIT @ 1, 2, 4: 6.) G.C. OVERHEAD & PROFIT @ 3: 7.) BOND COST: TOTAL PROPOSAL REQUEST NO. 016: $ 100.14 1,596.18 225.00 1,147.50 341.26 11.25 54.74 $ 3,476.07 $ 3,476.00 No less than FOURTEEN (14) calendar days of Extension Time to the Contract will be accepted by G.C.. Please make acceptance, approvals & return a signed approval (in writing) within SEVEN (7) calendar days. Y enc: PROPOSAL REQUEST NO. 016 (DRAWINGS S37, $38 ON FILE) enc: COPY OF LETTER SPECTRUM ENGINEERING RE: "WASH" AT BEAM EXCHANGE CC: ADDRESSEE VIA FAX CC: RESPECTIVE FILES CC: P.R. #016 FILE 1931-A Deane Street, Fayetteville, AR 72703 • (501) 443-0996, perl QXaaS, FAX: 443-0136 Hug 15 UG U2:4Sp HHM 1SUH UHVIS 5U1-443-U1au p,y 1 • PROPOSAL REQUEST PROJECT: Fayetteville Senior Community Center PROPOSAL REQUEST NO: 016 OWNER: City of Fayetteville To: Harrison Davis Const Co., Inc. 1931-A Dean Street Fayetteville, AR 72703 CONTRACT FOR: DATE OF ISSUANCE: 05.14.02 ARCHITECT: Daryl S. Ramis Architects, PA 380 West Rock Street Fayetteville, AR 72701 ARCHITECTS PROJECT NO: COA Please submit an itemized quotation for changes in the Contract Sum and/or Time incidental to proposed modifications to the Contract Documents described herein. THIS IS NOT A CHANGE ORDER NOR A DIRECTION TO PROCEED WITH The following items have been added as per the Structural Engineer's directive. Lintels & Beams Plates & Connections P ;P' \� I- 4-2.10x16• Wood Lintel ` 9- Weld Plate 'A' \1-4-2110x7' WoodLintel 9-WeldPlate'B' 1- W 12x14x 9' SteelLintel 2- Weld Plate'D' I- W 12x14x 14' Steel Lintel I- W 12x14x7' Steel Lintel I- W 12x14x 6' Steel lintel The following item have been deleted as per the Structural Engineer's directive. Beams 1- W 16x26 x 18' Steel beam located at front entry below concrete deck Attachments: 537,538 ARCHITECT: / n 19 Ue uc:nap nnKIt15U11 UnV1J ,U1-YTJ-Uljtl p.3 MUINSGN 0AVIS CDN51NUCTQN CO INC. Licensed General Contractor August 13, 2002 DARYL S. RANTIS, ARCHITECT, P.A. Attn: Daryl Bands 380 West Rock Street Fayetteville, AR 72701 i 1 1 ❑ :1 1: ' :.1 ' 1 71 1 1 1 1 1 1' I" Daryl, Costs are as follows to furnish and install the 2X furring as listed on attached Proposal Request No. 018. The costs are to include all materials, labor and equipment necessary to complete this item of work. G.C. COST OF MATERIALS: $ 1,552.67 G.C. OVERHEAD & PROFIT 12%: 186.32 S.C. LABOR 6 EQUIPMENT: 2,763.00 G.C. OVERHEAD & PROFIT @ S.C.: 138.15 G.C. BOND COST: 74.24 $ 4,714.38 TOTAL PROPOSAL REQUEST NO. 018 $ 4,714.00 No less than FOURTEEN (14) calendar days of Extension of Contract Time will be approved/accepted for this phase of work. General Contractor needs decision on this item within SEVEN (7) calendar days, (signed approval). Please expedite this item. 111 cue: COPY OF PROPOSAL REQUEST NO. 018 CC: VIA FAX TO ADDRESSEE CC: RESPECTIVE S/C FILES CC; P.R. #018 FILE 1931-A Deane Street, Fayetteville, AR 72703 • (501) 443-0996, FAX: 443-0136 tiug 15 U"L U2:4bp HHKKISUN UHV1S PROPOSAL REQUEST U1-44-a-U'ab . PROJECT: Fayetteville Senior Corlmunity Center PROPOSAL REQUEST NO: 018 OWNER: City of Fayetteville To: Harrison Davis Cost Co., Inc. 193 I -A Dean Street Fayetteville, AR 72703 CONTRACT FOR: DATE OF ISSUANCE: 07.15.02 ARCHITECT: Daryl S. Rantis Architects, P.A 380 West Rack Street Fayetteville, AR 72701 ARCHITECTS PROJECT NO: COA r 11 .. . . Y .. 1 . 1 . 1 • n 1 1 � • • 1 . . ,1 if • . •1•'.• 1.•1 1Y.1,•1' • 1- •1• ••w 11,1.. 1' M 1wl IM :11 • • ' , ' • ' I'. • • • I Provide 2 x 4 or 2 x 6 fiuri ng on top of all glulam beams as listed below: Mairdlafi Trusses T-1, Beams P -I, P-2, P -IA, RB-I, RB-2, R-6, R-7. Note: Frame walls on top of beams P-3, P -3A & P-4 flush with additional 2 x 4 furring. Usc lumber of same grade and species as glulams for members located on exterior of binding or exposed to view. Rip 21s to match glulam width & bevels. (Truss T-1, P -I, P -IA, R-7, P-3, P -3A, RB-i) Art Room Trusses T-2, Beams P-5, P -5A, P-6, P-7, RB-3, RB-4.1 also P840d. d. p-914 Note: Use lumber of same grade and species as glulams for members located on exterior of building or exposed to view. Rip 2x's to match ghtiam width & bevels. (Truss T-2, P-5, P -5A, RB-3) 11 .1 Y.. LI. 1 4 .:. - • W nnn m• 1. n t1 .� • u u. • •r: 1•' •WI -1 111 1 • • • 11 11• . 111 • I ♦ • � • 1 -� :1 y 1 � II. Y. LI • 1 L• J ARCHITECT. BY: Daryl S. FLARRIS0N DAVIS CONSTRt1CT11oN 00, DC 1831-A Deane Street BAR 72703.1408 on_________ •,/___ p.5 wnnl•WI DAMS CON•n111CT1 Licensed General Contractor August 12, 2002 DARYL S. RANTIS, ARCHITECT, P.A. Attn: Daryl Rantis 380 West Rock Street Fayetteville, Arkansas 72701 c 1 Daryl, Costs are as follows to change three (3) toilets (commodes) in the women's restroom. SUB -CONTRACTOR COST: $ 105.00 ADD G.C. 52 OVERHEAD & PROFIT: 5.25 ADD G.C. BOND COST: 1.76 $ 112.01 TOTAL COST PROPOSAL REQUEST NO. 020: ADD $ 112.00 Time extension will not be required, if receipt of signed approval is received in General Contractor's office within Seven (7) calendar days. Sincerely, BEN E- SMITH, PROJECT }CR. enc: PROPOSAL REQUEST NO. 020 CC: VIA FAX TO ADDRESSEE CC: SUBCONTRACTOR FILE CC: P.R. #020 FILE 1931-A Deane Street, Fayetteville, AR 72703 • (501) 443-0996 FAX: 443-0136 7'd QCTn_P4L-TnC CTAI.If kInCTNNMW d1.4:7n 7n CT gnu Hug 1b U2 U2:44p HHKKISUH UHVIS bul-444-ulab p.S PROPOSAL REQUEST Owner Architect Contractor Field Other PROJECT: Fayetteville Senior Community Center PROPOSAL REQUEST NO: 020 OWNER: City of Fayetteville DATE OF ISSUANCE: 07.25.02 To: Harrison Davis Const_ Co., Inc. 1931-A Dean Street ARCHITECT: Daryl S. Rentis Fayetteville, AR 72703 Architects, PA. 380 West Rock Street Fayetteville, AR 72701 CONTRACT FOR: ARCHITECTS PROJECT NO: COA Please submit an itemized quotation for changes in the Contract Sum and/or Time incidental to proposed modifications to the Contract Documents described herein. THIS IS NOT A CHANGE ORDER NOR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED HEREIN. Description: Substitute Kohler Highctiff Bowl Model K-4368 ( 3 units) for standard floor mount units in women's restroom. ARCHITECT: BY: Daryl . s nub cc uc ua:c�p August 22, 2002 nnKKibUll Unv1b DUI-Y9a-Ulab • • ACII. Licensed General Contractor DARYL S. RANTIS ARCHITECTS, P.A. Daryl Rantis & Mark Sugg 380 West Rock Street Fayetteville, Arkansas 72701 Gentlemen, Costs are as follows for the attached Proposal Request No. 021, providing 3/4" empty conduit to one (1) phone/data outlet box in each of Media Room & Copy Room. Conduit to accessible area above ceiling or to soffit area. All cabling by others/ owners contractor. SUBCONTRACTOR COST: G.C. OVERHEAD & PROFIT: BOND COST; TOTAL PROPOSAL REQUEST NO. 021: $ 220.00 11.00 3.70 $ 234.70 $ 235.00 No less than ONE (1) calendar day for extension to contract time will be accepted. Please make acceptances/approvals in writing within SEVEN (7) calendar days. Sin elY� EN E. SMITH, PROJE TC MGR. enc: COPY OF P.R. #021 CC: ADDRESSEE VIA FAX CC: C.O.A./JANET LINEBAUGH VIA FAX CC t P.R. #021 FILE CC: SUBCONTRACTOR FILE (479) 1931-A Deane Street, Fayetteville, AR 72703 • ( 443.0998, —. AX: 443-0736 p.c nug cc uc ua;cop "MKKL UI1 unvin oua-YYa-urao p.a • • PROPOSAL REQUEST Owner Architect Contractor Field Other PROJECT: Fayetteville Senior Community Center PROPOSAL REQUEST NO: 021 OWNER. City ofFayetteville To: Harrison Davis Const. Co., Inc. 1931-A Dean Street Fayetteville, AR 72703 CONTRACT FOR: DATE OF ISSUANCE: 08.05.02 ARCHITECT: Daryl S. Rantis Architects, PA 380 West Rock Street Fayetteville, AR 72701 ARCHITECTS PROJECT NO: COA Please submit an itemized quotation for changes in the Contract Sum and/or Time incidental to proposed modifications to the Contract Documents described herein. THIS IS NOT A CHANGE ORDER NOR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED HEREIN. Description: Provide 3/4" wiring conduit and additional phone/computer terminal box mounted low to match existing boxes on west wall of media room. Provide 3/4" wiring conduit and additional phone/computer terminal box mounted on south wall of copy room mounted to match existing boxes above counter. ARCHITECT: BY: Daryl S. I, IC 1: I • r +lug 1b UG 11:UHa HHMMISUN 11HVIS 5U1-44U-U1iti p.z wwuur unw COusthuem„ Licensed General Contractor August 15, 2002 DARYL S. RANTIS, ARCHITECTS, P.A. Attn: Daryl Rantis 380 West Rock Street Fayetteville,Arkansas 72701 • • :1' 9: w 4 A: 3 • H: : ❑� J� I SUBJECT: PROPOSAL REQUEST NO. 023 ?? (PENDING) REP: SECTION 08710 FINISH HARDWARE Daryl, Costs relating to the additions and changes made in the hardware schedule, as submitted on April 23, 2002, resulting in the "REVISED" and assumed APPROVED/ ACCEPTED hardware schedule, dated July 08, 2002, are follows: COST OF ADDITIONAL HARDWARE: (SUPPLIER) TAXES: G.C. LABOR, TOOLS & EQUIPMENT: G.C. OVERHEAD & PROFIT: ADD BOND COST: TOTAL THIS PROPOSAL REQUEST NO. 023: ADD $ 1,329.00 111.30 885.00 279.04 41.67 $ 2,646.01 $ 2,646.00 Please make your acceptances, approvals (Data is submitted by separate transmittal) in writing within SEVEN (7) calendar days, as this item is required for door preparations and/or machining. Page 1 of 2 (479) 1931-A Deane Street, Fayetteville, AR 72703 • () 4430996.. AX: 443-0136 • Hug lb Ud 11:3Ua HHRRISUFY LHVIS bU1-44JU1S6 ,U Page 2 of 2 The General Contractor is requiring no less than THREE (3) calendar days Extension Time to the Contract for the above changes to the Contract work. Sincerely, EN E. SMITH, PROJECT Sca. enc: PROPOSAL/QUOTE WITH ATTACHED LETTER AND EXPLANATION FROM HARDWARE SUPPLIER (FELIX THOMSON COMPANY). 11 PAGES CC: ADDRESSEE VIA FAX CC: VENDOR FILE CC: PROPOSAL REQUEST NO. 023 FILE (?PENDING 8) Hug, 1•b U2 11:dUa H RISUn DHVIS bU1-4S,-U1lS p.4 PROPOSAL : I • T :eVt! F ). • - TO: HARRISON DAVIS CONSTRUC11ON PROJECT: FAYECfEVILLE SENIOR CENTER 1931-A DEANE ST. LOCATION: FAYEIIEVU. E, ARKANSAS FAYEITEVILLE, AR 72703 ARCHITECT: PHONE: (479) 443-0996 FAX (479) 443-0136 ATTN:BEN 1 .. 1 • .. 111 I I 11. . I •' . L • . ., � • 1 1 • . i . I . c . - 1 1 111 .11 • • 1 V 11.1 ✓.111 .'-I • • Y. 1 • 1 1.I r 1' •11 1' Y1I CHARGES FOR CHANGES MADE TO FINISH HARDWARE SCHEDULE.........................................5 1,329.00 • : .:. .:o :.frSF.RT'1 lofI The above prices are valid for_days from the dare heron after which time they will be subject to revision. epred: Felix Tho onl Co any By: VERUCCHI Date: Date: JULY 8th. 2002 'Hug. frs UG 11:SUa H4j K1SUN UHVIS OU1-44Z,-U1Jb p.H FROM :Felix Thamsa, W. FAX ND. :479-756-1046 15 2002 il'12fM Pi .. ... • as a DATEo_-_.._ NO. OFPAGES Y/-(INCLCOVER) FROM Yld _ 0_ FAX#_________ _. TO�M�t���2S ATTN:j7 `-. Q4LC / C "l•* dP DOCUMENT QUOTE REQUEST PURCHASE ORDER QUOTE OTHER TV YOU DO NOT RECEIVE ALL OF THE PAGES AS INDICATED ABOVE, pl.ZASE NOTIFY US AT (501)756-1000 or Paz us 11(501)756-1044. ltug 1.0 UC 11:45a ft,KibUll 1JnvLb JU1-4MJ-U1Jb p P.b FROI :Felix Thamson Co. FAX N0. :479-756-1044 •15 20Z2 11:12ctl P2 FELIX COM ANY Buidkig SpSatttea DATE: JULY 11, 2002 HARRISON DAVIS CONSTRUCTION 1931-A DEANS ST. FAYETTEVU LE, ARKANSAS 72703 (479) 443-0996 RE: FAYLTTEVT.T F SENIOR CENTER P.0.3=310 3006 Kay Sued Pt 470.1661000 Spdngdala, Atkanoan 72766 BEN. YOU CAN SEE MOST OF THE CHANGES IN THE RIGHT COLUMN. THE MOST SIGNIFICANT PRICE CHANGE WAS DUE TO ADDING THE EATS TO THE THREE PAIR OF DOORS (6 EXIT DEVICES) AT HEADING NINE. LET ME KNOW IF YOU HAVE ANY QUESTIONS. Hug 3S 02 II:SSa H KISUN UHVIS bU�4S-UlJU p.-/ I '.fir ii I IIw' � I 116 I ,.I I - ,-1 { _ . ' , • -.'•' 4.tII1_I1 •% 'I • Ipi. a a 3 _____ a ji I -I 1 ail?a! 7 i f s x . • •♦aayi 1e•ald • �tlt I � i1 i �� �� ZI I i i (I it I i .1 �t.tI. •2 s1 I I...I I I •QI:I� �j�.I �D COPIES Y . x I I':?.t e �,�l,� I I .. w-rt • V c. +m AO.-flSn 'd n! 9i dal •I .1::a, 'Hug Is Ut 11:3a HH KISUIY UHVIS SU-44a-ui u p.0 Ia l BAD COPIES 111 - I I ';&I, 11s`li� li• s5IDt . iI 1 I I ii,. 11 1 3I c1 i I ai • I N ;1 I�I ' 111= i:':�ia. isitl!�=:1`!'1 IIt :"];1'i�.k1_d.Pe F 1 ii -1 t '• TT •r YI n i ,pI•a T _ 7 tl' fleet I t t cl z t 'I" I [Ii ..._rc 'I' II t4 s iS ;11IS)� L7I�rI4II 1 {I _ i1 = `I fl SI 'I .; t •1 •yt I' I6 :tY a El t! a7= -I i. llf Jj .• ;! e� 1! •i111 _1 }p Ut ICI i 3 a.. i I• iCCp �I1 � I 1< - Igt:n ( fl .Nt- t-Qr: Th l .11•f: al Y -T'wC.^- 'Hug Ib U2 11:SSa KHICK!SUTI IHV1S bU-44-Ul3S p.a q. u u l:IT nw t[ -6'd ,to; -L : •W WA •oD uoeuovl XIt ,: i.oat c-.n.....u-.a .:w Hug 15 Uz 11:4Ua H4KISUN IJHVIS .-n:..r.^M1.'.♦!V.YO.e-'..•i'lle!rn r-••••..•-•MVI.+IT.-�-�-� SU1- 4j,-U1au . p. 1U V' C3 BAIL C®PIES N I ___ ____ _S_ _____ __________ IW f O � • 1 tW 1. . ti *1' & t, ••t 1 M 'td D 3 t` n a C: r r_ ..... M1 .;.. .. .:'I f•: '^. •b i_ iil.l' it::: :s .. Yai•. .}�aa?'i y.i.. • ; r r � ct r W ti {• r o V e n J J V V I J z2 2 2 a Z z� :L 2 2 .z >J _ 2\ i I� L ♦J J J J O °V � � e I Y D U g Z E Y y V J a J J is � I � � •y¢- ���' X 8 W � � � N (~ r ric fy" y Q J a l J .t et Y a x .,d � . o 0. tb 13 h C I ;• �1 LSA$iSb o y ' U w ��J��`Ir ttw'%�/ J"OT-9r&Qt?: 'ON XUJ '07 UOsu+ovl xl[j: {JOEL - r —.n-+. Tt.'-1CTOS:iZ!!'f+[S:f,-M—, �-- - -- . .�Tfut .-•'.aw.n-t.� MUG 1•b UC 11JYUH fMKK1bUll UIIVLb JU1-4YJ-ULJb P•11 i • • BAD COPIES _ 1 r I 10 ' T r r �- •- I _ U -rt I 1 w I v w 4 z fl •a '� I » r 2 14 10 I Y , hilt n h r.:'s1 �y I C F. 7 I �I' *I " a I l . O = �r+ �� pv, nit .�` p.� �" s ' I1IL1 h •�, .M ^ aF. rr a^ i % % I Y xl X v � t e �• -O Q•a ~ f T C �' r T •� T ti ii tl tl w y s l�l m � �I 1 LL 4 tl n 1 m � n o p o � 3 1 o a a o a E f 3 E o E£ 3 3 3 g w 2 3 ? ! Y 7 V I� 1 GI a l u J l`• v V i LL 4 r LL titi.. v V .�i i\i Qi J VCI t _____aYt I' Wy V 1*k 3 f ^, ley a I %\i:11 1J1\I 2tY_ li. %tItIIH V % y Y- •V.r �ly. k`xQ ,- . ,�.';� Zii.S7y. •. •�Y • )]�S�r}i}�' �'jllf^L��llfv�•`'f`�P „i F �ij.J%r TJ � �j t J� ♦ .t M1 o f C ^: i , I i.v0 )) ISIf.i ./' y�✓�I.�Ce.l �.� Lt19?:0IL 2FI� LI 'in!' t�70i-9SL-6L4: ON >21d 'oj uoswar7l xi;ad: 1S 4 'Hug Ib U2 11:41a a_.— —:`N+O.'.�iRYv.V�M1'-ifYem�...ti.�«u.� HHItlsun IJHv1S bU1- 45-U1att p.1G __ s r.- .,.-.. v....., • er. nom. _A ,enR -Hug lb (12 11:4Ga HHItKISUN UHVIS S01-44a-U1Sb p.la . • FR75 :Felix Thomsen Co. FAX NO. :479-756-1044 Jul. 11 7902 IO 11 P1 FELIX PA.B�ale Fhma 601.756tOoD r THOMSON " a, a,xsn,x, 77e5 COMPANY Building Speciafies —) 0') NO. of' PAGES__— — ONCL. COVER) DATA FROMWW_11J�tt.,,���`ssnnc_'�J—`-'L FAX a.I TO_''�'CU ATT V: l n`J TYPE OF DOCUMENT LRTTER QUOTE REQUEST . PURCHASE ORDER QUOTE OTHER IF YOU DO NOT RECEIVE ALL OF THE PAGES AS INDICATED A0OVE. PLEASE NOTIFY US AT (301)756-1000 or Fax us at (301)7564044. '+�'-So LOti cJkj (Cat( , c± • :Hu g 1s 02 11:42a KISUN UHVIS bU�94 S-U18Li p.�14 Felix Thomson Company 7/08/02 P.O. Box 316 Springdale, Arkansas 72764 HARRISON DAVIS CONSTRUCTION 1931 DEANE STREET, SUITE A FAYETTEVILLE, ARKANSAS 72703 RE* FTC A. 013597 FAYETTEVILLE SENIOR CENTER 945 SOUTH COLLEGE FAYETTEVILLE, ARKANSAS 72701 LADIES AND GENTLEMEN: WE ARE SENDING HEREWITH THE FOLLOWING PRINTS or: FINISH HARDWARE. SETS FOR APPROVAL AND/OR CORRECTION. SETS OF CUT SHEETS PLEASE SEND US COPIES OF THE APPROVED OR CORRECTED DRAWINGS, WITHIN THE NEXT TWO (2) WEEKS. COMMENTS: PLEASE VERIFY ALL MATERIALS, SIZES, SWINGS, FINISHES AND ANY OTHER INFORMATION RELATING TO THESE SUBMITTALS. PLEASE RETURN TWO (2) SETS OF APPROVED DRAWINGS, ALONG WITH ALL FINAL KEYING INFORMATION TO OUR OFFICE SO WE CAN PROCESS YOUR ORDER. THE KEYING INFORMATION IS NECESSARY FOR ORDERING. *NOTE* WE CANNOT PROCESS YOUR ORDER IN A PROMPT OR EFFICIENT MANNER. IF WE HAVE NOT RECIEVED OUR APPROVALS AND ALL ORDERING INFORMAT':WN WITHIN TWO (2) WEEKS FROM THIS DATE. ADDITIONAL COMMENTS* PLEASE ADVISE IF YOU HAVE ANY QUESTIONS, SINCERELY, LrytL \JMuCchL)sp I Mike Verucchi FeLix Thomson Company 1-479-756-1000 11UCU UC lU:Cla Il1YKKIJUll UI'1V1, 'U1-'rta-Ulab P.C cu.gmucno co.. act Licensed General Contractor August 16, 2002 DARYL S. RANTIS, ARCHITECTS, P.A. Attn: Daryl Rantis 380 West Rock Street Fayetteville, Arkansas 72701 :11 ;11 1 1 Daryl, Costs are as follows, for the recommendations of John P. Hoskyn, P.E. of GRUBBS, HOSKYN, BARTON & WYATT, INC. in the letter dated August 09, 2002 (enclosed), for cut of unsuitable soils and replacement with engineered fill. Also, to change the "MAIN" asphalt drive from North of Administration Building West, South and then East to College Avenue from a standard duty asphalt (6" base & 2" ACHM) to a HEAVY DUTY ASPHALT DRIVE (8" base & 3" ACHM). A.) HEAVY DUTY ASPHALT: SUB -CONTRACTOR COST: $ 7,610.00 ADD G.C. OVERHEAD & PROFIT: 380.50 ADD G.C. BOND COST: 127.85 TOTAL PART "A" $ 8,118.35 $ 8,118.00 B.) CUT 12" UNSUITABLE SOILS AND REPLACE WITH 911 COMPACTED ENGINEERED FILL: SUB -CONTRACTOR COST: $ 2,592.00 ADD-G.C. ENGINEERING FEES: 192.00 ADD G.C..OVERHEAD & PROFIT: 139.20 ADD G.C. BOND COST: 46.77 TOTAL COST PART "B" $ 2,969.97 $ 2,970.00 No less than SEVEN (7) calendar days shall be added to the Contract Time for Extension of Time for construction. ^ PACEIof2 (479) 1931-A Deane Street, Fayetteville, AR 72703 • (I) ,1 443.)996, SAX: 443-0136 Hug 2U UG 1U:21a HHKRISUN UHVIS 5U1-443-U1db p.3 PAGE 2 of 2 Please make acceptances, approvals and return a signed approval (in Writing) within SEVEN (7) calendar days. PLEASE NOIETHAT PART "B" (CUT & FILL) IS IMPERATIVE TO BE COMPLETED BEFORE SECOND WEEK OF THIS SEPTEMBER. Sincerely, i EN E. SMITB, PROJECT MGR. enc: COPY OF LETTER G.H.B.&.W enc: COPY OF PROPOSED WORK "A" & "B" (DRWG. Si - PR024 2 PAGES) CC: ADDRESSEE VIA FAX CC: RESPECTIVE FILES - S/C CC: P.R. 024 FILE Mug 2U O2 1U:21a HHRWISUN UHV1S bul-44J—U1Hti p.4 Grubb Baito/18ctt t, I NC. CONSULTING ENGINEERS August 9, 2002 Job No. 01-5196 Harrison -Davis Construction 1931-A Deane Street Fayetteville, AR 72703 Attention: Mr. Ben Smith SUBJECT: SUBGRADE PREPARATION NORTH DRIVE -SENIOR CENTER FAYETTEVILLE, ARKANSAS Dear Mr. Smith: P.O. Box 1248 Springdale.Arkaasas 72765 341 west County Line Road 72764 (501) 756-5999 FAX (501) 756.1749 As requested during a meeting at the above referenced site on August 5, the subgrade along the north drive was examined to the extent possible without excavation_ The purpose of the examination was to assess the possible need for undercut to provide suitable subgrade for the pavement. Based on the examination the following recommendations are made: Beginning about 50' north of the south end of the drive, remove a minimum of 12" of the existing subgrade and replace with select off -site borrow. This remove and replace should extend to the end of the existing drive into the administration office. • If grading permits, leave the existing crushed stone in place beginning at the west side of the drive into the administration building extending east to point where the concrete paving strips are planned. • For the drive section utilizing the concrete paving strips, raise finish grade, if feasible to maximize use of the existing crushed stone to support the paving strips. Owing to the close proximity of trees along this part of the drive, undercutting will increase possible damage to tree roots. Since this area is depressed below adjacent grades, it may be feasible to raise grade. A second issue raised during the site meeting was the adequacy of the proposed pavement section, which is understood to be 6 in. of AHTD class 7 base and 2 in. of HMAC surface. For areas subject to auto traffic and parking, it is our opinion that this is an adequate section. For those areas subject to dumpster service truck and delivery truck traffic, it is our opinion that a heavier pavement section would be appropriate. A section Cxotednical and Materials rngneering / Construction Surveillance rlu6 cu uc lu: cca fIHKK15Ull UPIV1, S JU1-7YJ-ULJb • P.O such as 8 in. of base and 3 in. of HMAC may be appropriate. As discussed in the meeting, it is likely that the dumpster service truck will use the north entrance off College to a proach the dumpster bin and exit through the parking area east of the new building. )livery trucks may use the same route. If this is the case, it is our opinion that the heavier pavement section should be used along this route. Further, it is our opinion that concrete paving (6 in. of PC concrete over AHTD class 7 base) should be used in the dumpster pad area with the concrete area being large. enough to accommodate the dumpster and the front wheels of the service truck. If you have questions about the comments and recommendations presented herein, please call. Sincerely, GRUBBS, HOSKYN, BARTON & WYATT, INC. John P_ Hoskyn, RE. President Copies submitted: Harrison -Davis Construction (1+fax) Attn: Ben Smith (3723) Daryl S. Rantis Architect (I+fax) • • nyg cu yc ♦u:cca nfKKlbun unvaa aut-w+a-visa p.o • ...i..t _I ---,-.-r_ --.-. -_ • 11th I a _ >9F. _ � y pr ,.'. ,i• ,j . , *;; . lam 1 i4/ hll 4I 2/' li -1-UL-2 -'f .rl ' cj __ - c ''- I tC1NLJrTIR1i __ y , H46 GU Ut IU:aaa HHKKISUII IIHVIS '.[U1-•43-U1d5 p.'/ • 8 -16 -oz PR,teoz4 kyj AtB _ \ i t :%:%t h. la• �� tom. , a .��. it'. I. - . I V t Ir . �. At b1�KTLS.MNTIJ f KQI ITtCTJ, PA. 380 West Rock Street Fayetteville, AR 72701 (479) 443-9112 Change order: #3 cont. Date: 10/16/2002 The original Contract Price was.. • . •...................... • • ................. • • . •...$1,982,600.00 Net change by previous authorized change orders.... • • ........................... $ 133,856.00 The Contracted Price prior to this Change Order was.........................$2,116,456.00 The Contracted Price will increase by this Change order.............................._ ..........................................................$ 23,954.00 The new Contracted Price including this Change Order will be...........$2,140,410.00 The contract time will be changed by.......................:..................39 calendar days The date ofsubstantial completion as of the date of this change order therefore is: July 21, 2002 Approved: Daryl S. Rantis ARCHITECT 380 West Rock ST. Fayetteville. AR 72701 ADDRESS ,,,/, Z 5 • %�iiL s� I o. I & . 02. BY DATE Agreed To: Authorized: 'J ...LYICyIJj NER .ua- ,vuy/.jkt4./i , CONTRACTOR 1931-A West Dean Street City of Fayetteville Fayetteville, Arkansas 72703 113 West Mountain Fayetteville Arkansas 72701 ADDRESS ADDRESS DATE BY DATE Page 2 of 3 I • • MRTL S. MFYIJ aRCtIYrCTJ, PA. 380 West Rock Street Fayetteville, AR 72701 (479) 443-9112 Change order: #3 Cont. Date: 10/16/2002 Additional Time Item #1 Thickened slab in kitchen.- PR #10 $ 170.00 0 Days Item #2 Add convection oven to range. $ 325.00 0 Days Delete microwave ovens.- PR #14 Item #3 Additional conununication and sound system $ 1,188.00 4 Days cable conduit.- PR #15 Item #4 Additional steel connectors and beams.- PR #16 $ 3,476.00 14 Days Item #5 Fur top of laminated beams for conduit raceways. $ 4714.00 10 Days PR#18 Item #6 Change three toilets to HC style.- PR # 20 $ 112.00 0 Days Item #7 Additional phone data outlets.- PR #21 $ 235.00 1 Days Item #8 Additional door hardware and locksets.- PR #23 $ 2,646.00 3 Days Item #9 Upgrade to heavy duty asphalt in driveway.- PR #24 $ 8,118.00 4 Days Item #10 Cut unstable soil and replace w/ compacted fill. $ 2,970.00 3 Days PR #24 TOTAL $ 23954.00 39 Days Page 3of3 • • • IrNJ.i i .S 1. Change order: #3 cont. Date: 10/16/2002 rN a or. 2 rc+ bARTL 5. RMNTIJ 1 RR(UITECTJ. PA.. 380 West Rock Street Fayetteville, AR 72701 (479) 443-9112 The original Contract Price was.....................................................$1,982,600.00 Net change by previous authorized change orders ................................. $ 133,856.00 The Contracted Price prior to this Change Order was ......................... $2,116,456.00 The Contracted Price will increase by this Change order.............................._:. . .. . ................... ................................. $ 23,954.00 The new Contracted Price including this Change Order willbe...........$2,140,410.00 The contract time will be changed by..........................................39 calendar days The date of substantial completion as of the date of this change order therefore is: July 21, 2002 Approved: Daryl S. Rantis ARCHITECT 380 West Rock ST. . Fayetteville. AR 72701 ADDRESS Ze>,ALsi Io.1G.02 BY/ 0 DATE Authorized: Harrison DaA%2:12 //n//.G/0 : /7—Q Iayor Dan Coody /(.Zt(} CONTRACTOR OWNER 1931-A West Dean Street City of Fayetteville Fayetteville, Arkansas 72703 113 West Mountain Fayetteville Arkansas 72701 ADDRESS ADDRESS BY DATE BY DATE Page 2 of 3 ®MRTL S. MIITIJ f KCI1I1tCTJs PA. 380 West Rock Street Fayetteville, AR 72701 (479)443-9112 Change order: #3 cont. Date: 10/16/2002 Additional Time Item #1 Thickened slab in kitchen.- PR #10 $ 170.00 0 Days Item #2 Add convection oven to range. $ 325.00 0 Days Delete microwave ovens.- PR #14 Item #3 Additional communication and sound system $ 1,188.00 4 Days cable conduit.- PR #15 Item #4 Additional steel connectors and beams.- PR #16 $ 3,476.00 14 Days Item #5 Fur top of laminated beams for conduit raceways. $ 4714.00 10 Days PR #18 Item #6 Change three toilets to HC style.- PR # 20 $ 112.00 0 Days Item #7 Additional phone data outlets.- PR #21 $ 235.00 1 Days Item #8 Additional door hardware and locksets.- PR #23 $ 2,646.00 3 Days Item #9 Upgrade to heavy duty asphalt in driveway.- PR #24 $ 8,118.00 4 Days Item #10 Cut unstable soil and replace w/ compacted fill. $ 2.970.00 3 Days PR #24 TOTAL $ 23954.00 39 Days Page 3 of 3 Y • 1 rt�[��ipN'n 1�1 1 f IfI �l .i •��� `�1. I,11�!1. • au\ Y r 1 • •4 y 1 � p .f [ Ix [ � 1 p ,4c• ry. bRKTL S. RMIITIJ r � 1 AIRUMITECTJ. VA. 380 West Rock Street Fayetteville, AR 72701 (479)443-9112 Change order: #3 cont. Date: 10/16/2002 The original Contract Price 'as. . . . . . ........................ . ................ $ l,982,000.00 Net change by previous authorized change orders .................................$ 133,856.00 The Contracted Price prior to this Change Order was.........................$2,116,456.00 The Contracted Price will increase by this Change order........................................................................................ $ 23,954.00 The new Contracted Price including this Change Order willbe...........$2,140,410.00 The contract time will be changed by...........................................39 calendar days The date of substantial completion as of the date of this change order therefore is: July 21, 2002 1 Approved: Daryl S. Rantis ARCHITECT 380 West Rock ST. Fayetteville. AR 72701 ADDRESS BY DATE Authorized: CONTRACTOR OWNER 1931-A West Dean Street City of Fayetteville Fayetteville, Arkansas 72703 113 West Mountain Fayetteville. Arkansas 72701 ADDRESS ADDRESS 7N M DATE DATE Page 2 of 3 I ®iiTL 5. MNTIJ fKCHITCCTJ, VA. 380 West Rock Street Fayetteville, AR 72701 (479)443-9112 r_ Change order: #3 Cont. Date: 10/16/2002 Additional Time Item #1 Thickened slab in kitchen.- PR #10 $ 170.00 0 Days Item #2 Add convection oven to range. $ 325.00 0 Days Delete microwave ovens.- PR #14 Item #3 Additional communication and sound system $ 1,188.00 4 Days cable conduit.- PR #15 Item #4 Additional steel connectors and beams.- PR #16 $ 3,476.00 14 Days Item #5 Fur top of laminated beams for conduit raceways. $ 4714.00 10 Days PR #18 Item #6 Change three toilets to HC style.- PR # 20 $ 112.00 0 Days Item #7 Additional phone data outlets.- PR #21 $ 235.00 1 Days Item #8 Additional door hardware and locksets.- PR #23 $ 2,646.00 3 Days Item #9 Upgrade to heavy duty asphalt in driveway.- PR #24 $ 8,118.00 4 Days Item #10 Cut unstable soil and replace w/ compacted fill. $2.970.00 3 Days PR #24 TOTAL $ 23954.00 39 Days Page 3 of 3 I M •• '. , { 4V Change order: #3 cont. Date: 10/16/2002 ®MRTL S. RMNTIJ RRQIITCCTJ, PA. 380 West Rock Street Fayetteville, AR 72701 (479) 443-9112 4. I 4'a . The original Contract Price 'as ..•.•. $1,982,600.00 Net change by previous authorized change orders ................................. $ 133,856.00 The Contracted Price prior to this Change Orderwas •.. .....................$2,116,456.00 The Contracted Price will increase by this Change order............•....................•..............••........•.............•••••............$ 23,954.00 The new Contracted Price including this Change Order will be...........$2,140,410.00 The contract time will be changed by ............. • . • . • • • ......................39 calendar days The date of substantial completion as of the date of this change order therefore is: July 21, 2002 Approved: Daryl S. Rantis ARCHITECT 380 West Rock ST. Fayetteville. AR 72701 ADDRESS 5• lo.i&o's.. BY DATE Agreed To: Authorized: CONTRACTOR OWNER 1931-A West Dean Street City of Fayetteville Fayetteville, Arkansas 72703 113 West Mountain Fayetteville Arkansas 72701 ADDRESS. ADDRESS BY DATE BY 1DATE Page 2 of 3 S ®MRTL 5. MNTIJ �RC1ITCYJ. VA. 380 West Rock Street Fayetteville, AR 72701 (479)443-9112 Change order: #3 cont. Date: 10/16/2002 Additional Time Item #1 Thickened slab in kitchen.- PR #10 $ 170.00 0 Days Item #2 Add convection oven to range. $ 325.00 0 Days Delete microwave ovens.- PR #14 Item #3 Additional communication and sound system $ 1,188.00 4 Days cable conduit.- PR #15 Item #4 Additional steel connectors and beams.- PR #16 $ 3,476.00 14 Days Item #5 Fur top of laminated beams for conduit raceways. $ 4714.00 10 Days PR #18 Item #6 Change three toilets to HC style.- PR # 20 $ 112.00 0 Days Item #7 Additional phone data outlets.- PR #21 $ 235.00 1 Days Item #8 Additional door hardware and locksets.- PR #23 $ 2,646.00 3 Days Item #9 Upgrade to heavy duty asphalt in driveway.- PR #24 $ 8,118.00 4 Days Item #10 Cut unstable soil and replace w/ compacted fill. $ 2,970.00 3 Days PR #24 TOTAL $ 23954.00 39 Days Page 3 of 3 FAYETTEV&LE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Coy Hurd Building Services From: Heather Woodruff, City Clerk Date: December 27, 2002 Attached is a copy of Harrison Davis Company's Change Order # 3 for construction of the Senior Center. The original will be microfilmed and filed with the City Clerk. cc: Nancy Smith, Internal Auditor